637
Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms for Gravity Belt Thickener Expansion Project Capital Project No. 1610 Volume 2b of 4 Not to be used for bidding purposes!

Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

Bid Doc. No. 16-421

Rock River Water Reclamation District Rockford, Illinois

Bidding Requirements and Contract Forms

for

Gravity Belt Thickener Expansion Project

Capital Project No. 1610

Volume 2b of 4

Not to be used for bidding purposes!

Page 2: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

Not to be used for bidding purposes!

Page 3: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

Bid Doc. No. 16-421

Rock River Water Reclamation DistrictRockford, Illinois

Bidding Requirements and Contract Forms

for

Gravity Belt Thickener Expansion Project

Capital Project No. 1610

Section II of IVDigitally signed by Matthew A. LarsonContact Info: Carollo Engineers, Inc.Date: 2017.05.10 15:30:59-05'00'

Not to be used for bidding purposes!

Page 4: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

Not to be used for bidding purposes!

Page 5: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

Bid Doc. No. 16-421

Rock River Water Reclamation District Rockford, Illinois

Bidding Requirements and Contract Forms and General Provisions and Technical Specifications for

Gravity Belt Thickener Expansion Project

Capital Project No. 1610

Board of Trustees Donald Massier . . . . . . . . . . . . . . . . . . President Elmer Jones . . . . . . . . . . . . . . . . . . Vice President Richard Pollack . . . . . . . . . . . . . . . . . . Clerk/Treasurer John Sweeney . . . . . . . . . . . . . . . . . . Trustee Benjamin Bernsten . . . . . . . . . . . . . . . . . . Trustee Officials Timothy S. Hanson . . . . . . . . . . . . . . . . . . District Director Christopher T. Baer, P.E. . . . . . . . . . . . . . . . . . . Engineering Manager

Not to be used for bidding purposes!

Page 6: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

Not to be used for bidding purposes!

Page 7: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

Bid Doc. No. 16-421

Index I. Bidding Requirements and Contract Forms (Volume 1 of 4)

A. Article 1 Notice to Bidders

B. Article 2 Instructions to Bidders

C. Front End Specifications 1 Document 00434 – Proposed Subcontractors Form 2 Document 00436 – List of Equipment Manufacturers 3 Document 00700 – General Conditions 4 Document 00800 – Supplementary Conditions

D. Contract Forms

1 Proposal 2 Affidavit of Compliance 3 Bid Bond 4 Agreement 5 Performance Bond 6 Labor & Material Payment Bond

II. Technical Specifications (Volumes 2a and 2b of 4)

Seal Page Table of Contents Specifications

II-A. General Provisions and Technical Specifications for Sanitary Sewer

Construction (separate document incorporated by reference) III. Contract Drawings (Volume 3 of 4) IV. Typical Details (Volume 4 of 4)

Not to be used for bidding purposes!

Page 8: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

Not to be used for bidding purposes!

Page 9: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

Bid Doc. No. 16-421

Section II

Technical Specifications

Not to be used for bidding purposes!

Page 10: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 11: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/_Seal Sheet (Bid Set)

ROCK RIVER WATER RECLAMATION DISTRICT

GRAVITY BELT THICKENER EXPANSION PROJECT

CAPITAL PROJECT #1610

Carollo Engineers, Inc. Carollo Engineers, Inc.

Civil/Demolition/General/HVAC/Mechanical Electrical/Instrumentation & Controls

Carollo Engineers, Inc.

Structural

Digitally signed by Matthew A. LarsonContact Info: Carollo Engineers, Inc.Date: 2017.05.08 14:33:32-05'00'

Digitally signed by Robert MorroniContact Info: Carollo Engineers, Inc.Date: 2017.05.08 16:31:46-06'00'

Digitally signed by Joel SmasonContact Info: Carollo Engineers, Inc.Date: 2017.05.08 12:54:09-07'00'

Not to be used for bidding purposes!

Page 12: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

Not to be used for bidding purposes!

Page 13: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 TOC-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/_TOC (Bid Set)

ROCK RIVER WATER RECLAMATION DISTRICT

GRAVITY BELT THICKENER EXPANSION PROJECT

TABLE OF CONTENTS

VOLUME 2 OF 4

TABLE OF CONTENTS

DIVISION 01 – GENERAL REQUIREMENTS SECTION NO. TITLE 01110 SUMMARY OF WORK 01116 CONTRACT DOCUMENT LANGUAGE 01140 WORK RESTRICTIONS 01201 PAYMENT PROCEDURES 01260 CONTRACT MODIFICATION PROCEDURES 01292 SCHEDULE OF VALUES 01294 APPLICATIONS FOR PAYMENT 01312 PROJECT MEETINGS 01324B PROGRESS SCHEDULES AND REPORTS – MEDIUM PROJECTS 01329 SAFETY PLAN 01330 SUBMITTAL PROCEDURES 01340 PHOTOGRAPHIC AND VIDEOGRAPHIC DOCUMENTATION 01350 SPECIAL PROCEDURES 01410 REGULATORY REQUIREMENTS 01424 ABBREVIATIONS AND ACRONYMS 01450 QUALITY CONTROL 01455 SPECIAL INSPECTIONS AND TESTS, AND STRUCTURAL

OBSERVATIONS 01460 CONTRACTOR QUALITY CONTROL PLAN 01500 TEMPORARY FACILITIES AND CONTROLS 01600 PRODUCT REQUIREMENTS 01610 PROJECT DESIGN CRITERIA 01612 SEISMIC DESIGN CRITERIA 01614 WIND DESIGN CRITERIA 01722 FIELD ENGINEERING 01738 SELECTIVE ALTERATIONS AND DEMOLITION 01756 COMMISSIONING

Not to be used for bidding purposes!

Page 14: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 TOC-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/_TOC (Bid Set)

DIVISION 01 – GENERAL REQUIREMENTS (CONTINUED) SECTION NO. TITLE 01770 CLOSEOUT PROCEDURES 01782 OPERATION AND MAINTENANCE DATA 01783 WARRANTIES AND BONDS

DIVISION 02 - SITE CONSTRUCTION SECTION NO. TITLE 02050 SOILS AND AGGREGATES FOR EARTHWORK 02240 DEWATERING FOR STRUCTURES 02260 EXCAVATION SUPPORT AND PROTECTION 02300 EARTHWORK 02312 CONTROLLED LOW STRENGTH MATERIAL (CLSM) 02318 TRENCHING 02460 PRE-PRODUCTION PILE LOAD TESTS 02466C AUGERED CAST-IN-PLACE PILES 02620 FILTER FABRIC 02742 ASPHALTIC CONCRETE PAVING 02772 CONCRETE CURBS, GUTTERS, AND SIDEWALKS 02900 PLANTING 02939 SEEDING 02952 PAVEMENT RESTORATION AND REHABILITATION 02981 DECORATIVE STONE LANDSCAPING

DIVISION 03 - CONCRETE SECTION NO. TITLE 03055 ADHESIVE BONDED REINFORCING BARS AND ALL THREAD

RODS IN CONCRETE 03071 EPOXIES 03072 EPOXY RESIN/PORTLAND CEMENT BONDING AGENT 03102 CONCRETE FORMWORK 03150 CONCRETE ACCESSORIES 03154 HYDROPHILIC RUBBER WATERSTOP 03200 CONCRETE REINFORCEMENT 03300 CAST-IN-PLACE CONCRETE 03366 CONCRETE FINISHES 03410 PRECAST CONCRETE ROOF DOUBLE TEES

Not to be used for bidding purposes!

Page 15: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 TOC-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/_TOC (Bid Set)

DIVISION 03 – CONCRETE (CONTINUED) SECTION NO. TITLE 03600 GROUTS

DIVISION 04 - MASONRY SECTION NO. TITLE 04055 ADHESIVE BONDING REINFORCING BARS AND ALL THREAD

RODS IN MASONRY 04090 MASONRY ACCESSORIES 04100 MORTAR AND MASONRY GROUT 04212 ANCHORED BRICK VENEER 04220 CONCRETE MASONRY CONSTRUCTION

DIVISION 05 - METALS SECTION NO. TITLE 05120 STRUCTURAL STEEL 05140 STRUCTURAL ALUMINUM 05190 MECHANICAL ANCHORING AND FASTENING TO CONCRETE AND

MASONRY 05500 METAL FABRICATIONS

DIVISION 07 - THERMAL AND MOISTURE PROTECTION SECTION NO. TITLE 07190 WATER REPELLENTS 07212 WALL INSULATION SYSTEM 07220 ROOF AND DECK INSULATION 07530 ELASTOMERIC MEMBRANE ROOFING 07700 ROOF SPECIALTIES AND ACCESSORIES 07900 JOINT SEALANTS 07915 EPOXY AND SILICONE BONDED EXPANSION JOINT SEALS

DIVISION 08 - DOORS AND WINDOWS SECTION NO. TITLE 08110 HOLLOW METAL DOORS AND FRAMES 08332 OVERHEAD COILING DOORS 08710 DOOR HARDWARE

Not to be used for bidding purposes!

Page 16: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 TOC-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/_TOC (Bid Set)

DIVISION 09 - FINISHES SECTION NO. TITLE 09910 PAINTING 09960 HIGH-PERFORMANCE COATINGS

DIVISION 10 - SPECIALTIES SECTION NO. TITLE 10400 SIGNAGE 10520 FIRE PROTECTION SPECIALTIES

DIVISION 11 - EQUIPMENT SECTION NO. TITLE 11246 POLYMER BLENDING AND FEED EQUIPMENT: LIQUID 11312R ROTARY LOBE PUMPS 11334 IN-LINE GRINDER 11355 GRAVITY BELT THICKENER

DIVISION 13 - SPECIAL CONSTRUCTION SECTION NO. TITLE 13238A ALUMINUM COVERS 13446 MANUAL ACTUATORS 13447 ELECTRIC ACTUATORS

DIVISION 15 - MECHANICAL SECTION NO. TITLE 15050 COMMON WORK RESULTS FOR MECHANICAL EQUIPMENT 15052 COMMON WORK RESULTS FOR GENERAL PIPING 15061 PIPE SUPPORTS 15062 PREFORMED CHANNEL PIPE SUPPORT SYSTEM 15076 PIPE IDENTIFICATION 15082 PIPING INSULATION 15084 DUCTWORK INSULATION 15110 COMMON WORK RESULTS FOR VALVES 15114 CHECK VALVES 15116 PLUG VALVES 15117 SPECIALTY VALVES 15119 AIR AND VACUUM RELIEF VALVES

Not to be used for bidding purposes!

Page 17: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 TOC-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/_TOC (Bid Set)

DIVISION 15 - MECHANICAL (CONTINUED) SECTION NO. TITLE 15120 PIPING SPECIALTIES 15121 PIPE COUPLINGS 15211 DUCTILE IRON PIPE: AWWA C151 15234 POLYETHYLENE (PE) PIPE: ASTM D2513 15245 DRAIN, WASTE, AND VENT PIPING 15247 POLYVINYL CHLORIDE (PVC) GRAVITY SEWER PIPE 15249 POLYVINYL CHLORIDE (PVC) PIPE: SCHEDULE TYPE 15270 STEEL PIPE: GALVANIZED AND BLACK, ASTM A53 15732 AIR CONDITIONING UNITS 15763 MAKEUP AIR UNIT 15812 METAL DUCTS 15814 FIBERGLASS REINFORCED PLASTIC DUCTS 15820 DUCTWORK ACCESSORIES 15830 FANS 15936 INSTRUMENTATION AND CONTROL DEVICES FOR HVAC 15954 TESTING, ADJUSTING, AND BALANCING FOR HVAC 15956 PIPING SYSTEMS TESTING 15958 MECHANICAL EQUIPMENT TESTING

DIVISION 16 - ELECTRICAL SECTION NO. TITLE 16050 COMMON WORK RESULTS FOR ELECTRICAL 16052 HAZARDOUS CLASSIFIED AREA CONSTRUCTION 16060 GROUNDING AND BONDING 16123 600-VOLT OR LESS WIRES AND CABLES 16130 CONDUITS 16133 DUCT BANKS 16140 WIRING DEVICES 16150 LOW VOLTAGE WIRE CONNECTIONS 16222 LOW VOLTAGE MOTORS UP TO 500 HORSEPOWER 16262 VARIABLE FREQUENCY DRIVES 0.50 - 50 HORSEPOWER 16411 DISCONNECT SWITCHES 16412 LOW VOLTAGE MOLDED CASE CIRCUIT BREAKERS 16422 MOTOR STARTERS 16444 LOW VOLTAGE MOTOR CONTROL CENTERS

Not to be used for bidding purposes!

Page 18: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 TOC-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/_TOC (Bid Set)

DIVISION 16 - ELECTRICAL (CONTINUED) SECTION NO. TITLE 16510 LIGHTING: LED LUMINAIRES 16950 FIELD ELECTRICAL ACCEPTANCE TESTS 16990 CONDUIT SCHEDULE

DIVISION 17 - INSTRUMENTATION AND CONTROLS SECTION NO. TITLE 17050 COMMON WORK RESULTS FOR PROCESS CONTROL AND

INSTRUMENTATION SYSTEMS 17213 LEVEL MEASUREMENT: LIQUID SUCTION DETECTORS 17306 FLOW MEASUREMENT: ULTRASONIC DOPPLER 17401 PRESSURE/VACUUM MEASUREMENT: DIAPHRAGM AND

ANNULAR SEALS 17402 PRESSURE/VACUUM MEASUREMENT: INSTRUMENT VALVES 17404 PRESSURE/VACUUM MEASUREMENT: GAUGES 17405 PRESSURE/VACUUM MEASUREMENT: DIRECT 17407 PRESSURE MEASUREMENT: SUBMERSIBLE 17504 ANALYZERS: GAS MONITORS 17710 CONTROL SYSTEMS: PANELS, ENCLOSURES, AND PANEL

COMPONENTS 17740 CONTROL SYSTEMS: PROCESS CAMERAS 17950 TESTING, CALIBRATION, AND COMMISSIONING

Not to be used for bidding purposes!

Page 19: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 10400-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/10400 (Bid Set)

SECTION 10400

SIGNAGE

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Plastic and metal signs for building and site use.

1.02 REFERENCES

A. National Fire Protection Association (NFPA): 1. 704 - Standard System for the Identification of the Hazards of Materials for

Emergency Response.

B. Occupational Safety and Health Administration OSHA.

1.03 SUBMITTALS

A. Product data.

B. Shop drawings: Include lists of sign types, sizes, text, and colors; mounting details; locations; and cast metal plaque rubbings and templates.

C. Samples: Include actual materials.

D. Manufacturer's installation instructions.

1.04 QUALITY ASSURANCE

A. Manufacturer qualifications: Manufacturer of proposed products for minimum 5 years with satisfactory performance record of minimum 5 years.

B. Installer qualifications: Manufacturer approved installer of products similar to specified products on minimum 10 projects of similar scope as Project with satisfactory performance record.

C. Regulatory requirements: Provide signage in accordance with Americans with Disabilities Act as published in the Federal Register, Volume 56, No. 144, Friday, July 26, 1991.

PART 2 PRODUCTS

2.01 PLASTIC SIGNAGE SYSTEM

A. Manufacturers: 1. One of the following or equal:

a. Best Manufacturing Sign Systems, Montrose, CO; System 900013. b. Andco Industries Corp., Greensboro, NC; equivalent product.

Not to be used for bidding purposes!

Page 20: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 10400-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/10400 (Bid Set)

c. Vomar Products, Inc., Sepulveda, CA; equivalent product.

B. Attachment: 1. Vinyl tape, self-adhering.

C. Lettering: 1. Helvetica medium, 3/4 inches high.

D. Material for interior use: 1. Plastic 1/8-inch thick raised letters.

E. Material for exterior use: 1. Fiberglass 1/4 inch thick with high gloss finish, raised letters, blasted from

single piece of fiberglass for integral letter and background. 2. No adhesive as mechanical fastening of letters shall be allowed.

F. Colors: 1. As selected by Engineer from manufacturer's standard colors.

G. See Schedule A for specific sign size, location, text, pictogram, and quantity.

2.02 METAL SAFETY SIGNS

A. Manufacturer: Meeting OSHA Requirements; 40-mil thick aluminum with baked enamel finish. One of the following or equal: 1. Seton Name Plate Co., Branford, Connecticut, Special Wording. 2. Emedco, Buffalo, New York.

B. Danger sign colors: 1. Background: White. 2. Heading: White lettering on red oval with white border in black rectangular

panel. 3. Message: Black lettering on white. 4. Size: As scheduled.

C. Caution sign colors: 1. Background: Yellow. 2. Heading: Yellow lettering on black rectangular panel. 3. Message: Black lettering on yellow. 4. Size: As scheduled.

D. Safety instruction signs: 1. Background: White. 2. Heading: White lettering on green rectangular panel. 3. Message: Black lettering. 4. Size: As scheduled.

E. Warning sign colors: 1. Background: Orange. 2. Heading: Black lettering on orange diamond in black rectangular panel. 3. Message: Flack lettering on orange. 4. Size: As scheduled.

Not to be used for bidding purposes!

Page 21: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 10400-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/10400 (Bid Set)

F. Notice information signs: 1. Background: White. 2. Heading: White lettering on blue rectangular panel. 3. Message: Black lettering. 4. Size: As scheduled.

G. Fasteners: Round head stainless steel bolts or screws.

H. See Schedule B for specific sign size, location, text, and quantity.

2.03 EXTERIOR INFORMATION SIGNS

A. Able to withstand 100 miles per hour wind load without damage: 1. Manufacturers: One of the following or equal:

a. Best Manufacturing Sign Systems, Montrose, CO; equivalent product. b. Andco Industries Corp., Greensboro, NC; equivalent product. c. Vomar Products, Inc., Sepulveda, CA; equivalent product.

B. Sign panel: Nominal 3 inches thick, consisting of 1/8-inch thick fiberglass material with integral returns fully encapsulating wood and foam core, 1/8-inch radius edges and corners, size as indicated on the Drawings.

C. Text: Helvetica medium, size and wording as indicated on the Drawings.

D. Posts: Nominal 3 inch square extruded aluminum sections with aluminum fillers at top and bottom, mounting hardware, and aluminum baseplates drilled for anchor bolts.

E. Fasteners: Manufacturer's standard, suitable for application.

F. Colors: As selected from manufacturer's standard colors.

2.04 CAST METAL PLAQUE

A. Manufacturers: One of the following or equal: 1. Andco Industries Corp., Greensboro, NC. 2. Southwell Co., San Antonio, TX. 3. ARK-RAMOS Inc., Oklahoma City, OK.

B. Material: Cast bronze.

C. Size: Approximately 28 by 34 inches by minimum 3/16 inches thick; lettering, center panel, and trim raised 1/8 inch.

D. Lettering: Text as indicated on the Drawings. Verify before fabrication.

E. Finishes: 1. Lettering, center panel, and trim: Fine satin. 2. Background: Finely pebbled, oxidized to dull black color.

F. Mounting: Concealed with fasteners.

Not to be used for bidding purposes!

Page 22: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 10400-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/10400 (Bid Set)

2.05 CAST ALUMINUM LETTERS

A. Manufacturers: 1. One of the following or equal:

a. Metal Arts, Mandan, ND. b. Southwell Company, San Antonio, TX. c. OMC Industries, Bryan, TX.

B. Material: 1. Cast aluminum.

C. Text size and font: 1. As indicated on the Drawings.

D. Finish: 1. Black duranodic coating.

E. Mounting: 1. Projected jamb nut mounting, concealed.

PART 3 EXECUTION

3.01 PREPARATION

A. Protect adjacent surfaces which may be damaged by installation of signs.

B. Prepare substrates in accordance with sign manufacturer's instructions.

C. Remove scale, dirt, grease, and other contaminates from substrates.

3.02 INSTALLATION

A. Install signs in accordance with sign manufacturer's instructions.

B. Fasten signs securely in level, plumb, and true to plane positions.

C. Install signs where indicated on the Drawings or as indicated in the following schedules.

3.03 SCHEDULES

A. Plastic Signage System Schedule.

B. Metal Safety Sign Schedule.

END OF SECTION

Not to be used for bidding purposes!

Page 23: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 10400-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/10400 (Bid Set)

SCHEDULE A

PLASTIC SIGNAGE SYSTEM SCHEDULE

A. Fire Extinguishers: 1. Location: Adjacent to fire extinguishers. 2. Height: 60 inches above floor to center of sign. 3. Size: 6 inches square. 4. Colors: White letters on OSHA Red background. 5. Text: FIRE EXTINGUISHER.

B. Nonpotable Water: 1. Location: At impure water and nonpotable water hose valves in accordance with

Typical Detail M276. 2. Height: In accordance with Typical Detail. 3. Size: 10 inches wide by 7 inches high. 4. Heading: CAUTION 5. Text: IMPURE WATER

DO NOT DRINK

END OF SCHEDULE A PLASTIC SIGNAGE SYSTEM SCHEDULE

Not to be used for bidding purposes!

Page 24: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 10400-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/10400 (Bid Set)

SCHEDULE B

METAL SAFETY SIGN SCHEDULE

A. NONPOTABLE WATER: 1. Location: At impure water and nonpotable water hose valves in accordance with

Typical Detail M276. 2. Height: In accordance with Typical Detail. 3. Size: 10 inches wide by 7 inches high. 4. Heading: DANGER 5. Wording: DO NOT DRINK THIS WATER

B. EMULSION POLYMER 1. Location: Polymer containment areas 2. Height: 60 inches above floor to center of sign 3. Size: 10 inches wide by 7 inches high. 4. Heading: CAUTION 5. Wording: EMULSION POLYMER

C. HIGH PRESSURE HOSE VALVES: 1. Location: At designated hose valves. 2. Height: 60 inches above floor to center of sign. 3. Size: 6" square 4. Heading: DANGER 5. Wording: HIGH PRESSURE

D. REMOTELY CONTROLLED AUTOMATIC EQUIPMENT: 1. Location: On front and back of equipment that starts automatically by remote

control. 2. Height: Sign centered at equipment centerline 3. Size: 6" square. 4. Heading: DANGER 5. Wording: THIS EQUIPMENT STARTS AUTOMATICALLY

BY REMOTE CONTROL

E. HIGH VOLTAGE WARNING: 1. Location: On front and back of equipment, adjacent to doors to rooms containing

devices, and devices that operate at 600 volts or greater. 2. Height: 60 inches above floor to center of sign. 3. Size: 6" square. 4. Heading: DANGER 5. Wording: HIGH VOLTAGE

KEEP OUT 6. Pictogram: Symbol of accessibility in white on dark blue.

END OF SCHEDULE B

METAL SAFETY SIGN SCHEDULE

Not to be used for bidding purposes!

Page 25: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 10520-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/10520 (Bid Set)

SECTION 10520

FIRE PROTECTION SPECIALTIES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Fire extinguishers.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 04220 - Concrete Unit Masonry.

1.02 REFERENCES

A. National Fire Protection Association (NFPA).

B. Underwriters Laboratories, Inc. (UL).

1.03 SUBMITTALS

A. Product Data.

B. Manufacturer's Installation Instructions.

1.04 QUALITY ASSURANCE

A. Manufacturer qualifications: Manufacturer of proposed products for minimum 5 years with satisfactory performance record of minimum 5 years.

B. Regulatory requirements: 1. Comply with UL requirements for classification type.

1.05 SEQUENCING AND SCHEDULING

A. Coordinate installation of blocking for anchoring of accessories in accordance with Section 04220.

Not to be used for bidding purposes!

Page 26: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 10520-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/10520 (Bid Set)

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. Fire extinguisher and cabinets: One of the following or equal: 1. J.L. Industries, Bloomington, MN. 2. Larsen's Manufacturing Company, Minneapolis, MN. 3. Modern Metal Products by Muckle, Owatonna, MN. 4. Watrous, Incorporated, Northbrook, IL.

2.02 FIRE EXTINGUISHERS

A. Type FE10: UL 4A:60B:C with 10-pound capacity of dry chemical with ammonium phosphate base for extinguishing ABC fires.

2.03 WALL BRACKETS

A. Type: Standard as manufactured by fire extinguisher manufacturer.

2.04 ACCESSORIES

A. Extinguisher brackets: Formed steel, corrosion resistant finish, size, and type to suit extinguisher.

PART 3 EXECUTION

3.01 INSTALLATION

A. Install products in accordance with manufacturer's recommendations.

B. Install products plumb, square, and level.

C. Place extinguishers: Locate 1 extinguisher as indicated.

3.02 SCHEDULE

A. Install fire extinguisher on wall brackets when fire extinguisher are indicated without cabinets.

END OF SECTION

Not to be used for bidding purposes!

Page 27: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11246-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11246 (Bid Set)

SECTION 11246

POLYMER BLENDING AND FEED EQUIPMENT: LIQUID

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Complete and operational automatic polymer blending and feed system to handle liquid polymer and delivery of activated polymer.

B. Tag numbers: 1. Polymer Feed System No. 1 - PFS-1-812. 2. Polymer Feed System No. 2 - PFS-2-822.

C. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01756 - Commissioning. 3. Section 01782 - Operation and Maintenance Data. 4. Section 01783 - Warranties and Bonds. 5. Section 10400 - Signage. 6. Section 15050 - Common Work Results for Mechanical Equipment. 7. Section 15958 - Mechanical Equipment Testing. 8. Section 17710 - Control Systems: Panels, Enclosures, and Panel

Components. 9. Section 17950 - Testing, Calibration, and Commissioning.

1.02 REFERENCES

A. CSA International (CSA).

B. National Electrical Manufacturers Association (NEMA).

C. Underwriters Laboratories, Inc. (UL).

1.03 SYSTEM DESCRIPTION

A. Design requirements: 1. Provide 2 integrated equipment packages capable of automatically metering,

diluting, blending, activating, and feeding liquid polymer and water. 2. Activate concentrated emulsion polymer in a multi-zone hydro-mechanical

vessel with a tapered mixing regime.

B. Pre-assemble and shop-test system to ensure compliance with pressure and operational requirements.

C. Design criteria: 1. Polymer type: Emulsion. 2. Polymer activity (percent active): 30 to 50. 3. Active polymer consumption: 10 pounds per dry ton of sludge solids. 4. Final percent solution desired: 0.25 to 0.50.

Not to be used for bidding purposes!

Page 28: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11246-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11246 (Bid Set)

5. Percent solids of waste activated sludge feed: 0.3 to 1.0. 6. Percent solids of primary sludge feed: 0.3 to 1.0

D. Polymer feeder schedule: 1. Dilution water flow rate range: 60 to 600 gallons per hour.

a. Primary dilution: 30 to 300 gallons per hour. b. Post dilution (if required): 30 to 300 gallons per hour. c. Total dilution water flow range: 60 to 600 gallons per hour.

2. Metering pump: a. Type: Progressive Cavity. b. Output range: 0.125 to 2.5 gallons per hour.

3. Mixing motor: 1/2 horsepower, wash-down motor.

E. Maximum water pressure available for dilution water is 75 to 82 pounds per square inch. 1. Anticipated backpressure on the blending unit: 15 pound per square inch. 2. For polymer systems relying on hydrodynamic, non-mechanical mixers, if the

available differential pressure is less than 75 pounds per square inch or for polymer feed systems requiring high working differential pressures for dilution water, manufacturer must provide integral, skid mounted booster pumps and appurtenances as a part of a fully operational, pre-packaged system.

3. Pressure regulating valve with stainless steel, liquid filled pressure gauges to monitor and control the pressure from the booster pump.

1.04 SUBMITTALS

A. Submit as specified in Section 01330.

B. Product data: As specified in Section 15050: 1. Detailed specifications and shop drawings with both isometric and orthogonal

views of the proposed installation, including dimensions, weights, and complete parts list.

2. Hydraulic characteristics of the mixer. 3. Detailed specifications, wiring diagrams, cut sheets for all accessories

provided.

C. Shop drawings: As specified in Section 15050.

D. Calculations: As specified in Section 15050.

E. Vendor operation and maintenance manuals: As specified in Section 01782.

F. Commissioning submittals: 1. Provide Manufacturer’s Certificate of Source Testing as specified in

Section 01756. 2. Provide Manufacturer’s Certificate of Installation and Functionality Compliance

as specified in Section 01756.

1.05 WARRANTY

A. Provide warranty as specified in Section 01783.

Not to be used for bidding purposes!

Page 29: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11246-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11246 (Bid Set)

B. Special warranty: 1. Provide warranty on polymer blending mixing chamber for the life of the

system to be free of defects in workmanship or materials. a. This extended warranty shall not apply if the damage is caused by

freezing or other weather related damage or over-pressure. b. The polymer blending mixing chamber shall be warranted against failure

due to mixing chamber plugging for any reason. c. If the mixing chamber plugs a replacement mixing chamber will be

provided at no cost to Owner. d. This additional warranty does not cover the replacement of seals or

motors, where applicable. e. The warranty shall apply regardless whether potable or non-potable water

is used.

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. One of the following: 1. VeloDyne, VeloBlend VM Series modified as specified in this Section. 2. UGSI/Polyblend, M series modified as specified in this Section. 3. Fluid Dynamics, dynaBLEND modified as specified in this Section.

2.02 MATERIALS

A. General: 1. System shall be constructed with a Type 316 stainless steel chassis. 2. Hardware shall be Type 316 stainless steel. 3. Any components in contact with polymer or water shall be constructed of

electrolysis nickel-plated brass, stainless steel, or an inert plastic.

2.03 EQUIPMENT

A. Mixing requirements: 1. Mixing energy shall be provided by a variable speed stainless steel or bronze

mixing impeller. Plastic impellers are not acceptable. a. The mixer impeller shall be controlled by a SCR or VFD controller and

driven by a wash down duty motor. b. The mixer drive shaft shall be sealed by a mechanical seal, which shall

have an integrally mounted and factory plumbed seal mounted and flushing valve. The seal shall be easily accessible for replacement.

2. Mixing system shall be specifically designed to invert, disperse, and activate in solution emulsion and dispersion polymers with viscosities from 200 to 6,000 cps.

3. The mixing system shall be designed to effectively induce high, non-damaging mixing energy over the systems full flow range.

B. Mixing chamber: 1. Mixing chamber shall be clear Lexan to view the mixing action and blending

effectiveness. 2. Mixing chamber shall have a maximum rated pressure of 100 pounds per

square inch.

Not to be used for bidding purposes!

Page 30: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11246-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11246 (Bid Set)

3. Provide a brass mixing chamber pressure relief valve and drain valve. 4. All bearings shall be external from the mixing chamber. 5. Motor:

a. 1/2 horsepower, 90 VDC, 1,750 revolutions per minute, wash-down duty, rated for Class I Division 2 environment (PFS-2-822)

b. 1/2 horsepower, 90 VDC, 1,750 revolutions per minute, wash-down duty (PFS-1-812)

6. Polymer check valve: a. Specifically designed to isolate neat polymer from dilution water. b. Readily accessible for cleaning without the use of tools. c. Installed inside the mixing chamber not allowed. d. Mixing chamber disassembly for access not allowed. e. Conventional ball type check valves not allowed.

C. Dilution water system: 1. The system shall include an adjustable pressure regulator to reduce plant

water pressure down to the allowable system pressure. 2. The unit shall have an electric solenoid valve for on/off control of total dilution

water flow. 3. Provide a 2 1/2 inch stainless steel liquid filled pressure gauge to monitor

dilution water inlet pressure. 4. If required, water supply will split to 2 separate but identical rotameter type

flow indicators. a. Rotameters shall be equipped with integral rate adjusting valves, to

measure water flow of the "primary dilution" and "post dilution.” if supplied. b. Water flow rate to be adjustable and displayed in the range as specified in

this Section. c. Configure rotameters so that adjustment of 1 rotameter will not affect the

flow through the other. 5. Provide a Type NEMA Type 7 rated differential pressure switch (PFS-2-822)

and NEMA Type 4X rated differential pressure switch (PFS-1-812). a. The differential pressure switch shall have a cast aluminum housing and

brass and stainless steel wetted parts. b. Plastic pressure switches shall not be acceptable.

D. Solution discharge system: 1. Pressure gauge:

a. Size: 2-1/2-inch. b. Materials: Type 304 stainless steel. c. Liquid filled with diaphragm seal

2. Check valve: a. Type: Flapper. b. Materials: PVC and Viton. c. Size: Same size as the solution discharge piping.

E. System skid: 1. Frame:

a. Material: Type 304 stainless steel. 1) Mild steel not accepted.

b. Design: Easy access to all components. 2. All piping rigidly supported.

Not to be used for bidding purposes!

Page 31: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11246-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11246 (Bid Set)

3. Pump suction mounting height not to exceed 5-inches from the bottom of the skid.

4. The overall system dimensions shall not exceed 48 inches wide by 36 inches deep by 72 inches high.

F. Neat polymer metering pump: 1. Quantity: 1 per blending unit. 2. Integrally mounted on system skid. 3. Range: 0.125-2.5 gallons per hour. 4. Positive displacement type. 5. Motor: 1/2 horsepower, 90 VDC, 1,750 revolutions per minute, wash-down

duty. a. Suitable for installation in a Class I Division 2 Environment (PFS-2-822

only) 6. Gear reducer size: Maximum speed of the metering pump. 7. All wetted parts shall be stainless steel, Teflon, or Viton. 8. Pump body shall be stainless steel. 9. Accessories:

a. Polymer flow sensor: 1) Thermal type. 2) All wetted parts Type 304 stainless steel. 3) Mount on system skid with Type 304 stainless steel bracket. 4) Mount with polymer piping is not acceptable.

b. Pressure relief valve: 1) Materials: PVC and Viton. 2) Location: Discharge line of the pump. 3) Factory plumbed back to suction of the pump.

c. Pressure gauge: 1) Size: 2-1/2-inch. 2) Materials: Type 304 stainless steel. 3) Liquid filled with diaphragm seal. 4) Location: Discharge line of the pump.

10. Capable of pumping polymer with apparent viscosities of up to 6,000 cps. 11. Capable of a 3.5-feet suction lift of polymer to ensure no loss of suction upon

low drum storage levels.

G. Ball Valves: 1. Manufacturers: One of the following, or equal:

a. Apollo Valves as manufactured by Conbraco Industries, Inc. b. Metso Automation/Jamesbury. c. NIBCO, Inc. d. Flow-Tek, Inc.

2. General: a. Type: Non-lubricated, full port and capable of sealing in either direction. b. End connections:

1) Threaded or solder ends for sizes 3-inch and smaller. 2) Class 150 flanged for sizes larger than 3 inch.

a) Flanges: In accordance with ASME B16.1 standards. c. Stem packing: Manually adjustable while valve is under pressure.

Not to be used for bidding purposes!

Page 32: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11246-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11246 (Bid Set)

d. Shafts: 1) Rigidly connected to the ball by a positive means.

a) Design connection to transmit torque equivalent to at least 75 percent of the torsional strength of the shaft.

e. Handles: Stainless steel latch lock handle with vinyl grip and stainless steel nut designed to open and close the valve under operating conditions.

f. Temperature limits: Suitable for operation between minus 20 and 350 degrees Fahrenheit.

3. Materials: a. Stainless steel body. b. Ball: Type 304 stainless steel. c. Seats: PTFE. d. Stem seals: PTFE or Viton. e. Bearings: Self-lubricated, corrosion resistant material that will not

contaminate potable water. f. Valves for combustible fluid applications (digester gas, natural gas, fuel

oil, etc.) must be of fire safe design. 4. Electric actuators per Section 13447. Actuators and valves to be supplied by

polymer blending unit supplier.

2.04 ACCESSORIES

A. Polymer tote pump suction assembly: 1. Quick disconnect SST King Combination Nipple connection. 2. Full port ball valve 1-inch.

a. Material: Type 304 stainless steel. 3. Braided PVC hose 1-inch, 15 feet long.

2.05 CONTROLS

A. General: 1. Provide a vendor control panel at each installation for control of the pumps,

except as indicated on the pump schedule. 2. The control panel enclosure and all electrical and instrumentation components

shall conform to the requirements stated in the Contract Documents. 3. Vendor control panels and all components shall be UL listed and labeled.

B. Vendor control panel: 1. Enclosures and control panel features:

a. Requirements: 480 VAC, 15 Amps maximum, 60 hertz. b. Panel to have contacts as necessary to provide the control functions as

indicated on the Drawings. c. NEMA Type 7, Type 304 or Type 316 stainless steel. d. Panel shall be integrally mounted to polymer blending unit skid. e. Panels shall be as specified in Section 17710 unless otherwise specified

in this Section. f. Panel shall be UL listed and shall be assembled in a UL listed facility. g. Provide a manual disconnect switch to disconnect 120 VAC input power

from each motor. h. Mixing chamber motor:

1) SCR controllers.

Not to be used for bidding purposes!

Page 33: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11246-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11246 (Bid Set)

i. Neat polymer pump motor: 1) Motor starter. 2) SCR controllers:

a) Remote 4-20 mA signal. b) Display operating parameters in strokes per minute or strokes

per hour. c) Adjustable manual control of polymer input rate by varying

stroke frequency of the pump. j. The control panel shall not be less than 16 inches wide by 18 inches high

by 8 inches deep to assure adequate room for components and cooling. k. Provide a circuit breaker for main control circuit protection.

1) Fuses shall not be used. l. All wires shall be numbered with heat shrink labels consistent with

electrical schematics, adhesive labels shall not be used. m. Provide component tag numbers consistent with electrical schematics. n. Wires shall be neatly run in wire raceway. o. Terminal blocks: Manufactures: The following or equal:

1) Allen Bradley J4 series. p. Interconnecting conduit and fittings shall be rated NEMA Type 7. q. Provide an 8 foot power cord or a main power rotary disconnect switch. r. Provide a laminated terminal block legend. s. Provide electrical schematics in side control panel. t. Interconnecting cable between each polymer unit and the control panel,

100 feet long. u. "LOCAL/OFF/REMOTE" switch. v. Post dilution, if required, to be controlled manually at the polymer blending

unit. w. System to include a loss of flow sensor which, sensing that dilution water

flow has been interrupted, will place the polymer pump on standby and will restart it automatically when flow is restored.

2. Contractor responsible for coordination with suppliers of dewatering control panel, polymer system, and other trades.

3. Selector switches and controls (30 millimeter switches): a. System ON/OFF (reset)/REMOTE:

1) In remote mode the system shall accept remote start/stop dry contacts and a 4-20mA metering pump control signal.

2) 1-turn potentiometer - mixer speed. 3) 10-turn potentiometer - progressive cavity metering pump control. 4) Booster pump ON/AUTO switch (if applicable).

4. Status/Alarm indicators (30mm LED lights): a. Main power ON light. b. LED display of metering pump rate. c. Low water differential pressure alarm light. d. Low polymer flow alarm light.

5. Inputs (signals by others): a. Remote Start/Stop (discrete dry contact). b. Pacing signal based on process flow (4-20mA).

6. Outputs: a. System running (discrete dry contact). b. Remote mode (discrete dry contact). c. Common alarm (discrete dry contact). d. Polymer pump rate (4-20mA).

Not to be used for bidding purposes!

Page 34: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11246-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11246 (Bid Set)

2.06 SPARE PARTS

A. Provide 1 complete set of special tools needed to assemble and disassemble the system.

PART 3 EXECUTION

3.01 INSTALLATION

A. Alignment of piping may vary from that indicated on the Drawings. 1. Upon acceptance by the Engineer, align piping to suit the equipment

furnished, without additional cost to Owner.

B. Contractor to flush out potable water line until water discharged from line is clear and free of debris, before conducting disinfection of the line.

C. Contractor to avoid exposing neat polymer lines to water at any point of the system.

D. Identification of the health, flammability, and reactivity of hazardous materials shall be affixed to each chemical storage tote, as specified in Section 10400.

3.02 COMMISSIONING

A. As specified in Section 01756 and this Section.

B. Manufacturer services: 1. Provide certificates:

a. Manufacturer’s Certificate of Source Testing. b. Manufacturer’s Certificate of Installation and Functionality Compliance.

2. Manufacturer’s Representative onsite requirements: a. Installation, functional testing, and training - one 8-hour day.

3. Process Operational Period: a. As required by Owner or Contractor.

C. Source testing: 1. Test as specified in Section 15958. 2. Polymer feed and blend system:

a. Test witnessing: Not witnessed. b. Conduct Level 1 General Equipment Performance Test. c. Conduct Level 1 Vibration Test. d. Conduct Level 1 Noise Test.

3. Electrical Instrumentation and Controls: a. Test witnessing: Not witnessed. b. Conduct testing as specified in Section 17950.

D. Functional testing: 1. Functional testing of the entire polymer feed system to be conducted following

installation and cleaning of the polymer blending units. 2. Polymer feed and blend system:

a. Test witnessing: Witnessed. b. Conduct Level 2 General Equipment Performance Test. c. Conduct Level 2 Vibration Test.

Not to be used for bidding purposes!

Page 35: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11246-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11246 (Bid Set)

d. Conduct Level 2 Noise Test. 3. Electrical Instrumentation and Controls:

a. Test witnessing: Witnessed. b. Conduct testing as specified in Section 17950.

3.03 ADDITIONAL SERVICES

A. Manufacturer's services include a 1 day site visit during the first year of operation as coordinated with Owner.

END OF SECTION

Not to be used for bidding purposes!

Page 36: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 37: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11312R-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11312R (Bid Set)

SECTION 11312R

ROTARY LOBE PUMPS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes rotary lobe type positive displacement pump with driver, and features as specified and scheduled in this Section. Refer to related Specifications for additional requirements.

A. Tag numbers: As specified in Pump Schedule.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01600 - Product Requirements. 3. Section 01756 - Commissioning. 4. Section 01782 - Operation and Maintenance Data. 5. Section 01783 - Warranties and Bonds. 6. Section 05190 - Mechanical Anchoring and Fastening to Concrete and

Masonry. 7. Section 09960 - High-Performance Coatings. 8. Section 15050 - Common Work Results for Mechanical Equipment. 9. Section 15958 - Mechanical Equipment Testing. 10. Section 16222 - Low Voltage Motors up to 500 Horsepower.

1.02 REFERENCES

A. American Gear Manufacturers Association (AGMA).

B. American National Standards Institute (ANSI).

C. ASTM International (ASTM): 1. A48 - Standard Specification for Gray Iron Castings. 2. A276 - Standard Specification for Stainless Steel Bars and Shapes. 3. A278 - Standard Specification for Gray Iron Castings for Pressure-Containing

Parts for Temperatures Up to 650°F (350°C). 4. A283 - Standard Specification for Low and Intermediate Tensile Strength

Carbon Steel Plates. 5. A470 - Standard Specification for Vacuum-Treated Carbon and Alloy Steel

Forgings for Turbine Rotors and Shafts. 6. A516 - Standard Specification for Pressure Vessel Plates, Carbon Steel, for

Moderate and Lower Temperature Service. 7. D2240 - Standard Test Method for Rubber Property-Durometer Hardness.

D. Hydraulic Institute (HI): 1. 3.1-3.5 - Rotary Pumps for Nomenclature, Definitions, Application and

Operation. 2. 3.6 - Rotary Pump Tests.

Not to be used for bidding purposes!

Page 38: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11312R-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11312R (Bid Set)

3. 9.1-9.5 - Pumps - General Guidelines for Types, Definitions, Application, Sound Measurement and Decontamination.

E. National Electrical Manufacturers Association (NEMA).

1.03 DEFINITIONS

A. Pump head (total dynamic head, TDH), flow capacity, pump efficiency, net positive suction head available (NPSHa), and net positive suction head required (NPSHr) are as defined in HI 3.1-3.5, 3.6, and 9.1-9.5 and as modified in the Specifications.

B. Suction head: Gauge pressure available at pump intake flange or bell in feet of fluid above atmospheric. Average when using multiple suction pressure taps, regardless of variation in individual taps.

1.04 SYSTEM DESCRIPTION

A. Components: 1. Rotary lobe type positive displacement pumps with convoluted type tri-lobe

rotors, motors, seals, couplings, base plates, guards, supports, anchor bolts, taps, lifting eyes, stands, and other items as specified and as required for a complete and operational system.

B. Design requirements: 1. Pump performance characteristics:

a. As specified in the Pump Schedule. b. Performance tolerances shall be the same as the test tolerances specified

in Section 15958. c. Pumps shall be suitable for installation as specified in this Section and as

indicated on the Drawings. 2. Motor characteristics: As specified in Pump Schedule.

C. Product requirements as specified in Section 01600 and Section 15050.

1.05 SUBMITTALS

A. Submit as specified in Section 01330.

B. Product data: As specified in Section 15050.

C. Shop drawings: As specified in Section 15050.

D. Calculations: As specified in Section 15050: 1. Torsional analysis: When scheduled, submit as specified in Section 15050.

E. Vendor operation and maintenance manuals: As specified in Section 01782.

F. Commissioning submittals: 1. Provide Manufacturer’s Certificate of Source Testing as specified in

Section 01756. 2. Provide Manufacturer’s Certificate of Installation and Functionality Compliance

as specified in Section 01756.

Not to be used for bidding purposes!

Page 39: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11312R-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11312R (Bid Set)

1.06 WARRANTY

A. As specified in Section 01783.

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. Pumps: One of the following. 1. Boerger, LLC. 2. Lobeline. 3. Vogelsang.

2.02 MATERIALS

A. General: Materials in the Pump Schedule shall be the type and grade as specified in this Section.

B. Cast iron: ASTM A48, Class 30 minimum.

C. Gray iron casting: ASTM A278, Class 30.

D. Buna-N: Synthetic rubber with a minimum Durometer hardness of 70 in accordance with ASTM D2240 test methods.

E. Steel: ASTM A283, Grade D or ASTM A516 Grade 70.

F. Stainless steel: ASTM A276, Type 316 stainless steel; nickel - chrome- boron coating as scheduled.

G. Carbon steel: ASTM A470.

H. All elastomers shall be Buna-N.

2.03 GENERAL PUMP CONSTRUCTION

A. Type: Industrial, heavy duty, positive displacement, rotary lobe type pumps meeting performance requirements and features as scheduled and as specified.

B. Service: Pumping units shall be designed to convey sludge. Normal solids concentrations will be as scheduled. Other service requirements shall be as scheduled.

C. All equipment shall be designed and built for 24-hour continuous service at the rated design condition without overheating, without cavitation, and without excessive vibration or strain.

D. All working parts of the pumps and motors, such as bearings, wearing rings, shaft, sleeves, etc., shall be standard dimensions built to limit gauges or formed templates, such that parts will be interchangeable between like units and such that the Owner may obtain replacement and repair parts for those furnished in the original machines at any time in the future.

Not to be used for bidding purposes!

Page 40: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11312R-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11312R (Bid Set)

E. All lubrication fittings shall be brought to the outside of all equipment so that they are readily accessible from the outside without the necessity of removing covers, plates housings, or guards.

F. Pump shall be capable of temporarily running dry without damage and operate in either direction.

2.04 PUMP CASING

A. Materials: 1. Pump casing: As scheduled. 2. Pump top and bottom housing: As scheduled: minimum 264 Brinell hardness. 3. Front and end covers: Same as pump casing. 4. Wear plates: As specified.

B. Top and bottom pump housing: Top and bottom segments of the pump shall be adjustable based on wear up to 6 millimeters. The adjustment shall be accomplished by simply moving stainless steel shims from one hole to the next in the pump housing, allowing for the closing of tolerance around the rotors. This adjustment must be available a minimum of 2 times from factory tolerance. 1. In lieu of providing adjustable top and bottom segments, manufacturer may

provide radial wear plates on the casing walls that utilize the same philosophy as the front and rear wear plates.

2. The radial wear plates shall be designed to allow the Owner to replace the worn component and bring the radial casing back to factory tolerance.

C. Front cover: 1. The removable front cover shall be mounted to the pump with 4 individual

bolts. 2. The front cover shall permit removal of the rotors without disturbing piping,

bearings, and mechanical seals. 3. The front cover shall be machined to accept a reversible wear plate.

D. End cover: 1. The removable end cover shall be flush with no recesses or dead pockets

where solids can accumulate. 2. The end cover shall be sealed with Buna-N O-ring and provide complete

access to the pump chamber without disconnecting pipe work glands or bearings.

3. End cover shall have easy open and close access.

E. Wear plates: Wear plates shall be constructed of Hardox 500 material, or equal, with a minimum Brinell hardness of 550.

F. Port connections: Provide ANSI Class 150 raised face flanges. Connections shall be suitable for field coating as specified in Section 09960. 1. Provide 3/4 inch hose connection on suction flange.

2.05 PUMP ROTORS

A. Materials: 1. Rotor core: As scheduled. 2. Rotor (and/or rotor tip) coating: As scheduled.

Not to be used for bidding purposes!

Page 41: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11312R-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11312R (Bid Set)

B. Construction: 1. The pump shall utilize 2 tri-lobe rotors, which are driven through positive timing

gears running in oil. 2. Rotor cores shall be covered with a rotor coating as scheduled. 3. The geometry of the rotor core shall be the same as that of the finished rotor. 4. Rotor vane geometry shall be convoluted to provide pressure-pulse free

operation. 5. Designs with rotor vanes parallel to the shaft centerline will not be accepted. 6. The convoluted rotor shall be specifically designed for pumping sludge

containing organic solids, small inorganic particles, and grit. 7. Rotors shall be positioned on the shaft by replaceable hardened key ways and

secured to the shaft by internal/external expansion clamp sleeves and flush discs requiring no recesses in the end cover.

C. In lieu of providing solid rotors, rotors may be provided with replaceable tips. Rotor, rotor tip, and rotor coating material shall be as specified.

D. Stacking of lobes is not acceptable.

2.06 SHAFTS

A. Materials: 1. Shaft: As scheduled. 2. Shaft sleeve: As scheduled: ceramic coated.

B. Construction: Pump shafts shall be designed to provide sufficient stiffness to operate without distortion, damaging vibration, or excessive wear throughout the range of operation specified.

C. Sludge wetted rotor/shaft connections are not acceptable.

2.07 STUFFING BOXES

A. Construction: 1. A blocking chamber located behind the mechanical seal and in front of the

bearing housing lip seal shall be molded into the casting of the pump. a. This chamber shall be suitable for oil fill through the top and bottom of the

pump. b. This chamber will have an external pressurized oil bottle mounted above

the pump from the fill nipples to view the status of the mechanical seals. 2. The external oil bottle will be located in view of the operator. Oil-quench shall

provide lubrication and cooling of the seal, allow detection of seal failures, and provide a buffer zone to the sealed timing gear. Seal water flush systems are not acceptable. a. In lieu of providing an external pressurized oil bottle mounted above the

pump, manufacturer may provide a plastic stopper on the chamber that is vented to the atmosphere, which will allow fluid to escape as an indication of seal failure.

B. Shaft seal type: As scheduled.

Not to be used for bidding purposes!

Page 42: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11312R-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11312R (Bid Set)

C. Design of the pump shall allow removal and replacement of the seal via the front cover. 1. Seal designs that open during rotor replacement are not acceptable.

D. Oil drain gearbox and intermediate chamber shall be easily accessible. 1. Oil drain under the pump is not acceptable.

2.08 GEAR REDUCERS

A. Gear reducers and couplings shall meet the requirements as specified in Section 15050.

B. Provide NEMA C face connection between motor and gearbox.

C. Provide helical reduction gears, rated for AGMA Class II service with a 1.5 service factor.

D. Provide oil bath lubrication.

2.09 SUPPORTS, PEDESTALS, AND BASEPLATES

A. Materials: Same as pump casing or ASTM A283 steel, hot-dip galvanized after fabrication and coated as specified in Section 09960.

B. Pump, driver, and intermediate bearing support strength: Able to withstand minimum 1.5 times maximum imposed operating loads or imposed seismic loads, whichever is greater.

C. Configuration: 1. Support pump, gear reducers, and motor on a common structural steel

baseplate. 2. Pumping unit shall be furnished in an inline arrangement.

D. Anchor bolts: Designed by the pump manufacturer: 1. 3/4-inch minimum diameter. 2. As specified in Section 05190.

2.10 EQUIPMENT GUARDS

A. Provide safety guards as specified in Section 15050.

2.11 DRIVERS

A. Horsepower: 1. As scheduled. 2. Listed driver horsepower is the minimum to be supplied.

a. Increase driver horsepower if required to prevent driver overload while operating at any point of the supplied pump operating head-flow curve including runout.

b. When scheduled driver is a motor, increase motor horsepower if required to prevent operation in the service factor.

c. Make all structural, mechanical, and electrical changes required to accommodate increased horsepower.

Not to be used for bidding purposes!

Page 43: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11312R-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11312R (Bid Set)

B. Motors: Provide motors as specified in Section 16222 and as specified in this Section. 1. Revolutions per minute: As scheduled. 2. Enclosure: As scheduled. 3. Electrical characteristics: As scheduled. 4. Efficiency, service factor, insulation, and other motor characteristics: As

specified in Section 16222. 5. Motor accessories: As specified in Section 16222 and in this Section. 6. Coordinate motors with the variable frequency drive manufacturer to ensure

compatibility between the motor and variable frequency drive.

C. Other drivers: As scheduled and as specified in sections listed in the Schedule.

D. Non-reverse ratchets: When scheduled, provide driver with non-reverse ratchets or pin mechanism to prevent reverse rotation of the pump and driver in the event of discharge valve failure.

2.12 SPARE PARTS AND SPECIAL TOOLS

A. Spare parts: Deliver the following for each type or size of pump: 1. 1 spare rotor set or set of replaceable rotor tips. 2. 1 set of mechanical seals. 3. 1 set of O-rings. 4. 1 set of wear plates (front, back, and radial).

B. Special tools: For each type or size of pump specified, provide 1 set of all special tools required for complete assembly or disassembly of the pump system components.

PART 3 EXECUTION

3.01 COMMISSIONING

A. As specified in Section 01756 and this Section.

B. Manufacturer services: 1. Provide certificates:

a. Manufacturer’s Certificate of Source Testing. b. Manufacturer’s Certificate of Installation and Functionality Compliance.

2. Manufacturer’s Representative onsite requirements: a. Installation, Functional Testing, and Training: one 8-hour day.

3. Process operational period: a. As required by Owner or Contractor.

C. Source testing: As specified in Pump Schedule.

D. Functional testing: As specified in Pump Schedule.

Not to be used for bidding purposes!

Page 44: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11312R-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11312R (Bid Set)

3.02 PUMP SCHEDULE

Tag Numbers HSTP-1-121 GBTDP-2-212

General Characteristics:

Service Hauled Sludge Thickened Sludge

Solids Concentration, % 0.3-1 4-8

Quantity 1 1

Maximum Noise, dBA at 3 feet

85 85

Minimum Pump Displacement (gal/100 rev)

300 47.3

Torsional Analysis Not Required Not Required

Minimum Pumped Fluid degrees Fahrenheit

34 34

Normal Pumped Fluid degrees Fahrenheit

65 65

Maximum Pumped Fluid degrees Fahrenheit

90 90

Pump Characteristics:

Impeller Type Positive Displacement, Rotary Lobe

Positive Displacement, Rotary Lobe

Shaft Seal Type Single Mechanical Single Mechanical

Coupling Type Flexible, vibration reducing Flexible, vibration reducing

Speed Control Variable Frequency Drive Variable Frequency Drive

Maximum Pump rpm 350 300

Suction Flange Diameter, Inches

8 4

Discharge Flange Diameter, Inches

8 4

Rated Design Point:

Flow, Gallons per Minute 823 94

Head, Feet 38 19

Maximum Rated Head Condition (at Maximum Revolutions per Minute):

Flow, Gallons per Minute 900 94

Head, Feet 43 230

Normal Operating Range:

Flow, Gallons per Minute 200-900 25-94

Not to be used for bidding purposes!

Page 45: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11312R-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11312R (Bid Set)

Tag Numbers HSTP-1-121 GBTDP-2-212

Head Range, Feet 0 - 43 0 - 230

Pump Materials:

Casing Gray Cast Iron Cast Iron

Top and Bottom Pump Housing

Gray Cast Iron Cast Iron

Rotor Core Gray Cast Iron Cast Iron

Rotor Coating (including rotor tip coating)

Buna-N Buna-N

Shaft Carbon Steel Carbon Steel

Shaft Sleeve 316 Stainless Steel, Ceramic Coated

316 Stainless Steel, Ceramic Coated

Nuts and Bolts 316 Stainless Steel 316 Stainless Steel

Driver Characteristics:

Driver Type Motor Motor

Drive Arrangement Inline Inline

Driver Horsepower 20 15

Maximum Driver rpm 388 254

Motor Characteristics (when motor is driver type):

Inverter Duty Rated Yes Yes

Motor Voltage/Phases/Hertz

460/3/60 460/3/60

Enclosure Type TEFC Suitable for Class I Division 2

Source Testing:

Test Witnessing Non-Witnessed Non-Witnessed

Performance Test Level 1 1

Vibration Test Level 1 1

Noise Test Level 1 1

Functional Testing:

Performance Test Level 1 1

Vibration Test Level 1 1

Noise Test Level 1 1

END OF SECTION

Not to be used for bidding purposes!

Page 46: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 47: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11334-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11334 (Bid Set)

SECTION 11334

IN-LINE GRINDER

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: In-line grinder including main housing, cutter-drive assembly, and motor controller.

B. Tag Numbers: 1. In-Line Grinder #1: GRI-1-111. 2. In-Line Grinder #2: GRI-2-200.

C. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01756 – Testing, Training, Facility Start-Up. b. Section 01770 - Closeout Procedures. c. Section 09960 - High-Performance Coatings. d. Section 15050 - Common Work Results for Mechanical Equipment. e. Section 16222 - Electric Motors up to 500 Horsepower.

1.02 REFERENCES

A. American Iron and Steel Institute (AISI): 1. 4130 - Heat Treated Alloy Steel. 2. 4140 - Heat Treated Hexagon Steel.

B. ASTM International (ASTM): 1. A 395 - Standard Specification for Ferritic Ductile Iron Pressure Retaining

Castings.

C. National Electrical Manufacturers Association (NEMA): 1. 250 - Enclosures for Electrical Equipment (1000 V Maximum).

1.03 DEFINITIONS

A. NEMA Type 4X enclosure in accordance with NEMA 250.

Not to be used for bidding purposes!

Page 48: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11334-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11334 (Bid Set)

1.04 SYSTEM DESCRIPTION

A. Design requirements:

Flow Rates:

Maximum: 1,040 gallons per minute

Minimum: 330 gallons per minute

Pressure Drop:

Maximum: 3.2 psi at 1,040 gallons per minute (3-4% dry solids)

Pipe Sizes:

Inlet: 8 inches

Outlet: 8 inches

1.05 SUBMITTALS

A. As specified in Section 15050.

1.06 QUALITY ASSURANCE

A. Manufacturer qualifications: Manufacturer shall have at least 5 years’ experience in the design, application, and supply of inline grinders for wastewater sludge, and provide a list of not less than 10 operating installations in the United States as evidence of meeting the experience requirement.

B. Modifications: Modify standard equipment to meet, as a minimum, the values specified for dimension, design, and intent of this Section.

1.07 DELIVERY, SHIPPING, AND HANDLING

A. As specified in Section 15050.

1.08 WARRANTY

A. Provide warranty as specified in Section 01783.

1.09 MAINTENANCE

A. As specified in Section 15050.

B. Provide the following spare parts: 1. 3 fuses. 2. 3 replacement long life indicator lamps. 3. 1 complete gasket and O-rings set. 4. 1 complete cutter cartridge assembly.

Not to be used for bidding purposes!

Page 49: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11334-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11334 (Bid Set)

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. Grinder: Manufacturers: One of the following: 1. JWC Environmental, 3000 Series Muffin Monster - with Wipes Ready™

cutters. 2. Franklin Miller, TM8500 - with Cutter Cartridge® cutters

2.02 IDENTIFICATION

A. Each unit of equipment shall be identified with a corrosion-resistant nameplate, securely affixed in a conspicuous place. 1. Nameplate information shall include equipment model number, serial number,

manufacturer's name and location. a. In-Line Grinder #1: GRI-1-111. b. In-Line Grinder #2: GRI-2-200.

2.03 MATERIALS

A. General: 1. Sewage grinders shall consist of the following 3 main components:

a. Main housing. b. Cutter cartridge and drive assembly. c. Motor controller.

2. Cutter cartridge and drive assembly shall be 2-shaft design and be capable of continuous operation, processing wet or dry. a. Single shaft devices utilizing a single rotating cutter bar with stationary

cutters will not be acceptable. 3. Two-shaft design shall consist of parallel shafts alternately stacked with

intermeshing cutters and spacers positioned on the shaft to form a helical pattern. a. The shafts shall counter-rotate with the driven shaft operating at

approximately 2/3 the speed of the drive shaft.

B. Main housing: 1. Main housing shall be a solid cast structure made of ASTM A 395 ductile iron.

a. One-piece flanged body to be capable of remaining in-line if removal of the cutter cartridge and drive assembly is required for service.

2. Inside profile of the main housing shall be concave to follow the radial arc of the cutters. a. To direct larger particles toward the cutters and assure fineness of grind,

the main housing must maintain a clearance not to exceed 5/16 inch between the major diameter of the cutter and the concave arc of the housing.

3. Main housing to be provided with a covered access port for equipment inspection. Access port covers to be ASTM A 395 ductile iron.

C. Cutter cartridge and drive assembly: 1. Cutter cartridge and drive assembly to be removable from the housing as a

complete segment without further disassembly. The components of that assembly include cutters, spacers, shafts, reducer, motor, bearings, and seals.

Not to be used for bidding purposes!

Page 50: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11334-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11334 (Bid Set)

2. Cutters and spacers: a. Inside configuration of both cutters and spacers shall be hexagonal so as

to fit the shafts with a total clearance not to exceed 0.025 inch across the flats to assure positive drive and increase the compressive strength of the spacers.

b. Cutters Heat Treated Alloy Steel, surface ground for uniformity and through-hardened to a minimum 45-53 Rockwell C. Spacers shall be heat treated to 34-53 Rockwell C.

c. Cutter configuration shall consist of 2 cross cut shafts: 1) To maintain particle size, the height of the tooth must not exceed

1/2 inch above the root diameter. 2) Cutter root diameter overlap to be not less than 1/16 inch or greater

than 1/4 inch to maintain best possible cutting efficiency while incurring the least amount of frictional losses.

d. The cutter shall exert a minimum force of 2,020 lbf/hp (12,047 N/kW) at the tooth tip.

3. Grinder drive and driven shafts to be made of AISI 4140 Heat Treated Hexagon Steel with a tensile-strength rating of not less than 149,000 pounds per square inch. a. Each shaft hex to be a minimum of 2 inches.

4. Reducer: a. The gear speed reducer to be a grease-filled planetary type of reducer

with "Heavy Shock" load classification. 1) The reduction ratio to be 29:1. 2) High-speed shaft of the grinder to be directly coupled with the

reducer using a 2-piece coupling. 5. Motor:

a. Motor to be TEFC design, 5 horsepower 1) Complying with requirements of Section 16222.

6. Required running torque per horsepower. a. Continuously: 1,000-inch pounds minimum. b. At momentary load peaks: 3,300-inch pounds.

7. Cutter cartridge seal housing and cover to be cast of ASTM A 395 ductile iron and designed to protect the seal labyrinth while guiding particles directly into the cutting chamber.

8. Bearings and seals: a. Radial and axial loads of the shafts to be borne by 4 sealed oversize

deep-groove ball bearings. b. Bearings to be protected by a combination of a replaceable and

independent tortuous path device and end face mechanical seals. c. Face materials must be a minimum of tungsten carbide to tungsten

carbide, not requiring an external flush or any type of lubrication. d. The mechanical seal to be rated at 90 pounds per square inch continuous

duty by the seal manufacturer. e. Bearings and seals to be housed in a replaceable cartridge that supports

and aligns the bearings and seals, as well as protects the shafts and end housings. O-rings to be made of Buna-N elastomers.

f. Products requiring continuous or occasional lubrication or flushing will not be accepted.

Not to be used for bidding purposes!

Page 51: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11334-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11334 (Bid Set)

D. Motor controller(s): 1. General:

a. Provide with LOCAL-OFF-REMOTE control switch: In LOCAL, grinder is controlled from local motor controller panel. In REMOTE, grinder runs when commanded by a remote dry contact. 1) In REMOTE operation, Grinder shall start and stop based on manual

input at the Plant PCS. b. Upon the grinder encountering a jam condition, the motor controller will

stop the grinder and reverse its rotation to clear the obstruction. If the jam is cleared, the controller will return to normal operation. If the jam condition still exists, the controller will go through 2 additional reversing cycles within 30 seconds (3 times total) before signaling a grinder overload condition. Upon a grinder overload condition, the controller will shut the grinder off and activate a FAIL contact.

c. If a power failure occurs while the grinder is running, the grinder will resume running when power is restored. If the grinder is stopped due to an overload condition and a power failure occurs, the overload indicator will reactivate when power is restored.

d. Controller to provide overcurrent protection. The overload relay to be adjustable so that the range selected includes the full load amps rating and service factor.

e. Controller shall have push to test indicator lights for POWER ON, FAIL, and RUN conditions.

f. Provide status contacts rated for a minimum of 1 amp at 120 VAC for the following conditions: 1) LOCAL-OFF-REMOTE in REMOTE. 2) Alarm/Fault. 3) Grinder Running. 4) Motor high temperature.

g. The controller shall be rated 208/230/460 volts 3 phase, 60 hertz. 2. Components:

a. Control devices: 1) Mount control devices in the front panel of the enclosure.

a) Indicating lights shall be LED. b) Lamps and selector switches to be heavy-duty NEMA Type 4X

Enclosures. 2) Provide normally open dry contact for FAIL and RUN signals. 3) Provide selector switch for local remote start/stop operation.

b. Enclosure: 1) NEMA Type 4X Enclosures, fabricated of 316 Stainless Steel and

shall be suitable for wall mounting. 2) Doors shall have hinges and corrosion resistant latches.

c. Reversing motor starter: 1) Starters shall be full voltage reversing type with a 120-volt operating

coil, interlock, and captive terminal screws. 2) OL relay shall be mounted directly to the contactor. 3) The relay shall be sized to the motor full load amperage.

2.04 FINISHES

A. As specified in Section 09960.

Not to be used for bidding purposes!

Page 52: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11334-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11334 (Bid Set)

2.05 SOURCE QUALITY CONTROL

A. Performance test: 1. If alternative manufacturers are proposed, the Owner or Owner's

Representative will require alternative manufacturers and specified equipment manufacturer to provide a full equipment submittal for comparison, and then a qualify performance of the alternative grinding equipment by demonstration. a. The test will be conducted in the presence of the Owner or Owner's

Representative. b. All costs such as providing test grinders, test materials, and electric power

hook-up, will be borne by the Contractor. c. A proof of performance demonstration test certificate shall be submitted

by the Contractor. d. The Owner or Owner’s representative shall evaluate and approve

demonstration test data prior to acceptance of the alternate. 2. Test equipment to be of the same model number, size, horsepower, and

configuration as the unit to be provided under this Section. a. The performance test to be a dry test.

3. The test shall be conducted such that test materials are fed into the grinder by item. a. The full quantity of each item shall be fed at 1 time and each set of items

shall be fed at separate times. b. The grinder shall be allowed to clear after the full quantity of each item is

fed through. 4. The following occurrences shall be recorded:

a. Alarms (based on 3 reversals). b. Motor overheat. c. Motor overload.

5. Categories of evaluation of test results shall include: a. Number of alarm status occurrences with number of motor overheat and

motor overload situations counted. 1) The alarm status shall be limited to 2 alarms during the entire test. 2) The alarm activation to be based upon 3 reversals.

b. Before and after test: 1) Inspect and record grinder motor amperage to verify motor

nameplate data, revolutions per minute of cutters, and motor reversal amperage.

2) Motor reversal amperage shall not be more than 80 percent of locked rotor amperage.

PART 3 EXECUTION

3.01 EXAMINATION

A. As specified in Section 15050.

3.02 INSTALLATION

A. Install grinder and motor controller in accordance with the manufacturer's installation instructions.

Not to be used for bidding purposes!

Page 53: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11334-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11334 (Bid Set)

3.03 FIELD QUALITY CONTROL

A. Provide the services of a factory-trained representative to check installation and to place grinder in service. 1. Factory representative shall have complete knowledge of proper installation,

operation, and maintenance of equipment supplied. 2. Representative shall inspect the final installation and supervise a start-up test

of the equipment.

3.04 DEMONSTRATION

A. Demonstrate operation of equipment as specified in Section 01770.

3.05 TRAINING

A. As specified in Section 01756.

END OF SECTION

Not to be used for bidding purposes!

Page 54: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 55: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11355-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11355 (Bid Set)

SECTION 11355

GRAVITY BELT THICKENER

PART 1 GENERAL

1.01 SUMMARY

A. Section Includes: Gravity Belt Thickener (GBT) system for thickening Waste Activated Sludge (WAS) and Primary Sludge (PS).

B. Tag Number: 1. New Gravity Belt Thickener - GBT-2-211.

C. Related Sections: 1. Section 01330 - Submittal Procedures. 2. Section 01756 - Testing, Training, and Facility Start-Up. 3. Section 01782 - Operating and Maintenance Data. 4. Section 11246 - Polymer Feed System. 5. Section 15050 - Basic Mechanical Materials and Methods. 6. Section 15958 - Mechanical Equipment Testing. 7. Section 16222 - Motors. 8. Section 16262 - Variable Frequency Drives below 75 Horsepower. 9. Section 16422 - Motor Control.

1.02 REFERENCES

A. American Society for Testing and Materials (ASTM). 1. A 36 - Standard Specification For Carbon Structural Steel 2. A 53 - Standard Specification For Pipe, Steel, Black And Hot-Dipped,

Zinc-Coated, Welded And Seamless. 3. A 123 - Standard Specification For Zinc (Hot-Dip Galvanized) Coatings on Iron

and Steel Products. 4. A 320 - Standard Specification For Alloy-Steel Bolting Materials For Low-Temp

Service 5. D 635 - Standard Test Method for Rate of Burning and/or Extent And Time of

Burning of Self-Supporting Plastics in a Horizontal Position 6. D 732 -Test Method For Shear Strength of Plastics by Punch Tool. 7. D 785 - Standard Test Method For Rockwell Hardness of Plastics and

Electrical Insulating Materials.

B. American National Standards Institute (ANSI)/American Bearing Manufacturer's Association (ABMA). 1. ANSI/ABMA 11-1978.

Not to be used for bidding purposes!

Page 56: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11355-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11355 (Bid Set)

1.03 SYSTEM DESCRIPTION

A. Sludge Characteristics: Sludge characteristics to be fed to gravity belt thickener is as follows:

Type of Sludge

Waste Activated Sludge (WAS)

Primary Sludge (PS)

Feed Solids, percent total suspended solids

0.3 - 1.0 0.3 - 1.0

Volatile Feed Solids Content 60 - 90 60 - 90

pH Range 4.0 - 8.0 4.0 - 8.0

Maximum Solids Size, inch 1 1

B. Performance Requirements: As a minimum, the GBT shall be capable of operating at the following conditions for the specified sludge characteristics:

Hydraulic feed rate 330 to 1,040 gallons per minute

Solids feed rate 600 to 2,140 pounds per hour

Active polymer dosage Maximum 10 pounds polymer/ton solids (dry basis, 100 percent active)

Belt service life If 2,000 hours of operation, provide 2 spare belts If 3,000 hours of operation, provide 1 spare belt

Solids capture 95 percent

Thickened Sludge Solids Concentration

4 to 6 percent on a dry weight basis at the specified hydraulic and solids loading rate.

1.04 SUBMITTALS

A. Product Data.

B. Performance Test Data.

C. Shop Drawings: Include details on gravity belt thickener, motors, thickener gear drives, hydraulic system, schematic wiring diagrams and interconnections wiring diagrams, interconnecting piping, pipe supports, control panel layouts, and size and length of each support frame member.

D. Spare Parts List: Include a list of common spare parts, current pricing on each item, and minimum two sources where each part can be purchased.

E. Calculations: Include calculations of the following to support structural adequacy of gravity belt thickener; performed, signed and sealed by a professional structural engineer. 1. Structural anchor points to concrete foundation. 2. Distribution of stresses through gravity belt thickener frame.

Not to be used for bidding purposes!

Page 57: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11355-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11355 (Bid Set)

3. Seismic loads on frame and anchor bolts. 4. Maximum roller deflection. 5. Roller bearing compliance bearing life requirement at maximum loading, based

on ABMA/ISO capacity formula.

F. Manufacturer's Qualifications References.

G. Technician Qualifications Resume: Submit resume of technician to perform gravity belt thickener adjustments, inspections, observations of test operations, and training.

H. Training Course Outline.

I. Operating and Maintenance Manual: Include complete lubrication, maintenance, and operation instructions, including initial start-up instructions, ladder logic drawings, and unloading and handling methods.

J. PLC Program Submittal: Provide the following, in the order listed: 1. Control Description: Provide a written description of the control logic to be

programmed in the PLC specified below. Include a complete listing of all inputs and outputs, as well as a description of the interface to the SCADA system.

2. Programming Code: Submit a complete, thoroughly annotated listing of all PLC code prior to shipment of the gravity belt thickener to the site. Meet with the Engineer and SCADA System Programmer to discuss the submittal and SCADA interface requirements within 20 days of submission of the PLC code.

3. Submit updates of the PLC code prior to startup of the system. Provide a complete, final code listing in the O&M manual. With each listing, provide a complete contiguous memory/register map, highlighted to show where SCADA interface points are located.

K. SCADA Interface Testing: Submit a test plan with testing forms describing in detail how the interface between the GBT PLCs and the SCADA system will be demonstrated. Testing shall include a test for each interface point and demonstration of each function.

1.05 QUALITY ASSURANCE

A. Manufacturer Qualifications: Regularly engaged in manufacturer of gravity belt thickeners in the United States for minimum 5 years that have been successfully used in domestic wastewater applications for thickening both waste activated sludge and primary sludge in the United States. Provide 5 references from operating installations using similar GBT model for thickening same type of sludge at a municipal WWTP.

B. Technician Qualifications: Employee of gravity belt thickener manufacturer, factory trained, not sales representative, with minimum 3 years’ experience of performing gravity belt thickener adjustments, inspections, observations of test operations, and training.

1.06 DELIVERY, STORAGE, AND HANDLING

A. Deliver assembled sludge thickening system, including hydraulic system and wiring terminated at junction box.

Not to be used for bidding purposes!

Page 58: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11355-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11355 (Bid Set)

1.07 WARRANTY

A. Provide warranty as specified in Section 01783.

B. Special warranty: 1. Duration: Provide 3 year warranty. 2. Warrant filter belt for service life specified. Provide one additional filter belt for

each filter belt requiring replacement within the guaranteed service life. 3. Warrant to correct bearing assembly defects for 5 years from the date of

start-up.

1.08 SPARE PARTS AND SPECIAL TOOLS

A. Provide the following: 1. One belt if guaranteed for 3,000 hours of operation or two belts if guaranteed

for 2,000 hours of operation. 2. Two complete sets of doctor blades for each unit installed. 3. One set of each size and type of bearings and bearing seals for each unit

installed. 4. One set of washwater box seals and edge seals. 5. One set of special tools and jacking tools for maintenance and belt

replacement. 6. Two sets of rubber seals and sludge guides for each unit installed. 7. One drive belt and set of oil seals on drive unit for each unit installed. 8. One hydraulic unit oil filter for each unit installed.

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. One of the following: 1. Andritz PowerDrain, 3.0 meter. 2. Alfa Laval AS-H Belt Thickener, 3.0 meter.

2.02 MATERIALS

A. Frame: Fabricated from ASTM A 36 steel and hot dipped galvanized after fabrication in accordance with ASTM A 123. Galvanizing process shall apply zinc at a minimum thickness of 4 to 7 mils.

B. Rollers: ASTM A 53 carbon steel coated with 25 mils minimum of thermoplastic nylon or 1/4 inch minimum of Buna N rubber.

C. Plows and Sludge Mixing: Hot-dip galvanized cast iron or ASTM A 320, Type 316 stainless steel with ultra-high molecular weight polyethylene blades.

D. Scraper Blades: Ultra high molecular weight high density polyethylene.

E. Belt Filter Cloth: Seamed and fabricated monofilament polyester twill or other material capable of providing specified belt life and optimum thickening.

F. Drip Pans: ASTM A 320, Type 316 stainless steel.

Not to be used for bidding purposes!

Page 59: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11355-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11355 (Bid Set)

G. Belt Seam Closures: ASTM A 320, Type 316 stainless steel.

H. Spray Headers: ASTM A 320, Type 316 stainless steel.

I. Spray Nozzles: ASTM A 320, Type 316 stainless steel.

J. Spray Header Housing: ASTM A 320, Type 316 stainless steel.

K. Drainage Pans: ASTM A 320, Type 316 stainless steel.

L. Internal Piping: Schedule 80 polyvinyl chloride.

M. Anchor Bolts and Miscellaneous Hardware, Including Bolts, Nuts, Washers, and Fastener Clips: ASTM A 320, Type 316 stainless steel.

N. Bearings: Self-aligning horizontal split case pillow block housings solid with no end caps and with labyrinth seals and nylon coating.

O. Non-Listed Miscellaneous Equipment: ASTM A 320, Type 316 stainless steel.

P. Materials in Contact with Polyelectrolyte or Sludge: Type 316 stainless steel, ASTM A 320, unless otherwise specified. Piping and Valve Connections: Flanged or grooved end pipe for metallic pipe, and solvent welded socket type for polyvinyl chloride.

2.03 SLUDGE CONDITIONING EQUIPMENT

A. Provide each gravity belt thickener with a separate sludge conditioning device capable of efficiently mixing sludge with dilute polymer solution prior to discharge to gravity dewatering section of thickener.

B. Sludge conditioning devices shall include in-line, non-clog, venturi-type sludge/polymer mixer and aging flocculation tank for polymer mixing and flocculation of feed sludge. In-Line Venturi Mixer Components: 1. ASTM A 320, Flanged Type 316 stainless steel housing. 2. Weighted adjustable auxiliary mixing device with shaft and rubber O-ring seal

connected to externally mounted lever and counterweight. 3. Position of Counterweight on Externally Mounted Lever: Adjustable to vary

mixing energy. 4. Removable side plate on mixing chamber for inspection and cleaning. 5. Open throat area of approximately 4.50 square inches or greater as required

for specified hydraulic capacity, infinitely adjustable downward with auxiliary mixing device and able to open automatically to prevent clogging.

6. Bolted to mixer or have polymer injection device integrally preceding mixer.

C. Polymer Injector Ring: Capable of splitting polymer flow and injection into minimum 4 separate points within sludge flow cross section. Injection points shall be located 90 degrees apart around ring circumference. May utilize either polymer manifold or internal method of splitting polymer flow.

D. Performance Requirements: 1. Polymer solution and sludge mixed in less than 1.0 second at rated hydraulic

capacity.

Not to be used for bidding purposes!

Page 60: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11355-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11355 (Bid Set)

2. Mixing energy independently adjustable during operation.

2.04 SLUDGE RETENTION TANK AND FEED CHUTE

A. Rectangular Sludge Retention Tank: Fabricated of 12 gauge ASTM A 320, Type 316 stainless steel, to provide quiescent zone prior to flow approaching belts, with drain for removal of sludge prior to maintenance of system. Sludge retention tank shall have a minimum volume of 250 gallons. Provide a flanged 6-inch influent pipe connection, a 4-inch diameter drain valve and drain piping from the tank bottom. Orient pipe connections as indicated on the Drawings.

B. Feed Chute: Fabricated of a minimum of 10 gauge ASTM A 320, Type 316 stainless steel, with helical screws, adjustable baffles, distribution chute same width as belt, or similar devices that uniformly distribute sludge feed across entire working width of belt prior to gravity drainage section, and skirt to prevent leakage or splashing. Chute shall be provided with means for vertical adjustment for leveling and clearance from belt. Feed chute shall be designed to minimize floc destruction due to turbulence.

2.05 STRUCTURAL MAIN FRAME

A. Provide unit frame that accommodates operating and static loads. All gravity belt thickener loads imposed on the building shall be vertical. All horizontal loads shall be contained within the structural frame. Provide lifting lugs on GBT unit and system components as necessary to afford convenient access to maintenance points throughout gravity belt thickener unit or system.

B. Weld and Bolt Framework: Use minimum 1/4-inch thick steel plates and frames for main frame. Use minimum 1/2 inch diameter bolts.

C. Base calculations of unit on gravity belt thickener loading rate equal to maximum hydraulic capacity of gravity belt thickener with waste activated sludge with 1.0 percent solids content. Do not allow maximum deflection of members at mid-span to exceed 0.006 inches. Provide frame members of sufficient length and size to adequately support thickener.

D. Provide heavy-duty gravity belt thickener unit and framing capable of sludge thickening for municipal wastewater treatment plants. Load gravity belt thickener frame members so that maximum stress generated in fibers do not exceed 1/4 the respective member's yield strength.

E. Show distribution of stresses through gravity belt thickener frame.

2.06 GRAVITY DRAINAGE SECTION

A. Materials in Contact with Sludge in Distribution Area Besides Feed Chute: ASTM A 320, Type 316 stainless steel, minimum 12 gauge.

B. Conditioned Sludge Containment on Thickener Belt: ASTM A 320, Type 316 stainless steel barriers, minimum 14-gauge, with replaceable rubber seals capable of preventing leakage.

Not to be used for bidding purposes!

Page 61: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11355-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11355 (Bid Set)

C. Effective Drainage Area: Minimum 130 square feet between sludge containment barriers and belt length where drainage actually occurs.

D. Belt Support Grid: ASTM A 320, Type 316 stainless steel, fitted with replaceable, high density polyethylene wear bars spaced at maximum 2-1/2 inches apart along zone length for chevron design or 6 inch centers if removable with plow assembly; minimum 2 inches wider than belt; wear bars to be replaceable without unseaming the belt or disassembly of support members; capable of supporting filter belt while in gravity drainage section with minimum belt wear. Do not use fiberglass or other high friction wear bars, table rollers, or pipe supports that require maintenance because of coatings and bearings.

E. Plows: High density polyethylene with hot-dip galvanized cast iron or ASTM A320 Type 316 stainless steel holders, fabricated individually and into rows, capable of the following: 1. Adequately furrowing conditioned sludge to facilitate drainage. 2. Being moved in rows with lifting handles at least 6 inches from belt and out of

sludge flow to facilitate cleaning. Plows shall be lifted by a 4-way pneumatic hand valve or manual lifting handles.

3. Being moved individually laterally or horizontally. 4. Providing minimum belt wear.

F. Provide minimum 8 rows of plows and individual plows at 10 inches apart across filter belt.

G. Demonstrate that individual plows are capable of allowing 1 inch vertical obstruction on belt to pass under or around plows without damage to equipment.

H. Plow Mounting Brackets and Supports: Hot dipped galvanized carbon steel or ASTM A 320, Type 316 stainless steel with Type 316 stainless steel fasteners.

I. Provide GBT with drainage pans and piping to collect and discharge sludge filtrate. Drainage pan shall extend at least 3 inches beyond belt width on both sides with minimum 2-inch depth at outer rim. Fabricate drainage pans from minimum 14-gauge Type 316 stainless steel. Provide low point of each drainage pan with minimum of two 6-inch diameter connections for drainage piping on each side of pan. Schedule 80 polyvinyl chloride drainage piping shall, at least, terminate at outside face of frame. Drained connections shall be self-venting to prevent overflow. Provide flushing connections on drain pipes for easy access during cleaning.

J. Provide drainage pans under the entire length of gravity zone. Drainage pan shall collect filtrate from gravity zone. Drainage pan and discharge pipes shall withdraw 125 percent of the required hydraulic capacity without overflowing. Drain lines from spray wash enclosure shall be separated from drainage pan piping. Provide flanges for continuation of piping. Make provisions for sampling each drainage line.

2.07 ADJUSTABLE RAMP AND DOCTOR BLADE

A. Sludge Ramp: 1. Provide adjacent to discharge end of thickening unit, to cause thickened

sludge to ascend ramp prior to discharge. 2. Adjustable between 10 and 45 degrees with manual hand crank while GBT is

in operation.

Not to be used for bidding purposes!

Page 62: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11355-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11355 (Bid Set)

3. Sized to extend across width of belt. 4. Set at sufficient height and angle so as to create an optimum backward rolling

action of sludge that imparts a shearing action to sludge, which further relieves trapped water from between sludge particles, to enhance and ensure optimum thickening.

5. Fabricated of ASTM A 320, Type 316 stainless steel. 6. As an alternate to adjustable ramp, can provide adjustable dam or pressure

plate.

B. Doctor Blade: 1. Mounted so that thickened sludge will be continuously doctored from belt. 2. Minimum 3 inches wider than belt. 3. Replaceable. 4. Ultra high molecular weight polyethylene that will wear before filter belt. Do not

use fiberglass or other high friction materials. 5. Affixed to hot-dip galvanized counterweight or Type 316 stainless steel

actuator assembly with Type 316 stainless steel holder.

C. Doctor Blade Assembly: 1. Fabricated with sufficient stiffness so blades do not warp, distort or bow under

normal service conditions. 2. Equipped with devices to enable blade to be quickly released and locked in

position away from contact with belt for cleaning and maintenance. 3. Capable of actuating belt against roller.

2.08 ROLLERS

A. Type: Double separated plate stub end shaft.

B. Roller Shafts: Type 17-4PH stainless steel or forged C1040 steel or 8620 steel double separate stub shaft design with minimum 3.75-inch stock diameter inside roller and machined to minimum 2.95-inch diameter into and through support bearing.

C. Stub End Shafts and Plates: Welded in place.

D. Rollers: ASTM A 53, Carbon steel, electric resistance welded pipe, with minimum 1/2-inch thick walls.

E. End Plates: ASTM A 36, carbon steel with minimum 3/4-inch thick walls.

F. Roller Deflection: Maximum 0.010 inches at mid-span at maximum calculated load.

G. Bending Stress Safety Factor: Minimum 8.70 when operating at maximum loading.

H. Maximum Load: Based on summation of forces applied to roller, including roller mass and belt tension forces.

I. Belt Tension Forces Exerted on Roller: Include minimum loading of 40 pounds per lineal inch of belt width, which equates to belt tension of 20 pounds per lineal inch.

J. Drive Roller Coating: Minimum 1/4-inch thick vulcanized Buna N rubber.

Not to be used for bidding purposes!

Page 63: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11355-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11355 (Bid Set)

K. Other Roller Coating: Minimum 25-mil thick nylon (Rilsan) with following properties: 1. Shore D Hardness: 75 at 20 degrees Centigrade. 2. Harness Persoz: 190 Pendulum at 20 degrees Centigrade, when tested in

accordance with AFNORT 30-016. 3. Rockwell Hardness: 106 R Scale at 30 degrees Centigrade, when tested in

accordance with ASTM D 785. 4. Surface Hardness: 80 newtons per millimeter at 20 degrees Centigrade,

20 sec under load, when tested in accordance with DIN 53-456. 5. Scratch Resistance: 59 N, using Clemen Apparatus on 0.44-millimeter thick

specimen. 6. Shear Strength: 35 to 42 newtons per millimeter when tested in accordance

with ASTM D 732. 7. Impact Resistance:

a. No fracture of coating, metal pot bared after impact when tested with projectile hemispherical head, 25 millimeter diameter, 19 newtons weight, from height of 50 centimeters on 0.33 millimeter thick coating.

b. Coating not fractured after 4,000 impacts, tubular substrate defoamed coating develops matt finish when tested in accordance with ATO Test, cylindrical bar, 25 millimeter diameter, weighing 21 N falling from 13 centimeter onto coating 0.33 thick on tubular substrate at rate of 30 impacts per minute.

8. Abrasion Resistance: 5 to 8 milligrams loss of weight after 1,000 turns when tested with Taber abraisimeter, wheel Type C517, Load 9.81 N.

9. Coefficient of Friction: 0.10 to 0.30. 10. Tensile Strength at Yield: 31 to 33 newtons per millimeter. 11. Elongation at Yield: 18 to 24 percent. 12. Tensile Strength at Break: 39 to 47 newtons per millimeter. 13. Coefficient of Linear Expansion: 15-10-5 C.G.S. 14. Flammability: Self-extinguishing when tested in accordance with ASTM D 635,

measured at thickness greater than 3mm.

L. Coat rollers up to point of insertion into bearing block or rollers shall have shafts and heads of ASTM A 320, Type 316 stainless steel.

M. Carbon steel rollers shall not be exposed to sludge or moisture.

N. Roller Support: By bearings.

2.09 ROLLER BEARINGS

A. Manufacturers: One of the following or equal: 1. FMC Corporation, Link Belt Division, Indianapolis, IN. 2. Dodge, Division of Reliance Electric, SKF Industries, Philadelphia, PA.

B. Types: Greaseable, direct-mounted cylindrical or spherical roller bearings.

C. Bearing Life: Minimum L10 of 1,000,000 hours, calculated by using ANSI/ABMA 11-1990, and based on summation of forces applied to bearings, including roller mass force and belt tension forces. Belt Tension Forces Exerted on Rollers: Include minimum loading of 40 pounds per lineal inch of belt width, which equates to belt tension of 20 pounds per lineal inch.

Not to be used for bidding purposes!

Page 64: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11355-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11355 (Bid Set)

D. Bearing Housing: Class 30 cast iron with 2 or 4 mounting bolts and button-head grease fitting. 1. Split horizontally to allow access to the bearing without disturbing factory

alignment of roller. 2. Triple sealed to provide adequate sealing from moisture and grime with an

additional shaft mounted splash guard. 3. Outer side solid without end caps or filler plugs. Coated with 8 to 12 mil thick,

heat applied thermoplastic nylon (Rilsan) after being cleaned and iron phosphated.

E. Bolts, Nuts, and Washers: ASTM A 320, Type 316 stainless steel.

F. Seal in Pillow Block Housing: Nonmetallic, triple rubber, with static sealing arrangement between seal and housing, constructed to prevent relative rotation between roller shaft and seal.

G. Lubrication Fittings: Monel or Type 316 stainless steel standard grease mounted on bearing housing, located so bearings can be greased while unit is in operation.

H. Frequency of Lubrication: Not more than once every 6 months.

2.10 BELT WASH SYSTEM

A. Equipment Tag Numbers: 1. GBT-2-211 Washwater Booster Pump: GBT WP-2-211.

B. GBT Washwater Booster Pump: Separately mounted as shown on the drawings, rated at sufficient capacity and discharge pressure to meet process requirements. Belt washwater from plant’s reclaimed “Plant Water” system: Available at pressure of between 75 and 80 psig. Confirm available pressure prior to purchasing pump.

C. Design belt wash water system to use water with the following characteristics: a.

2. Minimum Operating Pressure: 80 pounds per square inch gauge. 3. Maximum Operating Pressure: 120 pounds per square inch gauge. 4. Solids content: Up to 200 milligrams per liter of suspended solids. 5. Upper and lower belt wash systems positioned so that washing is performed

after thickened sludge has been discharged from the belt.

D. Components: High pressure pipes with flat spray nozzles spaces with overlapping spray pattern, pressure reducing valve, pressure gauge, and shutoff valve. 1. Nozzles: ASTM A 320, Type 316 stainless steel; replaceable; with built-in hand

operated Type 316 stainless steel brush to provide cleaning action without disassembly or interruption of operation.

2. Spray header housing: Totally enclose the belt extending the full width of belt plus 2 inches on either side. Replaceable double rubber or nylon brush seals provided where the belt enters and exits the housing to eliminate spray in the work area.

3. Wash Box for Containing Belt Wash System: ASTM A 320, Type 316 stainless steel, 16 gauge, with replaceable rubber seals so as to eliminate spray in work area.

Not to be used for bidding purposes!

Page 65: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11355-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11355 (Bid Set)

4. Spray Piping: ASTM A 320, Type 316 stainless steel, sized for the flow rate needed but not less than 1/2-inch diameter, independent of filtrate drainage piping. Braced and of sufficient pressure rating to withstand pressure caused by sudden valve closure.

5. Pressure Switch: Mount on spray piping. Adjustable pressure range, provided to shut down belt thickener on low discharge pressure from wash water supply. Route electrical conduit from pressure switch to GBT terminal box.

6. Valve: Provide a motor operated ball valve or solenoid valve that operates the washwater system as specified.

2.11 BELT TRACKING AND TENSIONING SYSTEM

A. Purpose: To ensure reliable operation of alignment roller and tensioning system.

B. System operated by hydraulic fluid or pneumatic power.

C. Hydraulic Pump: Sized to provide hydraulic fluid at a rate and pressure needed for proper operation of the hydraulic system. Provide pump with direct-coupled, 1.0 horsepower, TEFC, 1,200 rpm motor. Motor shall be NEMA Design B with Class F insulation and a 1.15 service factor. Electrical power shall be 480-volt, three-phase, 60-hertz fed to the pump from the motor control panel.

D. Hydraulic System Piping: Type 316 stainless steel, rigidly and firmly anchored to thickener structural frame; sized according to use and operating pressure with conservative factor of safety. Provided by manufacturer in sufficient quantity to extend the hydraulic lines from the location of the hydraulic power unit to the connection points on the assembled gravity belt thickener table.

E. Hydraulic Reservoir: Type 316 stainless steel or HDPE.

F. Hydraulic System Components: Inclusive of pumps, reservoirs, motors, gauges, 10 micron filter, valves, low pressure sensors, controls, and piping. Do not furnish electrical servo for belt tracking or tensioning devices.

G. With pneumatic tracking and tensioning, the pneumatic control system shall consist of a NEMA 4X stainless steel panel mounted remotely. This control station shall include: loss pressure switch, filter regulators-lubricator, glycerin filled gauges, control regulators, valves and tubing as required to provide a complete control system. The Pneumatic lines shall be 1/4 inch polyurethane tubing inserted in 1/2-inch stainless steel tubing. All tubing shall be firmly attached and routed to eliminate obstruction and terminate at a central manifold block. The air compressor system shall be supplied by the gravity belt thickener manufacturer and shall provide a minimum of 1 cfm at a minimum air pressure of 120 psi and a maximum of 200 psi. The unit shall be complete with 17 gallon ASME Code receiver rated for 200 psi, pressure gauge, automatic overload protector, intake air filter-muffler, pressure switch, safety valve, tank drain, outlet valve and constant speed regulator. The compressor and receiver shall be properly sized so as not to run continuously, nor cycle on and off frequently at the maximum air usage rate. The motor shall be 1.5 horsepower, rated for a Class I Division 2 environment with 1.15 service factor.

H. Tensioning Systems: Provide with the following: 1. Dual hydraulic or pneumatic cylinders with rack and pinion system directly

connected to tension yoke to allow parallel tension across entire width of belt.

Not to be used for bidding purposes!

Page 66: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11355-12 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11355 (Bid Set)

2. Proximity sensor or limit switch on unit with sufficient contacts to de-energize drive and sound alarm when belt breaks.

3. Pressure sensor to set pressure fault alarm in tensioning system.

I. Automatic Sensing Devices: 1. Provided to actuate automatic belt tracking system and ensure proper

alignment of belts and shutdown thickener when belt alignment or tensioning malfunctions.

2. Capable of continuously monitoring position of belts allowing alignment roller to effect minor belt position adjustments continuously to maintain belt properly positioned within belt track.

J. Belt Tracking System: Capable of making belt position adjustments smoothly without sharp, sudden movements of filter belt or alignment roller, minimizing belt and roller wear, and extending working life of belts.

K. Limit Switches: Separate from belt alignment control devices, capable of detecting malfunctioning tracking system, and closing when gross belt misalignments are detected.

L. Tensioning Assembly: Hydraulically or pneumatically adjusted belt assembly with separate pressure gauge or similar device to indicate actual belt tension in pounds per linear inch and normal operating limits on gauge face; capable of accommodating minimum 2.5 percent increase in belt length.

M. Belt Tension: Infinitely variable up to 40 pounds per linear inch and adjustable without shutdown of machine.

N. Belt Alignment and Tensioning Rollers: In accordance with other rollers.

2.12 DRIVE UNIT

A. Mounting: Anchored rigidly to gravity belt thickener system frame.

B. Motor: 3 horsepower, 1,800 revolutions per minute, 480-volt, three-phase, 60-hertz alternating current, premium high efficiency motor rated for a Class I Division 2 environment with 1.15 service factor and conforming to Section 16222.

C. Speed of drive unit shall be adjustable while machine is running by means of a variable frequency drive controller. Controller shall be mounted in the Vendor Control Panel (VCP) and shall comply with Sections 16262 and 16422.

D. Primary Gear Reducer: Helical gear type reducer rated for AGMA Class II service and conforming to Section 15050. Bull gears and units with chain and sprockets will not be accepted.

2.13 FILTER BELTS

A. Type: Continuous belt design. Each gravity belt thickener shall have a minimum thickening area of no less than 160 square feet.

B. Effective Belt Width: Minimum 3.0 meter, distance between containment barriers at top portion of belt's cycle.

Not to be used for bidding purposes!

Page 67: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11355-13 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11355 (Bid Set)

C. Filter Belts: Continuous or split monofilament polyester wear resistant strands woven into mesh as recommended by manufacturer based on testing sludge prior to start-up at other installations dewatering similar sludge with similar polyelectrolyte conditioning chemicals. 1. Splices or Seams: Capable of preventing interference with doctor blades or

other belt thickener equipment; and failing before belt. 2. Replacement: Suitable for convenient replacement by operating personnel. 3. Fixed Edges Along Belts' Operating Surface: Chamfered Belt shall be

warranted by the GBT manufacturer for either 2,000 hours or 3,000 hours of operation. If the warranty is for 2,000 hours, two spare belts shall be provided. If the warranty is for 3,000 hours, one spare belt shall be provided.

2.14 THICKENED SLUDGE TRANSITION HOPPER

A. Provide a thickened sludge hopper for the GBT. 1. Construct the thickened sludge hopper of minimum 10 gauge thick Type 316

stainless steel plates welded and braced as required for rigidity. 2. Provide the thickened sludge hopper to convey thickened sludge from the GBT

thickened sludge discharge chute to the thickened sludge pump suction. 3. Provide the thickened sludge hopper with two 3-inch diameter welded lifting

rings fabricated from 1/2-inch thick (minimum) stainless steel bars. 4. All materials used for fabrication shall conform to the structural and

miscellaneous standards of the American Institute of Steel Construction. 5. Provide hopper with both the interior and exterior surfaces of the hopper

smooth, free from sharp edges, burrs, and projections, and with all welds ground smooth and all edges and corners rounded.

B. Provide discharge chute to guide the thickened sludge to the thickened sludge transition hopper. 1. Construct chute of a minimum 10 gauge ASTM A 320, Type 316 Stainless

Steel. 2. Mount independently of doctor blade assembly. 3. Design to meet the configuration of the opening of the thickened sludge

hopper.

C. Design: 1. Provide the hopper with a length dimension equal to the distance between the

center lines of the top horizontal frame members of the GBT support frame. 2. Slope the hopper bottom sufficiently to allow thickened sludge to flow to the

pump suction without sludge bridging. 3. Provide the bottom of the hopper with a 8-inch flange direct piped to the

Thickened sludge pump suction as shown on Drawings. 4. Provide a minimum 4-inch diameter connection on hopper for draining the

hopper to the filtrate sump when the Thickened sludge pump is not operating. Provide drain valve and drain piping.

5. Overlap the discharge chute from the GBT above the sloped inlet section of the hopper. The minimum spacing between the hopper's flange and the sloped section of the hopper is 3 inches.

6. The minimum incline angle of the sloped section of hopper is 60 degrees. 7. Extend the walls of the hopper vertically so that they overlap the splash plates

installed on the GBT a minimum of 6 inches.

Not to be used for bidding purposes!

Page 68: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11355-14 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11355 (Bid Set)

8. Do not allow any part of the hopper to come in contact with the GBT drive, rollers, nor to interfere with the normal operation of the belt.

9. CONTRACTOR shall coordinate with the thickened sludge pump manufacturer to match sludge hopper discharge to the open throat pump suction.

D. Pressure sensor ring in sludge hopper shall be provided by the Vendor as specified in Section 17401.

2.15 GBT TERMINAL BOX

A. Type: NEMA 4X; wired for 120-volt controls; mounted remotely; with terminal strips as needed. All 120-volt powered devices mounted on the GBT frame shall be factory prewired to terminal box. CONTRACTOR shall install conduit and wire between terminal box and GBT Control Panel.

2.16 CONTROL SYSTEM

A. Provide a complete control system for the GBT, ready for operation as soon as field piping and electrical power are connected. Power to the Gravity Belt Thickener Control Panel and the individual 480-volt loads required to properly operate the thickener will be provided from the motor control center in the electrical room. Power to 120-volt loads will be provided by a single circuit from the motor control center to the GBT terminal box.

B. Vendor Control Panel (VCP): 1. General:

a. Provide each gravity belt thickener with PLC-based VCP. b. Provide Variable Frequency Drive (VFD) with fuse protection and line

reactors for the belt drive on the thickener. The VFD shall be mounted in the VCP. VFD shall comply with Section 16262.

c. Control panel shall be completely prewired and factory tested for proper operation prior to shipment.

d. Control power transformer shall be included for providing 120 VAC power to the control circuit.

e. PLC Manufacturer: 1) GE PACSystems* RX3i

f. Controls and instruments shall fail into a safe condition. g. Design controls such that the thickener cannot operate unless the controls

are energized, nor can it operate with any defective controls. 2. Program the PLC to:

a. Communicate with the plant SCADA system. b. Provide separate alarm and emergency shutdown functions. c. Control starting and shutdown sequences. d. Receive, input, monitor and control operating variables. e. Contain operator adjustable program timers. f. Provide necessary interlocks and time delays (operator adjustable) for

thickener control. g. Perform other tasks required to provide an operating thickening system.

3. Panel Enclosure: a. Mount VCP as indicated on the Drawings. b. The enclosure shall be adequately sized and designed to dissipate the

heat generated by the variable frequency drive.

Not to be used for bidding purposes!

Page 69: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11355-15 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11355 (Bid Set)

c. Enclosure type: NEMA 4X rated, freestanding vertical panel, with a hinged door for front access.

d. Power Systems: 1) Power Supply to Panel: 480 volt, 60 Hz, 3 phase. 2) Provide main power disconnect interlocked to the enclosure door. 3) Provide a voltage regulating line isolation transformer with 120 V

secondary and a separate 24 V DC regulated power supply; isolate all low voltage variable power signals entering the LCP.

4) Provide fuses for starters, instrumentation power, duplex GFCI receptacle, Operator Interface, air conditioner, and the PLC.

5) Provide surge suppressors for electrical "noise" protection and to remove transient peaks across all inductive loads.

6) Provide uninterruptible power supply for 120 volt control power. e. Wiring:

1) Group together in harnesses and secure to the structure. 2) Factory assemble and wire the LCP such that field wiring shall

consist only of connections to terminals. 3) Identify each end of each wire by a unique wire number printed on a

heat shrunk sleeve marker. f. Provide internal light. g. Provide duplex GFCI protected, 120 volt, 60 Hz, 1 phase receptacle. h. Provide Panel Air Conditioner.

1) Manufacturer: Zero McLean Midwest or equal. 2) Performance: Maintain an inside panel temperature of 80 degrees F

maximum in an ambient temperature of 120 degrees F. 3) Provide inlet air filter, disposable type.

i. Each assembled control panel shall carry a UL label certifying the assembled industrial control panel complies with UL 508.

C. Panel shall have motor starters and/or VFDs for drive motors as required. 1. Step down transformer to supply control power and power to control panel air

conditioning unit. 2. Include all conduit and wire to one power junction box and one control junction

box that are located within 10 feet of the vendor control panels. The prewiring shall be complete such that only one conduit run with three power conduits and one controls conduit are required from the vendor control panel to the machine

D. Variable frequency drive with fuse protection and line reactors shall be supplied for the belt drive on the thickener. The VFD shall be mounted in the Control Panel. The enclosure shall be adequately sized and designed to dissipate the heat generated by the variable frequency drives. VFD shall comply with Section 16262.

E. Operator Interface: 1. Provide interface monitor screen:

a. Touch sensitive 14-inch TFT LCD color monitor with maximum resolution of 1280 x 1024 and a maximum refresh rate of 75Hz.

b. Incorporate controls, alarms, and meters in easy-to-interpret screens. 2. On interface monitor screen use touch sensitive buttons, visual graphics and

minimum written instructions to indicate and control the following: a. HAND-OFF-AUTO selection. b. Thickener START - Indicator flashes until start sequence completed.

Not to be used for bidding purposes!

Page 70: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11355-16 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11355 (Bid Set)

c. Thickener STOP - Indicator flashes until stop sequence completed. d. Thickening ON/OFF. e. Thickener READY. f. Hydraulic pump START-STOP. g. Belt drive START-STOP. h. Gravity Belt Thickener Discharge Pump #2 START-STOP. i. Belt tensioning system; controlled only when in HAND mode. j. Belt drive speed indicator and controller for the VFD with a 100 percent

reading corresponding to the maximum belt speed recommended by the manufacturer.

k. Sludge Feed speed indicator and controller. l. m. Thickened Sludge Pump speed indicator. n. Sludge feed flow rate adjustable setpoint controller. o. Sludge feed adjustable timer. p. Washdown cycle ON indicator. q. Lamp Test ON/OFF. r. General alarm indicator. s. Global alarm reset. t. Indicator and horn test. u. Alarm horn silence (alarm acknowledge). v. Alarm shall be indicated and shutdown shall occur for the following

conditions: 1) Belt misaligned. 2) Belt broken. 3) Emergency stop. 4) Low washwater pressure (with time delay). 5) Low hydraulic pressure, or air, as appropriate, (with time delay). 6) Gravity Belt Thickener Discharge Pump #2 fail.

F. Hardwired Interlocks: 1. Low wash water pressure. 2. Hydraulic or pneumatic pressure fault. 3. Belt broken. 4. Belt drive fail. 5. High level in the gravity zone. 6. High-high level in the thickened sludge hopper.

G. Provide additional selector switches, pushbuttons, and indicators on panel door: 1. Power on light. 2. Emergency stop mushroom button. 3. Separate, non-resettable hour meter.

H. Provide an alarm horn and rotating beacon mounted on the LCP; energize upon any alarm condition.

I. PLC SYSTEM COORDINATION 1. Provide a complete and operable PLC control system meeting the

requirements of these Specifications. 2. Submittals:

a. Submit complete information on the PLC and controls as required and as called for elsewhere in this Section.

Not to be used for bidding purposes!

Page 71: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11355-17 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11355 (Bid Set)

b. Submit variable list showing the name and description of each register and/or bit in the register, as applicable. Highlight where SCADA interface points are located.

c. Submit narrative control strategies explaining package system functional control. Submit system block diagrams showing all digital and hardwired interfaces. Submit an input/output list, as well as a description of the interface with the SCADA system. Submit flow charts, block diagrams, ladder logic drawings, and other descriptive material as needed to fully describe system overall function.

d. Submit PLC application program in both hardcopy and electronically within 180 days after Notice to Proceed, prior to start up again, (following factory testing and resulting fixes), and then as finally installed and tested.

e. SCADA Interface Testing: Submit a test plan with testing forms describing in detail how the interface between the package and the SCADA system will be demonstrated. Testing shall include a test for each interface point and demonstration of each function.

f. Integrate all submittals in final O&Ms. Update and coordinate documents to provide a complete and cohesive PLC documentation package.

3. Programming Requirements: a. Code shall be fully annotated to the best practices of the industry. Early

submittals of programming and screens shall demonstrate the supplier’s proposed approaches, and the Engineer will mark up submittals with general requirements, which then shall be incorporated by the supplier throughout and resubmitted if necessary.

4. Network Requirements: a. The package system PLC specified in this Section shall interface with the

SCADA network. b. The supplier shall take an active role in defining, implementing, and

starting up plant communications. The supplier shall provide onsite technical assistance with personnel qualified to make and document field adjustments to support startup of communications.

5. In addition to any meetings/site work specified elsewhere, allow for two 4-hour meetings during the programming planning and development process to coordinate requirements. These meetings shall not be a substitute for complete and responsive submittals.

2.17 EMERGENCY TRIP CORD SYSTEM

A. The thickener shall have an emergency trip cord system for stopping the thickener and directly related equipment. 1. The system shall consist of a switch and pull cable that encircles all sides of

the thickener and is supported on the main frame. Both ends of the cable shall be terminated at the switch on opposite ends of an actuating arm.

2. Pulling the cable at any point shall actuate the switch by rotating the arm and locking it in the tripped position.

3. A separate spring loaded lever must be depressed to reset the actuating arm to the normal position.

4. The switch shall have a visible signal that it is in the normal or actuated position.

5. The switch shall be wired so that upon actuation, the thickener and directly related devices, such as the PS Pumps, WAS Pumps, Polymer Blending Units, hydraulic pump, washwater system, etc. shall be deactivated or stopped.

Not to be used for bidding purposes!

Page 72: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11355-18 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11355 (Bid Set)

6. The switch enclosure shall be NEMA 7. 7. The cable shall be mounted and supported so that there are no fixed or

binding points along the entire run to the switch.

2.18 FINISHES

A. Coat metal surfaces, other than stainless or galvanized steel, with high solids epoxy and polyurethane coating system per Section 09960.

PART 3 EXECUTION

3.01 INSTALLATION

A. Install products in accordance with manufacturer's instructions.

B. Connect electrical power, hydraulic tubing, water piping, polymer solution piping, and sludge piping.

3.02 EQUIPMENT START-UP

A. Provide Certificate of Proper Installation.

B. Performance Test: 1. Conduct a performance test of the thickener system to verify that the unit

meets the minimum performance requirements specified herein. 2. Performance test shall be two consecutive days in duration, 3 hours of

operation one day and 5 hours of operation the second day. 3. Provide written test procedures including sampling frequency and analysis at

least 30 days prior to start of testing. Provide recommended polymer and polymer concentration.

4. Owner will provide polymer, washwater, power, unthickened and thickened sludge pumping. Equipment and systems installed under this project may be utilized by the manufacturer during the performance test.

5. The manufacturer shall operate the equipment throughout the duration of the test, obtain the samples and document the data needed to confirm the performance of the thickener unit. Owner will conduct the laboratory tests.

6. One sample of the following flow streams shall be obtained for each hour of operation during the performance test: a. Feed Sludge. b. Filtrate. c. Thickened Sludge. d. Polymer.

7. The following process data shall be recorded and documented each half hour of the test: a. Feed Sludge Flow Rate. b. Polymer Dosage and Feed Rate. c. Sludge Feed Rate. d. Cumulative Thickened Sludge Flow. e. Alarm Conditions. f. Equipment Problems. g. Belt Speed.

Not to be used for bidding purposes!

Page 73: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 11355-19 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/11355 (Bid Set)

8. In the case of unacceptable performance, the manufacturer shall then have 15 days in which to perform at its sole expense, any supplemental testing, equipment adjustments, changes, or additions and request an additional retest of the unacceptable system. If the modified equipment then does not meet the guaranteed performance requirements of this Specification, all or part of the final payment of the total lump sum price shall be retained as damages.

3.03 TRAINING

A. Manufacturer's Training: Train Owner's personnel in proper operation and maintenance of the GBT equipment. Training sessions shall follow a course outline acceptable to the Engineer. Cover the following subjects: 1. Start-up procedures. 2. Shutdown procedures. 3. Troubleshooting. 4. Selection of proper polymer types and dosages. 5. Replacement of thickening belts. 6. Operating adjustments for performance optimization. 7. Preventive maintenance. 8. Maintenance procedures. 9. Emergency procedures. 10. Records keeping.

B. Provide training after successful completion of performance test.

C. Manufacturer's rep shall be on site minimum of three (3) 8-hour days for performance test and training.

END OF SECTION

Not to be used for bidding purposes!

Page 74: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 75: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 13238A-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/13238A (Bid Set)

SECTION 13238A

ALUMINUM COVERS

PART 1 GENERAL

1.01 SUMMARY

A. Section Includes: Prefabricated beam-supported, flush-mounted, flat covers and appurtenances designed to cover, contain odors, and prevent sunlight and debris from entering basins.

1.02 REFERENCES

A. American Society for Testing and Materials (ASTM): 1. B209 - Standard Specification for Aluminum and Aluminum Alloy Sheet and

Plate. 2. B221 - Standard Specification for Aluminum and Aluminum Alloy Extruded

Bars, Rods, Wire, Shapes, and Tubes. 3. B308/B308M - Standard Specification for Aluminum Alloy 6061-T6 Standard

Structural Shapes. 4. C864 - Standard Specification for Dense Elastomeric Compression Seal

Gaskets, Setting Blocks, and Spacers.

B. American Welding Society (AWS): 1. A 5.10 - Specification for Bare Aluminum and Aluminum Alloy Welding

Electrodes and Rods. 2. D 1.2 - Structural Welding Code - Aluminum.

C. Aluminum Association: 1. Aluminum Design Manual.

1.03 DESIGN

A. The beam-supported flush-mounted flat panel aluminum cover shall conform to the specified dimensions and shall consist of a flush-mounted flat aluminum cover, supported by aluminum beams if required. Full provisions shall be made to allow for thermal expansion of the beam-supported flat cover system. The dead weight of the cover shall not exceed 4.0 pounds per square foot of covered area.

B. The flat panel covers shall be flush-mounted, with the bottom of the panel coincident with the top flange of the aluminum beam.

C. If supporting beams are required, each shall be a clear span structure consisting of aluminum structural beams. The beams shall be designed to be self-supporting and shall be braced if needed to resist all specified design loads.

Not to be used for bidding purposes!

Page 76: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 13238A-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/13238A (Bid Set)

D. The flat panel covers shall consist of extruded interlocking aluminum panels supported at the ends by rebates embedded in the concrete and at the beams. The dead weight of the flat covers shall not exceed 150 pounds per panel, and each panel shall be easily removable with a lifting force equal to the dead weight of the panel.

E. The extruded covers shall be designed as a system that contains odors and blocks sunlight and debris from entering the basins under all design load conditions. Continuous aluminum flashing with gaskets shall be used to close the ends of the panels and to hold the panels securely in place.

F. Aluminum stiffener angles shall be factory welded or bolted to the underside of the extruded panels. The top surface of adjacent panels shall be flush and free of tripping hazards such as bolt heads or fasteners of any type.

G. The flat panel covers shall be designed to accommodate all ductwork, conduit, access hatches, and all other pertinent items as required. Penetration of these items through the flat panel covers shall not inhibit removal of the covers.

H. At exterior covers, the beam-cover system shall be designed to drain all precipitation that falls on the cover away from the basin or channel and off the structure.

I. Aluminum fasteners shall be designed with a safety factor of 2.34 on ultimate strength and 1.65 on yield strength. Stainless steel fasteners shall be designed with safety factor of 3.0 for both bolt shear and tension.

J. The design of welded components shall be done in accordance with the Aluminum Structural Welding Code ANSI/AWS D1.2.

K. Dissimilar materials which are not compatible shall be physically separated or insulated from each other by means of gaskets or insulating compounds.

1.04 DESIGN LOADS

A. Design Loads: 1. The beam-supported flat cover shall be designed in accordance with the

"Aluminum Design Manual" as published by the Aluminum Association and designed for full dead load plus live load and wind or seismic load in accordance with applicable local codes: a. Basic Live Load:

1) Minimum 50 pounds per square foot. b. Wind Loads: As specified in Section 01614 - Wind Design Criteria. c. Seismic Loads: As specified in Section 01612- Seismic Design Criteria.

1) Response Modification Coefficient (R): 3.0. 2) Occupancy Category: III.

d. Vacuum Load: 0.2 inches water column.

B. Panel Design Loads (not acting simultaneously with the above loads): 1. The aluminum flat panels covers shall be secured to the cover frame and be

able to withstand the following vertical loads: a. Loads specified in paragraph 1.04.A Design Loads except as follows.

1) Panel Basic Live Load: 50 psf.

Not to be used for bidding purposes!

Page 77: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 13238A-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/13238A (Bid Set)

b. A concentrated load of 500 pounds, applied to a one-foot by one-foot square area centered on the panel.

C. Maximum deflection of all components for the specified loads and load combinations loads: 1. All structural members: L/240 where L is the short span component. 2. Panels: L/240 where L is the short span component.

1.05 SUBMITTALS

A. General: 1. Submit in accordance with Section 01330 - Submittal Procedures.

B. Shop Drawings: Include the following: 1. Dimensions, sizes, thicknesses, gauges, materials, finishes. 2. Attachment and erection procedures. 3. Number and location of penetrations. 4. Penetration details. 5. Hatch locations and details. 6. Special details not specifically indicated on the Drawings.

C. Product Data: Include standard details and specifications for all components.

D. Calculations: Signed by qualified Professional Structural Engineer licensed in the State of Illinois.

E. Certification that supplied materials comply with specifications.

F. Evidence of Manufacturer Qualifications: Include personnel experience, physical facilities, management capacity, and minimum 5 letters of reference from owners of wastewater facilities similar to Project.

G. Pre-submittal Meeting is required to review the dimensions as well as coordinate the cover installation requirements, staging area, crane access, sequence of construction and timing. The cover manufacturer and Contractor shall field verify all dimensions before preparing the shop drawings.

1.06 QUALITY ASSURANCE

A. Manufacturer Qualifications: Manufacturer of aluminum covers for minimum 5 years with minimum 5 installations of covers with spans equal to or greater than the units specified under satisfactory operation at wastewater treatment facilities for a minimum of 3 years.

B. Erector Qualifications: Skilled and experienced in fabrication and erection of aluminum structures with minimum 5 installations under satisfactory operation for a minimum of 3 years.

C. Components shall be fabricated at manufacturer's factory. Field re-fabrication of structural components or panels will not be accepted. Forcing of the structure to achieve fit-up is not acceptable.

Not to be used for bidding purposes!

Page 78: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 13238A-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/13238A (Bid Set)

1.07 WARRANTY

A. Provide warranty as specified in Section 01783.

B. Special warranty: 1. Duration: Provide 3 year warranty.

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. One of the following: 1. Hallsten Corporation. 2. CST Industries, Inc.: CST Covers. 3. Ultraflote.

2.02 MATERIALS

A. Structural Beam Members: Alloy 6061-T6.

B. Structural Frame Gussets: Alloy 6061-T6, 0.375 inches minimum nominal thickness.

C. Aluminum Extrusions: 6061-T6 or 6063-T6 alloy, mill-finished. All load supporting surfaces (cladding) shall be minimum 0.1 inch thick.

D. End Cap Gaskets: 3/8-inch hypalon or neoprene gaskets, conforming to ASTM C 864.

E. Sealant: In accordance with Section 07900 - Joint Sealants.

F. Alkali-Resistant Bitumastic Coating: As specified in Section 09960 – High-Performance Coatings.

G. Closure Flashing Anchors and Hardware: As specified in Section 05190 and indicated as follows. Type 316 stainless steel, 3/8 inch diameter with 1/10 inch by 1-1/4 inch diameter stainless steel washer or square stainless steel washer of equivalent size.

H. Gaskets: Mechanical and replaceable seal shall isolate the cover perimeter from dissimilar materials such as concrete and steel. No foam tape or caulk shall be allowed for isolation of cover system. 1. All gaskets and closures exposed to sunlight: Silicone or EPDM hybrid rubber. 2. Extruded gaskets and sheet closures protected from sunlight: Neoprene,

silicone, or EPDM hybrid rubber. 3. End cap gaskets: Minimum 3/8” thick.

I. Vents: 6061-T6, 5052-H32, 5052-H36, 5086-H34 or 3003-H16 aluminum, 0.1-inch nominal thickness.

J. Access Hatches, Access Hatch Hinges, Handles, Prop Rods, and Latches: Aluminum 6061-T6 alloy, minimum 0.1 inch thick. Hatches shall have a recessed locking hasp.

Not to be used for bidding purposes!

Page 79: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 13238A-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/13238A (Bid Set)

K. Nameplates, Manufacturer’s Name, or Other Identifications: As specified in Section 10400.

L. Panel Top Surface: The flat cover shall have an integral slip resistant surface that extends a minimum of 0.1-inch above the panel surface. Raised surfaces without the use of texturing to achieve slip resistance are not acceptable. The use of checkered plate, paint, tape, sandblasting, or other applied systems to achieve the slip resistant surface is expressly prohibited.

2.03 FABRICATION

A. Complete design and construction of the beam-supported flat panel cover and all appurtenances as specified herein shall be performed by a single manufacturer.

B. The beam-supported flat panel cover fabricator/erector shall comply with all Aluminum Association and AISC specifications and standards applicable to the work specified hereinAll threaded fasteners shall use stainless steel hex head bolts, hex head, self-locking nuts and circular flat plate washers under the head and nut of all bolts. Lock bolts are not acceptable.

C. Covers Components: Standard and specially reinforced panels, able to safely sustain specified loads without permanent deformation or evidence of failure.

D. Joints Between Panels: Panels shall be formed to create a nesting joint that permits each panel to interlock with the adjacent panel. Install gaskets in all nested joints to prevent leakage or odor leakage.

E. Gaps between adjacent panels and between panels and concrete shall be no larger than 2 inches.

F. Access Hatches: 1. Provide hatches, minimum 4 feet 0 inches by 4 feet 0 inches in each of the

following locations. Coordinate final hatch locations with the Owner. a. Primary Clarifier Tanks No. 6.

1) As indicated on the Drawings. 2. Hatch: Reinforced to prevent bowing, warping, or other distortions. Able to be

lifted and locked open or opened 180 degrees by one person. 3. Mounting: Raised. 4. Hatch Seal: Gasketed. 5. Hinge: Manufacturer’s standard piano type hinge.

G. Penetration Reinforcement: Minimum 1/4 inch thick aluminum stiffeners, able to prevent bowing, sagging, warping, or other distortions.

H. Penetration Flashing and Sealant: Manufacturer’s standard, able to allow for removal of covers with minimum disassembly of equipment, piping, or duct.

I. Pressure Relief: By non-latching access hatches, able to open and allow escape of water or air when covered areas become pressurized.

J. Ventilation: As indicated on the Drawings.

Not to be used for bidding purposes!

Page 80: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 13238A-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/13238A (Bid Set)

K. Cover openings: Cover manufacturer shall coordinate with the Contractor to ensure that openings for gate operators, davit cranes, and instrument penetration are accounted for prior to fabrication of the covers as required.

L. Structural components: Cover Manufacturer is responsible for providing all structural components to allow openings for the gate operators, davit cranes, and instrument penetration and for complete installation of the covers.

PART 3 EXECUTION

3.01 ERECTION

A. The manufacturer shall be responsible for erection of the covers.

B. Certify that the covers and all appurtenances have been properly erected in conformance with the manufacturer's requirements.

C. All field work shall be directed by a qualified supervisor who will remain on the jobsite until completion of the work.

D. Field fabrication of structural components and flat cover panels will not be accepted, and forcing of the structure to achieve fit-up during construction shall be expressly forbidden.

E. Field welding of aluminum shall not be allowed.

F. Isolate bearing ends, closure flashing, and other aluminum from concrete and dissimilar metals. Coat aluminum surfaces in contact with concrete or masonry as specified in Section 09960 – High-Performance Coatings.

G. Plumb and erect flat covers in proper alignment.

H. Place anchors along the edge of each panel, at not less than 16-inch spacing along concrete.

I. Anchor Embedments: 1. Concrete Anchors: As specified in Section 05190 - Mechanical Anchoring and

Fastening to Concrete and Masonry.

3.02 SCHEDULE – COVER LOCATIONS

A. See Drawings for locations, sizes of areas to be covered, and details.

END OF SECTION

Not to be used for bidding purposes!

Page 81: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 13446-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/13446 (Bid Set)

SECTION 13446

MANUAL ACTUATORS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Valve and gate actuators. 2. Handwheel actuators. 3. Hand-cranked geared actuators. 4. Floor Boxes. 5. Floor stands. 6. Key operated valves. 7. Bench stands. 8. Accessory equipment and floor boxes.

B. Related sections: 1. Section 05190 - Mechanical Anchoring And Fastening To Concrete And

Masonry. 2. Section 09960 - High-Performance Coatings. 3. Section 13447 - Electric Motorized Actuators.

1.02 REFERENCES

A. Aluminum Association (AA): 1. DAF-45 - Designation System for Aluminum Finishes.

B. American Water Works Association (AWWA).

C. National Electrical Manufacturers Association (NEMA): 1. 250 - Enclosures for Electrical Equipment (1000 V Maximum).

D. National Electrical Code (NEC).

1.03 DEFINITIONS

A. NEMA: 1. Type 4X enclosure in accordance with NEMA 250. 2. Type 7 enclosure in accordance with NEMA 250.

1.04 SUBMITTALS

A. Shop drawings: Include shop drawings and product data with associated gate or valve as an integrated unit.

Not to be used for bidding purposes!

Page 82: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 13446-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/13446 (Bid Set)

1.05 QUALITY ASSURANCE

A. Provide valve actuators integral with valve or gate, except for valve actuators utilizing T-wrenches or keys, and portable actuators intended to operate more than 1 valve.

B. Provide similar actuators by 1 manufacturer.

C. Provide gates and hand operating lifts by 1 manufacturer.

D. Provide hydraulic gate lifts by 1 manufacturer.

E. Provide hydraulic valve actuators and motorized actuators by 1 manufacturer.

1.06 MAINTENANCE

A. Extra materials: 1. Key operated valve keys or wrenches: Furnish a minimum 4 keys with 4-foot

shafts and 3-foot pipe handles or wrenches with 4-foot shafts and 3-foot handles for operating key operated valves.

PART 2 PRODUCTS

2.01 VALVE AND GATE ACTUATORS

A. Valve actuators: 1. Cylinder actuators, motorized actuators, and portable actuators are specified

in Section 13447. 2. Manual actuators:

a. Material: Type 316 stainless steel. b. Design: Hand lever c. Spring release handle: 12-inch. d. Notch plate: 10 position. e. Secure with mounting bolts. f. Locking device so that valve can be locked in any position with a wing nut.

B. Stem covers: 1. Aluminum pipe: 2. Threaded cap on top. 3. Bolted aluminum flange on bottom. 4. Slots cut 1- by 12-inch at 18 inches on center in front and back of pipe. 5. Capable of covering threaded portion of greased stems that project above

actuators when gates or valves are opened or closed. 6. Ultraviolet light resistant, clear butyrate plastic or polycarbonate pipe:

a. Capped on the upper end. b. Either threaded into the top of the gate operators or held in place by

bolt-down aluminum brackets. c. Capable of covering threaded portion of greased stems that project above

actuators when gates or valves are opened or closed. 7. Staff gauges:

a. Adhesive-backed mylar, suitable for outdoor service. b. Calibrated in hundredths of feet.

Not to be used for bidding purposes!

Page 83: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 13446-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/13446 (Bid Set)

c. Read the weir crest elevations directly. d. Gauge range: 1.5 feet minimum. e. Indicate the following elevations on each staff gauge:

1) -0.75, -0.50, -0.25, 0.0, 0.25, 0.50, 0.75. f. Supplement with a stem-mounted pointer or indicator that permits direct

observation of the weir gate crest elevation. g. Apply staff gauges to each stem cover after installation of the cover and

after calibration and testing of the weir gates. h. Set gauges precisely by a survey crew using instruments acceptable to

the Engineer.

C. Stem cover flanges, pipes and caps: 1. After fabrication, etch and anodize to produce the following chemical finishes

in accordance with AA publication DAF-45: a. A 41 - Clear Anodic Coating. b. C 22 - Medium Matte Finish.

D. Gate stem covers: Concentric with stem.

E. Position indicators: 1. For all aboveground worm gear or traveling nut manual actuators, provide

position indication on the actuator enclosure. 2. Tail rods on hydraulic cylinders, or dial indicators with clear full-open and

closed position indicators, calibrated in number of turns or percentage of opening.

F. Manual or power actuator size: 1. Sized to deliver maximum force required under most severe specified

operating condition, including static and dynamic forces, seat and wedge friction, and seating and unseating forces with safety factor of 5, unless otherwise specified.

G. Actuator size: Capable of supporting weight of suspended shafting unless carried by bottom thrust bearings; shaft guides with wall mounting brackets.

H. Provisions for alternate operation: Where specified or indicated on the Drawings, position and equip crank or handwheel operated geared valve actuators or lifts for alternate operation with tripod mounted portable gate actuators.

I. Operation: Counterclockwise to open with suitable and adequate stops, capable of resisting at least twice normal operating force to prevent overrun of valve or gate in open or closed position.

J. Open direction indicator: Cast arrow and legend indicating direction to rotate actuator on handwheel, chain wheel rim, crank, or other prominent place.

K. Buried actuator housing: Oil and watertight, specifically designed for buried service, factory packed with suitable grease, completely enclosed space between actuator housing and valve body so that no moving parts are exposed to soil; provide actuators with 2-inch square AWWA operating nut.

Not to be used for bidding purposes!

Page 84: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 13446-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/13446 (Bid Set)

L. Worm gear actuators: Provide gearing on worm gear actuators that is self-locking with gear ratio such that torque in excess of 160 foot-pounds will not need to be applied to operate valve at most adverse conditions for which valve is designed.

M. Traveling nut actuators: Capable of requiring maximum 100 foot-pounds of torque when operating valve under most adverse condition; limit stops on input shaft of manual actuators for fully open and closed positions; non-moving vertical axis of operating nut when opening or closing valve.

2.02 HANDWHEEL ACTUATORS

A. Manufacturers: One of the following or equal: 1. Rodney Hunt Company. 2. Waterman Industries, Incorporated.

B. Coating: Handwheel as specified in Section 09960.

C. Mounting: Floor stand or bench stand. Unless otherwise indicated on the Drawings position actuator 36 inches (nominal) above top of walkway surface.

D. Bearings above and below finished threaded bronze operating nut: Ball or roller.

E. Wheel diameter: Minimum 24 inches.

F. Indicator: Counterclockwise opening with arrow, and word OPEN cast on top of handwheel indicating direction for opening.

G. Pull to operate: Maximum 40 pounds pull at most adverse design condition.

H. Stem travel limiting device: Setscrew locked stop nuts above and below lift nut.

I. Grease fittings: Suitable for lubrication of bearings.

2.03 HAND-CRANKED GEARED ACTUATORS

A. Type: Single removable crank; fully enclosed.

B. Mounting: Floor and bench stand. Unless otherwise indicated on the Drawings position actuator 36 inches (nominal) above top of walkway surface.

C. Operating nut: When scheduled for portable actuators.

D. Geared lifts: 2-speed with minimum ratio of 4 to 1.

E. Teeth on gears, spur pinions, bevel gears, and bevel pinions: Cut.

F. Lift nuts: Cast manganese bronze.

G. Exterior surfaces on cast-iron lift parts: Smooth.

Not to be used for bidding purposes!

Page 85: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 13446-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/13446 (Bid Set)

H. Bearings above and below flange on lift nuts: Ball or roller; capable of taking thrust developed by opening and closing of gates under maximum operating head; with bronze sleeve bearings and sufficient grease fittings for lubrication of moving parts, including bearings and gears.

I. Crank rotation indicator: Cast arrow with word OPEN in prominent location readily visible indicating correct rotation of crank to open gate.

J. Hand cranks: 15-inch radius; requiring maximum 25 pounds pull to operate gate at maximum operating head; with: 1. Revolving brass sleeves. 2. Gears, spur pinions, bevel gears, and bevel pinions with cut teeth. 3. Cast manganese bronze lift nuts. 4. Cast-iron lift parts with smooth exterior surfaces.

K. Indicator: Dial position type mounted on gear actuator; enclosed in cast-iron or aluminum housing with clear plastic cover; marked with fully open, 3/4, 1/2, 1/4, and closed positions.

2.04 FLOOR BOXES

A. Manufacturers: One of the following or equal: 1. Waterman industries, Inc.

B. Floor boxes: Cast-iron; with: 1. Counter type indicator. 2. Hinged, lockable lid with directional arrow. 3. 2-inch square AWWA operating nut. 4. Packing gland providing drip-tight seal around valve shaft.

2.05 FLOOR STAND

A. Manufacturers: One of the following or equal: 1. Rodney Hunt Company. 2. Waterman industries, Inc.

B. Floor stand assemblies: Heavy-duty cast-iron, suitable for mounting specified actuator.

2.06 BENCH STANDS

A. Manufacturers: One of the following or equal: 1. Rodney Hunt Company. 2. Waterman industries, Inc.

B. Bench stands: Handwheel actuators or hand crank, geared actuators conforming to hand-cranked geared actuator requirements, except capacity to be mounted on haunch, wall bracket, or self-contained gate yoke.

2.07 ACCESSORY EQUIPMENT

A. Wall brackets or haunches: As indicated on the Drawings.

Not to be used for bidding purposes!

Page 86: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 13446-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/13446 (Bid Set)

B. Stems: Stainless steel; sized to match output of actuator; minimum gate or valve operating stem diameter; maximum 200 slenderness ratio.

C. Stem couplings: Stainless steel; internally threaded to match stem; lockable to stem by set screw.

D. Stem guides: Cast-iron with silicon bronze bushing; maximum 200 slenderness ratio; capable of being mounted with wall bracket; adjustable in 2 directions.

E. Wall brackets: Cast-iron, capable of withstanding output of actuator, adjustable in 2 directions.

F. Stem stuffing boxes: Cast-iron, with adjustable gland and packing.

G. Fasteners: Type 316 stainless steel.

H. Anchor bolts: As specified in Section 05190 except that the material shall be Type 316 stainless steel.

I. Geared valve actuators: Provided with cut gears, either spur or worm; sized to operate valves at most adverse design condition; with maximum 40-pound pull at handwheel or chain wheel rim.

J. Geared valve traveling nut actuators: Acceptable only where specified or indicated on the Drawings.

K. Accessory equipment for valves and gates requiring remote actuators: Operating stems, stem couplings, stem guides, wall brackets, and stem stuffing boxes.

PART 3 EXECUTION

3.01 INSTALLATION

A. Install floor boxes in concrete floor with lid flush with floor.

B. After installation of gate and stem covers, mark stem covers at point where top of stems are at full-open position and at closed position.

C. Attach floor stand to structure with anchor bolts.

D. Install stem stuffing boxes where operating stems pass through intermediate concrete floor slabs.

3.02 SCHEDULES A. Geared actuators: Provide geared actuators for following valves:

1. Butterfly valves larger than 6 inches, nominal size, on liquid service. 2. Butterfly valves larger than 10 inches, nominal size, on gas and air service. 3. Plug valves 6 inches, nominal size, and larger.

Not to be used for bidding purposes!

Page 87: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 13446-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/13446 (Bid Set)

B. Handwheel actuators: Provide handwheel actuators for valves mounted 6 feet or less above floors.

C. Chain wheel actuators: Provide chain wheel actuators for valves mounted more than 6 feet to centerline above floors.

END OF SECTION

Not to be used for bidding purposes!

Page 88: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 89: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 13447-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/13447 (Bid Set)

SECTION 13447

ELECTRIC ACTUATORS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Electric motor-driven actuators for valves and gates

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01600 - Product Requirements. 3. Section 01756 - Commissioning. 4. Section 01782 - Operation and Maintenance Data. 5. Section 01783 - Warranties and Bonds. 6. Section 15050 - Common Work Results for Mechanical Equipment. 7. Section 15958 - Mechanical Equipment Testing. 8. Section 17950 - Testing, Calibration, and Commissioning.

1.02 REFERENCES

A. American Water Works Association (AWWA): 1. C504 - Standard for Rubber-Seated Butterfly Valves. 2. C542 - Standard for Electric Motor Actuators for Valves and Slide Gates.

B. National Electrical Manufacturers Association (NEMA): 1. 250 - Enclosures for Electrical Equipment (1000 V Maximum).

1.03 DEFINITIONS

A. NEMA: 1. Type 7 enclosure in accordance with NEMA 250.

1.04 SUBMITTALS

A. Submit as specified in Section 01330 and Section 15050.

B. Provide a complete list/schedule of all actuators being provided with their associated tag names as indicated on the design drawings and/or specifications, service process area and the size of the valve they are actuating.

C. Product data: 1. Electrical ratings:

a. Voltage and number of phases. b. Starting and running current. c. Voltage levels and source for control and status.

2. Description of integral control interface. 3. Environmental ratings, including NEMA enclosure rating and submergence

capabilities. 4. Gear ratios for both manual and motorized actuation.

Not to be used for bidding purposes!

Page 90: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 13447-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/13447 (Bid Set)

5. Opening and closing directions. 6. Allowable starts per hour. 7. List of all included options and accessories. 8. Full travel times. 9. Gearbox data including gear ratio, and gearbox efficiency.

D. Shop drawings: 1. Wiring diagrams:

a. Include all options and expansion cards furnished with each actuator. 2. Dimensioned drawings of each valve and actuator combination. 3. Dimensioned drawings of each valve gearbox. 4. Electric motor data.

E. Calculations: 1. Operating torque. 2. Maximum torque calculations for seating and unseating. 3. Maximum operating torque at starting and normal operation. 4. Signed by Profession Engineer.

F. Provide draft vendor operation and maintenance manual as specified in Section 01782: 1. Include a list of all configurable parameters, and the final values for each. 2. Include a troubleshooting chart covering the complete valve and

controls/electrical power systems, showing description of trouble, probable cause, and suggested remedy.

G. Commissioning submittals: 1. Provide Manufacturer’s Certificate of Source Testing as specified in

Section 01756. a. Affidavit in accordance with AWWA C542.

2. Provide Manufacturer’s Certificate of Installation and Functionality Compliance as specified in Section 01756.

H. Project closeout documents: 1. Provide final vendor operation and maintenance manual as specified in

Section 01782.

1.05 WARRANTY

A. Provide warranty as specified in Section 01783.

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. One of the following or Engineer approved equal: 1. Acceptable manufacturer for lines 3 inch and smaller:

a. Rotork Controls Inc.: 1) ROMpak (Quarter-Turn). 2) CMA Range:

a) CMR - Multi-Turn. b) CMQ - Quarter-Turn.

Not to be used for bidding purposes!

Page 91: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 13447-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/13447 (Bid Set)

B. Acceptable manufacturers for lines 4 inch and larger: 1. Rotork Controls Inc.:

a. IQ3 (Multi-turn).

2.02 CHARACTERISTICS FOR ACTUATORS ON LINES 3 INCHES AND SMALLER

A. Actuators for valves 3 inches and smaller: 1. Provide actuators complete and operable with all components and accessories

required for operation. 2. Power supply:

a. Valve motion independent of power supply phase rotation. b. 120 VAC single phase.

3. Size actuator to move valves from full open to closed position within the time indicated in the Motorized Actuator Schedule: a. If an operating time is not indicated on the Schedule, size the actuator to

move valves at minimum 12 inches per minute under maximum load. Measure rate of closure for valves at maximum diameter of disc, plug, or ball.

4. Control inputs: a. Capable of using discrete 120 VAC. b. Controls the valve when local-stop-remote is in REMOTE. c. Material: Type 316 stainless steel. d. Provide the following inputs at the actuator:

1) OPEN. 2) CLOSE.

5. Status outputs: a. Dry contact outputs configured for the functions indicated on the

Drawings. Provide the following outputs for all actuators: 1) FULLY CLOSED. 2) FULLY OPEN. 3) REMOTE.

b. All output contacts rated for 5 amps, 120 VAC. 6. Analog input:

a. Provide a 4-20 milliamp analog input for analog modulating valves when indicated on the Drawings.

b. Modulate valve to maintain position based on analog input value. c. Maximum input impedance 250 ohms.

7. Analog output: a. Provide an isolated 4-20 milliamp analog output when indicated on the

Drawings. 8. Materials:

a. Construct motorized actuators of materials suitable for the environment in which the valve or gate is to be installed.

9. Components: a. Motors:

1) Torque ratings equal to or greater than that required for valve seating and dynamic torques with a 25 percent factor of safety.

2) Rated for operating under the following conditions without exceeding temperature limits with ambient temperature of 40 degrees Celsius. a) Continuous operation for 15 minutes or twice the open-to-close

operating time (whichever is greater) at normal operating torque or 33 percent of maximum torque (whichever is greater).

Not to be used for bidding purposes!

Page 92: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 13447-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/13447 (Bid Set)

b) 60 starts per hour minimum for open/close service. b. Enclosures:

1) Actuator housing ratings as indicated in the Motorized Actuator Schedule.

2) Stainless steel external fasteners. c. Manual actuation:

1) Hand wheel for manual operation. d. Gearing: Self-locking, high alloy steel gears.

2.03 CHARACTERISTICS FOR ACTUATORS ON LINES 4 INCHES AND LARGER

A. Provide actuators complete and operable with all components and accessories required for operation.

B. Power supply: 1. Voltage and phases as indicated in the Schedule. 2. Valve or gate motion independent of power supply phase rotation. 3. Provide an internal backup power source to maintain settings and track valve

position when main power is off. 4. The actuators shall incorporate all major components such as the motor,

starter, local controls, terminals etc. housed within a self-contained, sealed enclosure.

C. Size actuator to move gates or valves from full open to closed position within the time indicated in the Schedule: 1. If an operating time is not indicated on the Schedule, size the actuator to move

gates or valves at minimum 12 inches per minute under maximum load. Measure rate of closure for valves at maximum diameter of disc, plug, or ball.

2. Size actuators so that gear boxes are not required where possible.

D. Control interface: 1. Configuration:

a. Provide a non-intrusive, non-contacting interface for configuring all input and output settings, control values, ranges, torque switch settings, valve positions switch settings, and options. 1) Configurable from a hand-held configuring tool or input devices on

the actuator. 2. Local interface, integral to actuator:

a. Non-intrusive, non-contacting selector switches: 1) LOCAL-STOP-REMOTE:

a) Motor actuator operation is prevented with the switch in STOP. 2) OPEN-CLOSE:

a) Controls the valve when LOCAL-STOP-REMOTE is in LOCAL. b) Spring return to center. c) Configurable between maintained (actuator runs until end of

travel, high torque, or a LOCAL-STOP-REMOTE is switched to STOP) and momentary (actuator stops when lever is released).

b. Local display: 1) Valve fully open and fully closed indicators. 2) Numerical display showing actual valve or gate position in percent of

travel.

Not to be used for bidding purposes!

Page 93: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 13447-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/13447 (Bid Set)

3. Remote control station - (VCP): a. Provide remote control stations for all actuators located more than 5 feet

above finished floor/grade 1) NEMA rating as listed in this section.

a) Where the rating is not listed, use NEMA Type 4X enclosures for non-hazardous areas, and explosion proof (XP) Class I Division 1 for hazardous areas.

b) All pilot devices shall 30 mm and pilot lights shall be illuminated by LEDs.

2) LOCAL-STOP-REMOTE selector switch. 3) LOCAL mode control devices:

a) Operate valve when LOCAL-STOP-REMOTE integral to actuator is in REMOTE and LOCAL-STOP-REMOTE on remote control station is in LOCAL.

4) Pilots lights to indicate valve position: a) Fully open. b) Fully closed.

4. Rotork’s Remote Hand Station: a. Wall mounted. b. Power: Via attached actuator (24 VDC output). c. Enclosure:

1) IP66. 2) IP68.

d. Double sealed. 5. Control inputs:

a. Capable of using 120 VAC or 24 VDC inputs. b. Controls the valve when LOCAL-STOP-REMOTE is in REMOTE. c. Isolated inputs capable of operating from external control voltage source

or internal power supply: 1) Furnish 120 VAC and 24 VDC control power supplies within the

actuator. d. Provide the following inputs:

1) OPEN. 2) CLOSE. 3) STOP.

e. OPEN and CLOSE inputs configurable between maintained (actuator runs until end of travel, high torque, or a STOP input) and momentary (actuator stops when command is removed).

6. Status outputs: a. Monitor relay output: Dry contact, normally closed, opens when actuator is

not in REMOTE or in the event of any internal fault or alarm condition. b. Provide the following outputs for all actuators:

1) Fully closed. 2) Fully open. 3) LOCAL-STOP-REMOTE in REMOTE position.

c. Capable of being configured for the following additional functions: 1) Communications failure. 2) High motor temperature. 3) Valve opening or closing. 4) Valve moving (continuous or pulsing). 5) Motor tripped on torque in mid-travel. 6) Motor stalled.

Not to be used for bidding purposes!

Page 94: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 13447-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/13447 (Bid Set)

7) Actuator being operated by hand wheel. 8) Open or close interlock active. 9) ESD active. 10) Motor tripped on torque in mid-travel. 11) Motor tripped on torque going open. 12) Motor tripped on torque going closed. 13) Pre-set torque exceeded. 14) Valve jammed. 15) Lost main power phase. 16) Control supply lost. 17) Battery low. 18) Internal failure detected.

d. All output contacts rated for 5 amps, 120 VAC and 24 VDC. 7. Analog input:

a. Provide a 4-20 milliampere analog input for analog modulating valves when indicated on the Drawings.

b. Modulate valve to maintain position based on analog input value. c. Maximum input impedance 250 ohms.

8. Analog output(s): a. Provide an isolated 4-20 milliampere analog output(s) when indicated on

the Drawings. 1) Loop power sourced from the actuator power supply. 2) Capable of driving into a load up to 500 ohms. 3) Output proportional to process value(s) indicated on the Drawings. 4) Valve or gate position. 5) Operating torque.

E. Features: 1. Time delay on reversal: Incorporate time delay between stopping actuator and

starting in opposite direction to limit excessive current, torque, and heating from instantaneous reversal.

2. Data logging: a. Store diagnostic data and reference data.

1) Store reference data (recorded during commissioning) and data from last operation.

3. Provide display of logged data on the actuator, or provisions to download to a personal computer.

F. Materials: 1. Construct motorized actuators of materials suitable for the environment in

which the valve or gate is to be installed.

G. Components: 1. Motors: 2. Specifically designed for valve actuator service with high starting torque, totally

enclosed non-ventilated construction.

Not to be used for bidding purposes!

Page 95: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 13447-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/13447 (Bid Set)

3. Torque ratings equal to or greater than that required for valve seating and dynamic torques with a 25 percent factor of safety. a. Design requirements for rubber-seated AWWA butterfly valves:

1) Design actuators for maximum gate or valve operating torque, in accordance with and using safety factors required in AWWA C504 and AWWA C542. a) Valve actuator torque requirement for open-close service: Not

less than the required valve-seating and dynamic torques under design operating conditions in accordance with AWWA C504.

b) Valve actuator torque requirement for modulating service: Not less than twice the required valve dynamic torque under design operating conditions in accordance with AWWA C504.

b. Design requirements for slide gates, gate valves, knife gate valves, globe valves, and diaphragm valves: 1) Design valves and actuators for maximum operating torque, in

accordance with and using safety factors required in AWWA C542. 2) Design for the maximum torque and thrust running load over the full

cycle. 3) Maximum torque or thrust rating: The actuator stall torque or

maximum thrust output shall not exceed the torque or thrust capability of the valve or gate, as determined by the valve or gate manufacturer.

4. Capable of being removed and replaced without draining the actuator gear case.

5. Motor bearings shall be amply proportioned of the anti-friction type and permanently lubricated.

6. Rated for operating under the following conditions without exceeding temperature limits with ambient temperature of 40 degrees Celsius. a. Continuous operation for 15 minutes or twice the open-to-close operating

time (whichever is greater) at normal operating torque or 33 percent of maximum torque (whichever is greater).

b. 60 starts per hour for open/close service or 1,200 starts per hour for modulating service.

7. Provide the following motor protection features: a. Jammed valve (no valve motion detected through a time delay). b. High motor temperature (sensed by an embedded thermostats). c. High torque. d. Single phasing protection.

H. Enclosures: 1. Actuator housing ratings as indicated in the Schedule. 2. Stainless steel external fasteners. 3. Provide 'O' ring seals for each of the following areas:

a. Between the terminal compartment and the internal electrical elements. b. Between the mechanical and electrical portions to protect from the ingress

of oil, and to protect the mechanical components of oil from dust and moisture when the electrical terminal is open.

4. Provide the following minimum enclosure ratings: a. NEMA Type 4X enclosure for general applications. b. NEMA Type 7 certified by FM for Class I, Division 1, Groups C, D, E, F

and G, for actuators installed in Class I, Division 1 and 2 areas.

Not to be used for bidding purposes!

Page 96: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 13447-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/13447 (Bid Set)

I. Position sensing: 1. Electronic and adjustable using a solid-state encoder wheel.

a. Mechanical limit switches and potentiometers are not acceptable. 2. Capable of retaining position and monitoring valve or gate motion when valve

is manually actuated and when main power is not present. 3. Valve range and position switch outputs field adjustable.

J. Torque sensing: 1. Torque shutdown setting: 40 percent to 100 percent rated torque:

a. Adjustable in 1 percent increments. 2. Torque display: 0 to 100 percent-rated torque. 3. Capable of interrupting control circuit during both opening and closing and

when valve torque overload occurs. 4. Electrical or electronic torque sensing:

a. Extrapolating torque from mechanically measured motor speed is not acceptable due to response time.

5. Independent of variations in frequency, voltage, or temperature. 6. The actuator shall store actual operational torque curves for retrieval by plant

maintenance staff. 7. Provide a temporary inhibit of the torque sensing system during unseating or

during starting in mid-travel against high inertia loads. 8. Provide visible verification of torque switch status without any housing

disassembly.

K. Manual actuators: 1. Hand wheel for manual operation.

a. Maximum 80 pound pull on rim when operating gate or valve under maximum load.

b. Provide pull chain when motorized actuator is located more than 6 feet above floor surface. 1) Chain shall be of sufficient length to reach approximately 4 feet

above the operating level. 2) Where the chain obstructs an aisle or walkway, provide holdback or

other means to ensure chain does not create a nuisance or hazard to operating personnel.

2. Declutch lever: Padlockable, capable of mechanically disengaging motor and related gearing and freeing hand wheel for manual operation.

L. Gearing: Hardened alloy steel spur or helical gears and self-locking, alloy bronze worm gear set. 1. Accurately cut to assure minimum backlash.

M. Bearings: 1. Anti-friction bearing with caged balls or rollers throughout. 2. Sealed-for-life type thrust bearings housed in a separate thrust base.

N. Drive bushing: 1. Easily detachable for machining to suit the valve stem or gearbox input shaft. 2. Positioned in a detachable base of the actuator.

Not to be used for bidding purposes!

Page 97: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 13447-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/13447 (Bid Set)

O. Lubrication: 1. Provide totally enclosed actuator gearing with oil filled gear case suitable for

operation at any angle. 2. Suitable for standard SAE80EP gear oil. 3. Actuators requiring special or exotic lubricants are not acceptable.

2.04 ACCESSORIES

A. Software: 1. Furnish PC-based diagnostic and configuration software to display diagnostic

data and configure actuators. 2. Provide software communications to the valve actuator and hand-held setting

tool using Bluetooth wireless communications. a. Provide all accessories and drivers required for operation and

communications with a standard personal computer running Microsoft Windows.

B. Termination module cover: 1. For actuators on a valve network provide a means to keep the valve network in

service, in the event where the actuator must be removed. 2. Provide sunshades for all outdoor installations of remote control stations that

use a LCD or similar screen. Regular pushbutton, sector switches, and pilot light control stations will not require a sunshade.

2.05 SPARE PARTS AND SPECIAL TOOLS

A. As specified in Section 01600.

B. Spare parts: 1. Provide the following (minimum 10 percent of total number of actuators of

each model type furnished, but not less than 1 for each model of actuator furnished): a. Stem nut. b. Worm shaft subassembly. c. Drive sleeve subassembly. d. Complete actuator seal kit. e. Actuator gearbox oil (sufficient quantity to fill 4 gearboxes). f. Encoder. g. Control module.

2. Provide 1 spare motor for each size motor furnished.

C. Setting tool: 1. If required for setting or configuring the actuator, provide a hand-held setting

tool. a. Furnish 1 setting tool for every 10 actuators. b. Capable of communicating with PC-based configuration software, and

transferring the following in either direction between the computer and programmer and setting tool, and between the setting tool and actuator.

c. Actuator configurations. 1) Capable of storing up to 10 different configurations.

d. Diagnostic data. 1) Capable of storing 4 complete sets of diagnostic data.

Not to be used for bidding purposes!

Page 98: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 13447-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/13447 (Bid Set)

PART 3 EXECUTION

3.01 GENERAL

A. As specified in Section 15050.

B. Position visual indicators so that they are most easily visible.

3.02 COMMISSIONING

A. As specified in Section 01756, 15958, and this Section.

B. Manufacturer services: 1. Provide certificates:

a. Manufacturer’s Certificate of Source Testing: 1) Proof-of-Design and Performance Test Reports in accordance with

AWWA C542. b. Manufacturer’s Certificate of Installation and Functionality Compliance.

2. Manufacturer’s Representative onsite requirements: a. One 8-hour day for training, installation, startup, and testing.

C. Source testing: 1. Design and Performance Test Reports in accordance with AWWA C542. 2. Test each actuator with a simulated load.

a. Simulate a typical valve load. 3. Electrical Instrumentation and Controls:

a. Test witnessing: not witnessed. b. Conduct testing as specified in Section 17950.

D. Functional testing: 1. Installed actuator:

a. Test witnessing: Witnessed. b. Conduct Level 2 General Equipment Performance Test. c. Conduct Level 2 Vibration Test. d. Conduct Level 2 Noise Test.

2. Electrical Instrumentation and Controls: a. Test witnessing: Witnessed. b. Conduct testing as specified in Section 17950.

END OF SECTION

Not to be used for bidding purposes!

Page 99: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15050-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15050 (Bid Set)

SECTION 15050

COMMON WORK RESULTS FOR MECHANICAL EQUIPMENT

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Basic design and performance requirements for building mechanical equipment and process mechanical equipment.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01600 - Product Requirements. 3. Section 01610 - Project Design Criteria. 4. Section 01612 - Seismic Design Criteria. 5. Section 01756 - Commissioning. 6. Section 01770 - Closeout Procedures. 7. Section 01782 - Operating and Maintenance Data. 8. Section 03600 - Grouting. 9. Section 05120 - Structural Steel. 10. Section 05140 - Structural Aluminum. 11. Section 05190 - Mechanical Anchoring and Fastening to Concrete and

Masonry. 12. Section 09960 - High-Performance Coatings. 13. Section 10400 - Signage. 14. Section 15052 - Common Work Results for General Piping. 15. Section 15082 - Piping Insulation. 16. Section 15958 - Mechanical Equipment Testing. 17. Section 16222 - Low Voltage Motors Up to 500 Horsepower. 18. Section 17055 - Packaged Control System. 19. Section 17950 - Testing, Calibration, and Commissioning.

1.02 REFERENCES

A. American Gear Manufacturer's Association (AGMA) Standards: 1. 6001-E08 - Design and Selection of Components for Enclosed Gear Drives.

B. American Bearing Manufactures Association (ABMA) Standards: 1. 9 - Load Ratings and Fatigue Life for Ball Bearings. 2. 11 - Load Ratings and Fatigue Life for Roller Bearings.

C. American Petroleum Institute (API): 1. 682 - Shaft Sealing Systems for Centrifugal and Rotary Pumps.

D. ASTM International (ASTM): 1. A36 - Standard Specification for Carbon Structural Steel. 2. A48 - Standard Specification for Gray Iron Castings. 3. A125 - Standard Specification for Steel Springs, Helical, Heat-Treated.

Not to be used for bidding purposes!

Page 100: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15050-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15050 (Bid Set)

4. A193 - Standard Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications.

5. A194 - Standard Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both.

6. A320 - Standard Specification for Alloy-Steel and Stainless Steel Bolting for Low-Temperature Service.

7. A536 - Standard Specification for Ductile Iron Castings. 8. A653 - Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or

Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. 9. B61 - Standard Specification for Steam or Valve Bronze Castings. 10. B62 - Standard specification for Composition Bronze or Ounce Metal Castings. 11. B505 - Standard Specification for Copper Alloy Continuous Castings. 12. B584 - Standard Specification for Copper Alloy Sand Castings for General

Applications. 13. F593 - Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and

Studs. 14. F594 - Standard Specification for Stainless Steel Nuts.

E. Hydraulic Institute (HI).

F. Occupational Safety and Health Administration (OSHA).

G. Unified Numbering System (UNS).

1.03 DEFINITIONS

A. Resonant frequency: That frequency at which a small driving force produces an ever-larger vibration if no dampening exists.

B. Rotational frequency: The revolutions per unit of time usually expressed as revolutions per minute.

C. Critical frequency: Same as resonant frequency for the rotating elements or the installed machine and base.

D. Peak vibration velocity: The root mean square average of the peak velocity of the vibrational movement times the square root of 2 in inches per second.

E. Rotational speed: Same as rotational frequency.

F. Maximum excitation frequency: The excitation frequency with the highest vibration velocity of several excitation frequencies that are a function of the design of a particular machine.

G. Critical speed: Same as critical frequency.

H. Free field noise level: Noise measured without any reflective surfaces (an idealized situation); sound pressure levels at 3 feet from the source unless specified otherwise.

I. Operating weight: The weight of unit plus weight of fluids or solids normally contained in unit during operation.

Not to be used for bidding purposes!

Page 101: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15050-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15050 (Bid Set)

1.04 DESIGN REQUIREMENTS

A. General: 1. Product requirements as specified in Section 01600. 2. Project conditions as specified in Section 01610. 3. Provisions specified under each technical equipment specification prevail over

and supersede conflicting provisions specified in this Section. 4. Equipment manufacturer's responsibility extends to selection and mounting of

gear drive units, motors or other prime movers, accessories, and auxiliaries required for proper operation.

5. Vibration considerations: a. Resonant frequency:

1) For single-speed equipment, ensure there are no natural resonant frequencies within 25 percent above or below the operating rotational frequencies or multiples of the operating rotational frequencies that may be excited by the equipment design.

2) For variable-speed equipment, ensure there are no natural resonant frequencies within 25 percent above or below the range of operating frequencies.

b. Design, balance, and align equipment to meet the vibration criteria specified in Section 15958.

6. Equipment units weighing 50 pounds or more: Provide with lifting lugs or eyes to allow removal with hoist or other lifting device.

B. Power transmission systems: 1. V-belts, sheaves, shaft couplings, chains, sprockets, mechanical

variable-speed drives, variable frequency drives, gear reducers, open and enclosed gearing, clutches, brakes, intermediate shafting, intermediate bearings, and U-joints are to be rated for 24 hour-a-day continuous service or frequent stops-and-starts intermittent service, whichever is most severe, and sized with a service factor of 1.5 or greater in accordance with manufacturer recommendations: a. Apply service factor to nameplate horsepower and torque of prime source

of power and not to actual equipment loading. b. Apply service factors in accordance with AGMA 6001-E08, other

applicable AGMA standards, or other applicable referenced standards.

C. Equipment mounting and anchoring: 1. Mount equipment on cast-iron or welded-steel bases with structural steel

support frames. a. Utilize continuous welds to seal seams and contact edges between steel

members. b. Grind welds smooth.

2. Provide bases and supports with machined support pads, dowels for alignment of mating of adjacent items, adequate openings to facilitate grouting, and openings for electrical conduits.

3. Provide jacking screws in bases and supports for equipment weighing over 1,000 pounds.

Not to be used for bidding purposes!

Page 102: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15050-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15050 (Bid Set)

4. Design equipment anchorage, supports, and connections for dead load, running loads, loads during start-up, seismic load specified in Section 01612, and other loads as required for proper operation of equipment. a. For equipment with an operating weight of 400 pounds or greater and all

equipment that is supported higher than 4 feet above the floor, provide calculations for: 1) The operating weight and location of the centroid of mass for the

equipment. 2) Forces and overturning moments. 3) Shear and tension forces in equipment anchorages, supports, and

connections. 4) The design of equipment anchorage, supports, and connections

based on calculated shear and tension forces. 5. Anchorage of equipment to concrete or masonry:

a. Perform calculations and determine number, size, type, strength, and location of anchor bolts or other connections.

b. Unless otherwise indicated on the Drawings, select and provide anchors from the types specified in Section 05190.

c. Provide bolt sleeves around cast-in anchor bolts for 400 pounds or greater equipment. 1) Adjust bolts to final location and secure the sleeve.

6. Anchorage of equipment to metal supports: a. Perform calculations and determine number, size, type, strength, and

location of bolts used to connect equipment to metal supports. 7. Unless otherwise indicated on the Drawings, install equipment supported on

concrete over non-shrink grout pads as specified in this Section.

1.05 SUBMITTALS

A. As specified in Section 01600.

B. Product data: 1. For each item of equipment:

a. Design features. b. Load capacities. c. Efficiency ratings. d. Material designations by UNS alloy number or ASTM Specification and

Grade. e. Data needed to verify compliance with the Specifications. f. Catalog data. g. Nameplate data. h. Clearly mark submittal information to show specific items, materials, and

accessories or options being furnished. 2. Gear reduction units:

a. Engineering information in accordance with applicable AGMA standards. b. Gear mesh frequencies.

C. Shop drawings: 1. Drawings for equipment:

a. Drawings that include cut-away drawings, parts lists, material specification lists, and other information required to substantiate that proposed equipment complies with specified requirements.

Not to be used for bidding purposes!

Page 103: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15050-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15050 (Bid Set)

2. Outline drawings showing equipment, driver, driven equipment, pumps, seal, motor(s) or other specified drivers, variable frequency drive, shafting, U-joints, couplings, drive arrangement, gears, base plate or support dimensions, anchor bolt sizes and locations, bearings, and other furnished components.

3. Installation instructions including leveling and alignment tolerances, grouting, lubrication requirements, and initial Installation Testing procedures.

4. Wiring, control schematics, control logic diagrams and ladder logic or similar for computer-based controls.

5. Recommended or normal operating parameters such as temperatures and pressures.

6. Alarm and shutdown setpoints for all controls furnished.

D. Calculations: 1. Structural:

a. Substantiate equipment base plates, supports, bolts, anchor bolts, and other connections meet minimum design requirements specified and seismic design criteria as specified in Section 01612.

2. Mechanical: a. ABMA 9 or ABMA 11 L10 life for bearings calculation methods for drivers,

pumps, gears, shafts, motors, and other driveline components with bearings.

b. Substantiate that operating rotational frequencies meet the requirements of this Section.

c. Torsional analysis of power transmission systems: When torsional analysis specified in the equipment sections, provide: 1) Sketch of system components identifying physical characteristics

including mass, diameter, thickness, and stiffness. 2) Results of analysis including first and second critical frequencies of

system components and complete system. d. Calculations shall be signed and stamped by a licensed engineer.

3. Drinking water: a. If applicable, conform to the requirements of Section 01600 for materials

in contact with drinking water.

E. Operation and maintenance manuals: 1. As specified in Section 01782. 2. Equipment with bearings:

a. Include manufacturer and model number of every bearing. b. Include calculated ball pass frequencies of the installed equipment for

both the inner and outer raceways.

F. Commissioning submittals: As specified in Section 01756.

G. Project closeout documents: As specified in Section 01770.

1.06 WARRANTY

A. As specified in Section 01783.

Not to be used for bidding purposes!

Page 104: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15050-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15050 (Bid Set)

PART 2 PRODUCTS

2.01 MATERIALS

A. Materials as specified in Section 01600 including special requirements for materials in contact with drinking water..

B. Ferrous materials: 1. Steel for members used in fabrication of assemblies: ASTM A36. 2. Iron castings: ASTM A48, tough, close-grained gray iron, free from blowholes,

flaws, and other imperfections. 3. Ductile iron castings: ASTM A536, Grade 65-45-12, free from flaws and

imperfections. 4. Galvanized steel sheet: ASTM A653, minimum 0.0635 inch (16 gauge). 5. Expanded metal: ASTM A36, 13 gauge, 1/2-inch flat pattern expanded metal. 6. Stainless steel:

a. As specified in Section 05120. b. In contact or within 36 inches of water: Type 316 or 316L. c. In sea air environment: Type 316 or 316L. d. Other locations: Type 304 or 304L. e. Source cleaning and passivation as specified in Section 05120.

C. Non-ferrous materials: 1. Bronze in contact with wastewater: Composition of not more than 2 percent

aluminum nor more than 6 percent zinc; UNS Alloy C83600, C89833, C89520, C92200, or C93700 in accordance with ASTM B61, B62, B505, or B584, when not specified otherwise.

2. Aluminum: As specified in Section 05140.

D. Dielectric materials for separation of dissimilar metals: 1. Neoprene, bituminous impregnated felt, heavy bituminous coatings,

nonmetallic separators or washers, or other materials as specified.

E. Non-shrink grout and epoxy non-shrink grout: As specified in Section 03600.

2.02 ANCHORS AND FASTENERS

A. Mechanical anchoring to concrete and masonry: 1. As specified in Section 05190:

a. Type 316 stainless steel. 2. Design as specified in Section 01612.

B. High-strength fasteners: 1. As specified in Section 05120.

C. Flange bolts: 1. As specified in Section 15052.

D. Mechanical assembly fasteners: 1. Stainless steel:

a. High-temperature service or high-pressure service: 1) Bolts: ASTM A193, Grade B8 (Type 304) or Grade B8M (Type 316),

Class 1, heavy hex.

Not to be used for bidding purposes!

Page 105: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15050-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15050 (Bid Set)

2) Nuts: ASTM A194, Grade 8, heavy hex. 3) Washers: Alloy group matching bolts and nuts.

b. Low-temperature service: 1) Bolts: ASTM A320, Grade B8 (Type 304) or Grade B8M (Type 316),

Class 1, heavy hex. 2) Nuts: ASTM A194, Grade 8 (Type 304) or Grade B8M (Type 316),

heavy hex. 3) Washers: Alloy group matching bolts and nuts.

c. General service: 1) Bolts: ASTM F593, Alloy Group 1 (Type 304) or Alloy Group 2

(Type 316). 2) Nuts: ASTM F594, Alloy Group 1 (Type 304) or Alloy Group 2

(Type 316). 3) Washers: Alloy group matching bolts and nuts.

2.03 SHAFT COUPLINGS

A. General: 1. Type and ratings: Provide non-lubricated type, designed for not less than

50,000 hours of operating life. 2. Sizes: Provide as recommended by manufacturer for specific application,

considering horsepower, speed of rotation, and type of service.

B. Shaft couplings for close-coupled electric-motor-driven equipment: 1. Use for:

a. Equipment 1/2 horsepower or larger. b. Reversing equipment. c. Equipment subject to sudden torque reversals or shock loading: d. Examples:

1) Reciprocating pumps, blowers, and compressors. 2) Conveyor belts.

2. Manufacturers: One of the following or equal: a. Lovejoy. b. T.B. Woods.

3. Provide flexible couplings designed to accommodate angular misalignment, parallel misalignment, and end float.

4. Manufacture flexible component of coupling from synthetic rubber or urethane. 5. Provide service factor of 2.5 for electric motor drives and 3.5 for engine drives. 6. Do not allow metal-to-metal contact between driver and driven equipment.

C. Shaft couplings for direct-connected electric-motor-driven equipment: 1. Use for 1/2 horsepower or larger and subject to normal torque, non-reversing

applications. 2. Manufacturers: One of the following or equal:

a. Rexnord. b. T.B. Woods.

3. Provide flexible couplings designed to accommodate shock loading, vibration, and shaft misalignment or offset.

4. Provide flexible connecting element of rubber and reinforcement fibers. 5. Provide service factor of 2.0. 6. Connect stub shafts through collars or round flanges, firmly keyed to their

shafts with neoprene cylinders held to individual flanges by through pins.

Not to be used for bidding purposes!

Page 106: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15050-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15050 (Bid Set)

D. Spacer couplings: Where cartridge-type mechanical seals or non-split seals are specified, provide a spacer-type coupling of sufficient length to remove the seal without disturbing the driver or driven equipment unless noted otherwise in the individual equipment specifications.

E. Specialized couplings: Where requirements of equipment dictate specialized features, supply coupling recommended for service by manufacturer: 1. Includes any engine-driven equipment.

2.04 STUFFING BOX, SEAL CHAMBER, AND SHAFT SEALS

A. General: 1. Unless otherwise noted in the equipment section, provide cartridge-type,

double mechanical shaft seals for pumps. 2. Provide a stuffing box large enough for a double mechanical seal. 3. Where packing is specified, provide stuffing box large enough to receive a

double mechanical seal. 4. Provide seal or packing flush connections, (3/4-inch size unless another size is

indicated on the Drawings). 5. Provide and route leakage drain line to nearest equipment floor drain indicated

on the Drawings. 6. For pumps with packing, design packing gland to allow adjustment and

repacking without dismantling pump except to open up packing box. 7. Seal or packing flush requirements shall be in accordance with API

Standard 682 requirements. Unless otherwise indicated, specified or required by the equipment and seal manufacturers, the following API flushing Plan arrangements shall be utilized as appropriate for the application: a. Single seal, clean water applications: Plan 11 (Discharge bypass to seal). b. Single seal, vertical pump applications: Plan 13 (Seal bypass to suction). c. Single seal, clean hot water (greater than 180 degrees Fahrenheit)

applications: Plan 23 (Seal cooler and pumping ring). d. Single seal, solids, or contaminants containing water applications: Plan 32

(External seal water). e. Double seal applications: Plan 54 (External seal water).

B. Packing: When specified in the equipment section of the specifications, provide the following type of packing: 1. Wastewater, water, and sludge applications:

a. Asbestos free. b. PTFE (Teflon) free. c. Braided graphite. d. Manufacturers: One of the following or equal:

1) Chesterton, 1400. 2) John Crane, equivalent product.

2. Drinking water service: a. Asbestos free. b. Material: Braided PTFE (Teflon). c. Manufacturers: One of the following or equal:

1) Chesterton, 1725. 2) John Crane, equivalent product.

Not to be used for bidding purposes!

Page 107: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15050-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15050 (Bid Set)

C. Mechanical seals: Provide seal types specified in the equipment sections and as specified. 1. Provide seal types meeting the following requirements:

a. Balanced hydraulically. b. Spring: Stationary, out of pumping fluid, Hastelloy C; Type Elgiloy or

17-7 PH stainless steel for split seals. c. O-ring: Viton 747. d. Gland: Type 316L stainless steel. e. Set screws: Type 316L stainless steel. f. Faces: Reaction bonded, silicon carbide. g. Seal designed to withstand 300 pounds per square inch gauge minimum

differential pressures in either direction; no requirement for seal buffer pressure to be maintained when pump is not operational even though process suction head may be present in pump.

2. Cartridge-type single mechanical: Manufacturers: One of the following or equal: a. Chesterton, S10. b. John Crane, 5610 Series.

3. Cartridge-type double mechanical: Manufacturers: One of the following or equal: a. Chesterton, S20. b. John Crane, 5620 Series.

4. Split-face single mechanical: Manufacturers: One of the following or equal: a. Chesterton, 442. b. John Crane, 3740.

2.05 GEAR REDUCTION UNITS

A. Type: Helical or herringbone, unless otherwise specified.

B. Design: 1. Made of alloys treated for hardness and for severe service. 2. AGMA Class II service:

a. Use more severe service condition when such is recommended by unit's manufacturer.

3. Cast-iron housing with gears running in oil. 4. Anti-friction bearings. 5. Thermal horsepower rating based on maximum horsepower rating of prime

mover, not actual load. 6. Manufactured in accordance with applicable AGMA standards.

C. Planetary gear units are not to be used.

2.06 BELT DRIVES

A. Sheaves: 1. Separately mounted on bushings by means of at least 3 pull-up bolts or cap

tightening screws. 2. When 2 sheave sizes are specified, provide separate belts sized for each set

of sheaves. 3. Statically balanced for all; dynamically balanced for sheaves that operate at a

peripheral speed of more than 5,500 feet per minute.

Not to be used for bidding purposes!

Page 108: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15050-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15050 (Bid Set)

4. Key bushings to drive shaft.

B. Belts: Anti-static type when explosion-proof equipment or environment is specified. 1. When spare belts are specified, furnish 1 spare belt for every different type

and size of belt-driven unit: a. Where 2 or more belts are involved, furnish matched sets. b. Identify as to equipment, design, horsepower, speed, length, sheave size,

and use. c. Package in boxes labeled with identification of contents.

C. Manufacturers: One of the following or equal: 1. Dodge, Dyna-V belts with matching Dyna-V sheaves and Taper-Lock

bushings. 2. T.B. Woods, Ultra-V belts with matching Sure-Grip sheaves and Sure-Grip

bushings.

2.07 BEARINGS

A. Type: Oil or grease lubricated, ball or roller antifriction type, of standard manufacture.

B. Oil-lubricated bearings: Provide either pressure lubricating system or separate oil reservoir splash-type system: 1. Size oil-lubrication systems to safely absorb heat energy generated in

bearings when equipment is operating under normal conditions and with the temperature 15 degrees Fahrenheit above the maximum design temperature as specified in Section 01610.

2. Provide an external oil cooler when required to satisfy the specified operating conditions: a. Provide air-cooled system if a water-cooling source is not indicated on the

Drawings. b. Equip oil cooler with a filler pipe and external level gauge.

C. Grease lubricated bearings, except those specified to be factory sealed: Fit with easily accessible grease supply, flush, drain, and relief fittings. 1. Lubrication lines and fittings:

a. Lines: Minimum 1/4-inch diameter stainless steel tubing. b. Multiple fitting assemblies: Mount fittings together in easily accessible

location. c. Use standard hydraulic-type grease supply fittings:

1) Manufacturers: One of the following or equal: a) Alenite. b) Zerk.

D. Ratings: Rated in accordance with ABMA 9 or ABMA 11 L10 life for bearings rating life of not less than 50,000 hours:

2.08 MOTORS

A. As specified in Section 16222.

Not to be used for bidding purposes!

Page 109: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15050-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15050 (Bid Set)

2.09 GEAR MOTORS

A. Motors as specified in Section 16222.

B. Helical gearing for parallel shaft drives and worm gearing for right-angle drives.

C. One of the following or equal: 1. Baldor Electric Company. 2. Bodine Electric Company.

2.10 VENDOR CONTROL PANELS

A. As specified in Section 17055.

2.11 EQUIPMENT SUPPORT FRAMES

A. Bolt holes shall not exceed bolt diameter by more than 25 percent, up to a limiting maximum diameter oversize of 1/4 inch.

2.12 PIPING AND VALVES

A. Piping as specified in Section 15052.

B. Valves as specified in Section 15114, Section 15116, Section 15117, and Section 15119.

2.13 SAFETY EQUIPMENT

A. Safety guards: 1. Provide guards that protect personnel from rotating shafts or components

within 7.5 feet of floors or operating platforms. 2. Requirements:

a. Allow visual inspection of moving parts without removal. b. Allow access to lubrication fittings. c. Prevent entrance of rain or dripping water for outdoor locations. d. Size belt and sheave guards to allow for installation of sheaves 15 percent

larger and addition of 1 belt. 3. Materials:

a. Sheet metal: Carbon steel, 12-gauge minimum thickness, hot-dip galvanized after fabrication.

b. Fasteners: Type 304 stainless steel.

B. Insulation: 1. Insulate all surfaces with normal operating temperatures above 120 degrees

Fahrenheit when surface is within 7.5 feet height from any operating floor or level.

2. Insulation thickness such that temperature is below 120 degrees Fahrenheit. 3. Insulation Type 3 and cover Type 5 as specified in Section 15082.

C. Warning signs: 1. Provide warning signs in accordance with OSHA requirements for equipment

that starts automatically or remotely. 2. Material, sign size, and text: As specified in Section 10400.

Not to be used for bidding purposes!

Page 110: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15050-12 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15050 (Bid Set)

3. Mount warning signs with stainless steel fasteners at equipment.

2.14 SPRING VIBRATION ISOLATORS

A. Design requirements: 1. Telescopic top and bottom housing with vertical stabilizers to resist lateral and

vertical forces. 2. Use steel coil springs. 3. Design vibration isolators in accordance with seismic design criteria as

specified in Section 01612.

B. Performance requirements: Minimum spring deflection of 1 inch under static load and capable of limiting transmissibility to 15 percent maximum at design operating load.

C. Manufacturers: One of the following or equal: 1. California Dynamics Corporation, Type RJSD. 2. Mason Industries, equivalent product.

D. Materials: 1. Fabricate isolators using welded-steel or shatterproof ductile iron in

accordance with ASTM A536 Grade CS-45-12. 2. Spring steel: ASTM A125.

2.15 NAMEPLATES

A. Fastened to equipment at factory in an accessible and visible location.

B. Stainless steel sheet engraved or stamped with text, holes drilled or punched for fasteners.

C. Fasteners: Number 4 or larger oval head stainless steel screws or drive pins.

D. Text: 1. Manufacturer’s name, equipment model number and serial number, motor

horsepower when appropriate, and identification tag number. 2. Indicate the following additional information as applicable:

a. Maximum and normal rotating speed. b. Service class per applicable standards.

3. Include for pumps: a. Rated total dynamic head in feet of fluid. b. Rated flow in gallons per minute. c. Impeller, gear, screw, diaphragm, or piston size.

4. Include for gear reduction units: a. AGMA class of service. b. Service factor. c. Input and output speeds.

2.16 SHOP FINISHES

A. Provide appropriate factory coatings as specified in Section 09960. 1. Motors and gear reducers: Shop finish paint with manufacturer's standard

coating, unless otherwise specified in the individual equipment specification.

Not to be used for bidding purposes!

Page 111: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15050-13 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15050 (Bid Set)

2.17 SPECIAL TOOLS

A. Supply one set of special tools as specified in Section 01600.

2.18 SOURCE TESTING

A. Testing requirements unless specified otherwise in the individual equipment specifications: 1. Mechanical equipment: Level 1 General Equipment Performance Test as

specified in Section 15958. 2. Motors: As specified in Section 16222. 3. Vendor control panels: As specified in Section 17950.

2.19 SHIPPING

A. As specified in Section 01600.

B. Prior to shipment of equipment: 1. Bearings (and similar items):

a. Pack separately or provide other protection during transport. b. Greased and lubricated.

2. Gear boxes: a. Oil filled or sprayed with rust preventive protective coating.

3. Fasteners: a. Inspect for proper torques and tightness.

PART 3 EXECUTION

3.01 DELIVERY, HANDLING, STORAGE, AND PROTECTION

A. As specified in Section 01600.

B. Inspect fasteners for proper torques and tightness.

C. Storage: 1. Bearings:

a. Rotate units at least once per month or more often as recommended by the manufacturer to protect rotating elements and bearings.

2. Gear boxes: a. Inspect to verify integrity of protection from rust.

D. Protection: 1. Equipment Log shall include description of rotation performed as part of

maintenance activities.

3.02 INSTALLATION

A. Field measurements: 1. Prior to shop drawings preparation, take measurements and verify dimensions

indicated on the Drawings. 2. Ensure equipment and ancillary appurtenances fit within available space.

Not to be used for bidding purposes!

Page 112: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15050-14 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15050 (Bid Set)

B. Sequencing and scheduling: 1. Equipment anchoring: Obtain anchoring material and templates or setting

drawings from equipment manufacturers in adequate time for anchors to be cast-in-place.

2. Coordinate details of equipment with other related parts of the Work, including verification that structures, piping, wiring, and equipment components are compatible.

C. Metal work embedded in concrete: 1. Accurately place and hold in correct position while concrete is being placed. 2. Clean surface of metal in contact with concrete immediately before concrete is

placed.

D. Concrete surfaces designated to receive non-shrink grout: 1. Heavy sandblast concrete surface in contact with non-shrink grout. 2. Clean concrete surfaces of sandblasting sand, grease, oil, dirt, and other

foreign material that may reduce bond to non-shrink grout. 3. Saturate concrete with water. Concrete shall be saturated surface damp at

time non-shrink grout is placed.

E. Install equipment in accordance with manufacturer's installation instructions and recommendations.

F. Lubrication lines and fittings: 1. Support and protect lines from source to point of use. 2. Fittings:

a. Bring fittings to outside of equipment in manner such that they are readily accessible from outside without necessity of removing covers, plates, housings, or guards.

b. Mount fittings together wherever possible using factory-mounted multiple fitting assemblies securely mounted, parallel with equipment lines, and protected from damage.

c. Fittings for underwater bearings: Bring fittings above water surface and mount on edge of structure above.

G. Alignment of drivers and equipment: 1. Where drive motors or other drivers are connected to driven equipment by

flexible coupling, disconnect coupling halves and align driver and equipment after complete unit has been leveled on its foundation.

2. Comply with procedures of appropriate HI, AGMA Standards, alignment tolerances of equipment manufacturers and the following requirements to bring components into angular and parallel alignment: a. Maximum total coupling offset (not the per-plane offset): Not to exceed

0.5 mils per inch of coupling length for spacer couplings based on coupling length (not dial separation).

b. Utilize jacking screws, wedges, or shims as recommended by the equipment manufacturer and as specified in the equipment sections.

3. Use reverse-indicator arrangement dial-type or laser-type alignment indicators: Mount indicators on the driver/coupling flange and equipment/coupling flange. Alignment instrumentation accuracy shall be sufficient to read angular and radial misalignment at 10 percent or less of the manufacturer's recommended acceptable misalignment.

Not to be used for bidding purposes!

Page 113: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15050-15 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15050 (Bid Set)

4. Alignment and calculations shall include measurement and allowance for thermal growth, spacer coupling length, indicator separation, and axial spacing tolerances of the coupling.

5. When alignment satisfies most stringent tolerance of system components, grout between base and foundation. a. Allow minimum 48 hours for grout to harden. b. After grout hardens, remove jacking screws, tighten anchor bolts and

other connections, and recheck alignment. c. Correct alignment as required.

6. After functional testing is complete, dowel motor or drivers and driven equipment: a. Comply with manufacturer's instructions.

H. Grouting under equipment bases, baseplates, soleplates, and skids: 1. Unless otherwise indicated on the Drawings, grout with non-shrink grout as

specified in Section 03600. a. Non-shrink epoxy grout required only when indicated on the Drawings.

2. Comply with equipment manufacturer's installation instructions for grouting spaces, and tolerances for level and vertical and horizontal alignment.

3. Install grout only after: a. Equipment is leveled and in proper alignment. b. Piping connections are complete and in alignment with no strain

transmitted to equipment. 4. Do not use leveling nuts on equipment anchors for supporting and leveling

equipment bases, baseplates, soleplates, and skids for grouting. 5. Use jack screws for supporting and leveling equipment bases, baseplates,

soleplates, and skids for grouting following the procedure defined below: a. Drill and tap equipment base plates, sole plates, and skids for jack

screws. b. Use suitable number and size of jack screws. c. End of jack screws shall bear on circular steel plates epoxy bonded to

equipment foundation. d. Jack screw threads that will be in contact with grout: Wrap with multiple

layers of tape or other material, acceptable to Engineer, to prevent grout from bonding to threads.

e. Place and cure grout as specified in Section 03600. f. After grout is cured, remove jack screws and material used to prevent

bonding to grout. 1) Provide jack screws to Owner for future use.

g. Tighten equipment anchors in accordance with equipment manufacturer requirements.

h. Fill holes where jack screws have been removed with grout. i. Cure as specified in Section 03600.

6. For equipment bases, baseplates, soleplates, and skids where it is not practical to use jack screws, use steel wedges and shims. a. Wrap wedges and shims that contact grout with multiple layers of tape or

other material, acceptable to Engineer, to prevent grout from bonding. b. Place and cure grout as specified in Section 03600. c. Remove wedges or shims. d. Tighten equipment anchors to in accordance with equipment

manufacturer requirements. e. Fill voids where wedges and shims have been removed with grout.

Not to be used for bidding purposes!

Page 114: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15050-16 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15050 (Bid Set)

f. Cure as specified in Section 03600. 7. Preparation of equipment bases, baseplates, soleplates, and skids for

grouting: a. Metal in contact with grout: Grit blast to white metal finish. b. Clean surfaces of equipment bases, baseplates, soleplates, and skids in

contact with grout of dirt, dust, oil, grease, paint, and other material that will reduce bond.

8. Preparation of concrete equipment foundation for grouting: a. Rough concrete surfaces in contact with grout. b. Concrete contact surface shall be free of dirt, dust, laitance, particles,

loose concrete, or other material or coatings that will reduce bond. c. Saturate concrete contact surface area with water for minimum of

24 hours prior to grouting. d. Remove standing water just prior to grout placement, using clean rags or

oil-free compressed air.

9. Forms and header boxes: a. Build forms for grouting of material with adequate strength to withstand

placement of grouts. b. Use forms that are rigid and liquid tight. Caulk cracks and joints with an

elastomeric sealant. c. Line forms with polyethylene film for easy grout release. Forms carefully

waxed with 2 coats of heavy-duty paste wax will also be acceptable. 10. Grout placement requirements:

a. Minimum ambient and substrate temperature: 45 degrees Fahrenheit and rising: 1) Conform to grout manufacturer’s temperature requirements.

b. Pour grout using header box. c. Keep level of grout in header box above bottom of equipment bases,

baseplates, soleplates, and skids at all times to prevent air entrapment. d. Grout shall flow continuously from header box to other side of forms

without trapping air or forming voids. e. Vibrate, rod, or chain grout to facilitate grout flow, consolidate grout, and

remove entrapped air. f. After grout sets, remove forms and trim grout at 45-degree angle from

bottom edge of equipment bases, baseplates, soleplates, and skids. g. Cure as specified in Section 03600.

I. Field welding: 1. Use welding procedures, welders, and welding operators qualified and certified

in accordance with AWS D1.1. 2. Shielded arc welding.

J. Field finishes. 1. Protect motors. 2. Clean equipment. 3. Apply primer and coating systems as specified in Section 09960 requirements.

K. Special techniques: 1. Use applicable special tools and equipment, including precision machinist

levels, dial indicators, and gauges as required in equipment installations.

Not to be used for bidding purposes!

Page 115: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15050-17 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15050 (Bid Set)

L. Tolerances: 1. Completed equipment installations: Comply with requirements for intended use

and specified vibration and noise tolerances.

M. Warning signs: 1. Mount securely with stainless fasteners at equipment that can be started

automatically or from remote locations.

3.03 COMMISSIONING

A. As specified in Section 01756.

B. Functional testing requirements unless specified otherwise in the individual equipment specifications: 1. Mechanical equipment: Level 1 tests as specified in Section 15958. 2. Motors: As specified in Sections 16222. 3. Vendor control panels: As specified in Section 17950.

END OF SECTION

Not to be used for bidding purposes!

Page 116: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 117: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15052-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15052 (Bid Set)

SECTION 15052

COMMON WORK RESULTS FOR GENERAL PIPING

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Basic materials and methods for metallic and plastic piping systems.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01600 - Product Requirements. 3. Section 09960 - High-Performance Coatings. 4. Section 15061 - Pipe Supports. 5. Section 15062 - Preformed Channel Pipe Support System. 6. Section 15210 - Cast Iron Soil Pipe: ASTM A74. 7. Section 15211 - Ductile Iron Pipe : AWWA C151. 8. Section 15234 - Polyethylene (PE) Pipe: ASTM D2513. 9. Section 15956 - Piping Systems Testing.

1.02 REFERENCES

A. American Society of Mechanical Engineers (ASME): 1. B16.5 - Pipe Flanges and Flanged Fittings: NPS 1/2 Through 24. 2. B16.47 - Large Diameter Steel Flanges: NPS 26 Through NPS 60 Metric/Inch

Standard.

B. American Water Work Association (AWWA): 1. C207 - Standard for Steel Pipe Flanges for Waterworks Services-Size 4 In.

Through 144 In.

C. ASTM International (ASTM): 1. A193 - Standard Specification for Alloy-Steel and Stainless Steel Bolting for

High Temperature or High Pressure Service and Other Special Purpose Applications.

2. A194 - Standard Specification for Carbon Steel, Alloy Steel, and Stainless Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both.

3. A307 - Standard Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60,000 PSI Tensile Strength.

4. A563 - Standard Specification for Carbon and Alloy Steel Nuts. 5. F37 - Standard Test Methods for Sealability of Gasket Materials. 6. F2329 - Standard Specification for Zinc Coating, Hot-Dip, Requirements of

Application to Carbon and Alloy Steel Bolts, Screws, Washers, Nuts, and Special Threaded Fasteners.

D. NSF International (NSF).

Not to be used for bidding purposes!

Page 118: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15052-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15052 (Bid Set)

1.03 DEFINITIONS

A. Buried pipes: Pipes that are buried in the soil with or without a concrete pipe encasement.

B. Exposed pipe: Pipes that are located above ground, or located inside a structure, supported by a structure, or cast into a concrete structure.

C. Underground pipes: Buried pipes - see A. above.

D. Underwater pipes: Pipes below the top of walls in basins or tanks containing water.

E. Wet wall: A wall with water on at least 1 side.

PART 2 PRODUCTS

2.01 GENERAL

A. Materials as specified in Section 01600 including special requirements for materials in contact with drinking water.

2.02 ESCUTCHEONS

A. Material: Chrome-plated steel plate.

B. Manufacturers: One of the following or equal: 1. Dearborn Brass Company, Model Number 5358. 2. Keeney Manufacturing Company, Model Number 102 or Number 105.

2.03 LINK TYPE SEALS

A. Characteristics: 1. Modular mechanical type, consisting of interlocking neoprene or synthetic

rubber links shaped to continuously fill the annular space between the pipe and wall opening.

2. Links to form a continuous rubber belt around the pipe. 3. Provide a nylon polymer pressure plate with Type 316 stainless steel

hardware. Isolate pressure plate from contact with wall sleeve. 4. Hardware to be Type 316 stainless steel.

a. Provide anti-galling lubricant for threads.

B. One of the following or equal: 1. Link-Seal. 2. Pipe Linx.

2.04 FLANGE BOLTS AND BOLTS

A. General: 1. Provide a washer for each nut. Washer shall be of the same material as the

nut. 2. Nuts shall be Heavy hex-head.

Not to be used for bidding purposes!

Page 119: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15052-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15052 (Bid Set)

3. Cut and finish flange bolts to project a maximum of 1/4 inch beyond outside face of nut after assembly.

4. Tap holes for cap screws or stud bolts when used. 5. Lubricant for stainless steel bolts and nuts:

a. Chloride-free. b. One of the following or equal:

1) Huskey FG-1800 Anti-Seize. 2) Weicon Anti-Seize High-Tech.

B. For ductile iron pipe: 1. On exposed pipes with pressures equal to or less than 150 psig:

a. Bolts: ASTM A307, Grade B. b. Nuts: ASTM A563, Grade A. c. Bolts and Nuts: Hot-dip galvanized in accordance with ASTM F2329.

2. On exposed pipes with pressures greater than 150 psig: a. Bolts: ASTM A193, Grade B. b. Nuts: ASTM A194, Grade 2H. c. Bolts and nuts: Hot-dip galvanized in accordance with ASTM F2329.

3. On underwater pipes and pipes adjacent to wet walls: a. Bolts: ASTM A193, Grade B8M. b. Nuts: ASTM A194, Grade 8M.

C. Plastic pipe: 1. On exposed pipes:

a. Bolts: ASTM A307, Grade B. b. Nuts: ASTM A563, Grade A. c. Bolts and Nuts: Hot-dip galvanized in accordance with ASTM F2329.

2. On underwater pipes and pipes adjacent to wet walls: a. Bolts: ASTM A193, Grade B8M. b. Nuts: ASTM A194, Grade 8M.

D. Steel pipe: 1. On exposed pipes:

a. For ASME B16.5 Class 150 flanges and AWWA C207 Class D flanges: 1) Bolts: ASTM A307, Grade B. 2) Nuts: ASTM A563, Grade A. 3) Bolts and Nuts: Hot-dip galvanized in accordance with ASTM F2329.

b. For ASME B16.5 and B16.47 Class 300 flanges and AWWA C207 Class E and F flanges: 1) Bolts: ASTM A193, Grade B7. 2) Nuts: ASTM A194, Grade 2H.

2. On underwater pipes and pipes adjacent to wet walls: a. Bolts: ASTM A193, Grade B8M. b. Nuts: ASTM A194, Grade 8M.

2.05 GASKETS

A. General. 1. Gaskets shall be suitable for the specific fluids, pressure, and temperature

conditions.

Not to be used for bidding purposes!

Page 120: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15052-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15052 (Bid Set)

B. Gaskets for non-steam cleaned ductile iron and steel piping: 1. Suitable for pressures equal and less than 150 pounds per square inch gauge,

temperatures equal and less than 250 degrees Fahrenheit, and raw sewage service.

2. Gasket material: a. Neoprene elastomer with minimum Shore A hardness value of 70. b. Reinforcement: Inserted 13-ounce nylon fabric cloth for pipes 20 inch or

larger. c. Thickness: Minimum 3/32-inch thick for less than 10-inch pipe; minimum

1/8 inch thick for 10-inch and larger pipe. 3. Manufacturers: One of the following or equal:

a. Pipe less than 20 inches in diameter: 1) Garlock, Style 7797. 2) John Crane, similar product.

b. Pipe 20 inches in diameter and larger: 1) Garlock, Style 8798. 2) John Crane, similar product.

C. Gaskets for non-steam cleaned grooved end ductile iron and steel piping: 1. Suitable for pressures equal to the encapsulating coupling or flange adapter. 2. Material: Pressure responsive elastomer.

a. Ductile iron piping: FlushSeal® type. 1) Halogenated Butyl: Grade M; for temperatures to 200 degrees

Fahrenheit. 2) Nitrile: Grade S; for temperatures to 180 degrees Fahrenheit.

b. Steel piping: 1) EPDM: Grade E; for temperatures to 230 degrees Fahrenheit. 2) EPDM-HP: Grade EHP, for temperatures to 250 degrees Fahrenheit. 3) Nitrile: Grade T, for temperatures to 180 degrees Fahrenheit.

3. Gaskets shall be verified as suitable for the intended service. a. Temperature ratings may vary depending on the fluid/media.

4. Manufacturers: Gaskets shall be of the same manufacturer as the encapsulating couplings/flange adapters. a. Victaulic Company.

D. Gaskets for steam cleaned non glass-lined ductile iron and steel piping: 1. Suitable for pressures equal and less than 150 pounds per square inch gauge,

temperatures equal and less than 360 degrees Fahrenheit, and raw sewage service.

2. Material: a. Neoprene elastomer, compressed, non-asbestos fiber reinforcement.

3. Manufacturers: One of the following or equal: a. Garlock, Bluegard 3300. b. John Crane, similar product.

E. Gaskets for steam cleaned glass lined ductile iron piping: 1. Suitable for pressures equal and less than 150 pounds per square inch gauge,

temperatures equal and less than 360 degrees Fahrenheit, and sludge service.

Not to be used for bidding purposes!

Page 121: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15052-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15052 (Bid Set)

2. Material: a. Teflon gasketing with 1/16-inch sheet thickness each side (1/8 inch total

sheet thickness), filled with corrugated or perforated Type 316 stainless steel ring and non-asbestos filler material with minimum 5/16-inch overall thickness.

3. Manufacturers: One of the following or equal: a. Garlock, Style HP3561. b. John Crane, similar product.

F. Gaskets for flanged joints in polyvinyl chloride and polyethylene piping: 1. Suitable for pressures equal and less than 150 pounds per square inch gauge,

with low flange bolt loadings, temperatures equal and less than 120 degrees Fahrenheit, and polymer, chlorine, caustic solutions, and other chemicals, except chemicals which liberate free fluorine including fluorochemicals and gaseous fluorine.

2. Material: 0.125-inch thick Viton rubber. 3. Manufacturers: One of the following or equal:

a. Garlock. b. John Crane, similar product.

G. Gaskets for flanged joints in gas or liquefied petroleum gas piping: 1. Digester gas in stainless steel, or black steel piping: Suitable for pressures

equal and less than 150 pounds per square inch gauge, temperatures equal and less than 200 degrees Fahrenheit, and digester gas and mild acid concentrations.

2. Chlorine gas application in black steel piping: Suitable for pressures equal to or less than 300 pounds per square inch gauge, temperatures equal to or less than 100 degrees Fahrenheit, and chlorine gas application.

3. Liquefied petroleum, propane, and natural gas applications in black steel piping: Suitable for pressures equal and less than 250 pounds per square inch gauge, temperatures equal and less than 100 degrees Fahrenheit, and liquefied petroleum gas, propane gas, and natural gas application.

4. Material: a. Microcellular Teflon outer layers with rigid center layer. b. Sealability in accordance with ASTM F37, less than 0.55 millimeters per

hour leakage of iso-octane at 1,000 pounds per square inch gasket load and 9.8 pounds per square inch fluid pressure.

5. Manufacturers: One of the following or equal: a. Garlock, Style 3545. b. John Crane, similar product.

H. Gaskets for flanged joints in low pressure air piping: 1. Suitable for pressures equal and less than 150 pounds per square inch gauge,

temperatures equal and less than 300 degrees Fahrenheit, and compressed air service.

2. Material: EPDM elastomer, 1/8 inch thick, 60 Shore hardness, smooth surface. 3. Manufacturers: One of the following or equal:

a. Garlock, Style 8314. b. John Crane, similar product.

Not to be used for bidding purposes!

Page 122: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15052-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15052 (Bid Set)

I. Gaskets for flanged joints in ductile iron or steel water piping: 1. Suitable for hot or cold water, pressures equal and less than 150 pounds per

square inch gauge, and temperatures equal and less than 160 degrees Fahrenheit.

2. Material: a. Neoprene elastomer, compressed, with non-asbestos fiber reinforcement.

3. Manufacturers: One of the following or equal: a. Garlock, Bluegard 3300. b. John Crane, similar product.

J. Gaskets for flanged joints in ductile iron or steel drinking water piping meeting NSF requirements: 1. Suitable for hot or cold water, pressures equal to or less than 150 pounds per

square inch gauge, and temperatures equal to or less than 160 degrees Fahrenheit.

2. Material: a. PTFE material with glass microsphere filler.

3. Manufacturers: One of the following or equal: a. Garlock, GYLON ® Style 3505. b. John Crane, similar product.

PART 3 EXECUTION

3.01 INSTALLATION

A. General: 1. Piping drawings:

a. Except in details, piping is indicated diagrammatically. Not every offset and fitting, or structural difficulty that may be encountered has been indicated on the Drawings. Sizes and locations are indicated on the Drawings.

b. Perform minor modifications to piping alignment where necessary to avoid structural, mechanical, or other type of obstructions that cannot be removed or changed. 1) Modifications are intended to be of minor scope, not involving a

change to the design concept or a change to the Contract Price or Contract Times.

2. Piping alternatives: a. Provide piping as specified in this Section, unless indicated on the

Drawings or specified otherwise. b. Alternative pipe ratings:

1) Piping with greater pressure rating than specified may be substituted in lieu of specified piping without changes to the Contract Price.

2) Piping of different material may not be substituted in lieu of specified piping.

c. Valves in piping sections: Capable of withstanding specified test pressures for piping sections and fabricated with ends to fit piping.

d. For grooved joints, use couplings, flange adapters, and fittings of the same manufacturer. 1) The grooved joint manufacturer’s factory trained representative shall

provide on-site training for Contractor’s field personnel.

Not to be used for bidding purposes!

Page 123: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15052-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15052 (Bid Set)

2) The representative shall periodically visit the jobsite and review Contractor is following best recommended practices in grooved product installation.

3) A distributor’s representative is not considered qualified to conduct the training or jobsite visit(s).

e. For flanged joints, where 1 of the joining flanges is raised face type, provide a matching raised face type flange for the other joining flange.

3. Unless otherwise indicated on the Drawings, piping at pipe joints, fittings, couplings, and equipment shall be installed without rotation, angular deflection, vertical offset, or horizontal offset.

B. Wall and slab penetrations: 1. Provide sleeves for piping penetrations through aboveground masonry and

concrete walls, floors, ceilings, roofs, unless specified or otherwise indicated on the Drawings.

2. For piping 1 inch in nominal diameter and larger, provide sleeves with minimum inside diameters of 1 inch plus outside diameter of piping. For piping smaller than 1 inch in nominal diameter, provide sleeve of minimum twice the outside diameter of piping. a. Arrange sleeves and adjacent joints so piping can be pulled out of sleeves

and replaced without disturbing the structure. b. Cut ends of sleeves flush with surfaces of concrete, masonry, or plaster. c. Conceal ends of sleeves with escutcheons where piping runs through

floors, walls, or ceilings of finished spaces within buildings. d. Seal spaces between pipes and sleeves with link-type seals when not

otherwise specified or indicated on the Drawings. 3. Provide flexibility in piping connecting to structures to accommodate

movement due to soil settlement and earthquakes. Provide flexibility using details indicated on the Drawings.

4. Core drilled openings: a. Do not damage or cut existing reinforcing bars, electrical conduits, or

other items embedded in the existing concrete without acceptance by Engineer.

b. Determine location of reinforcing bars or other obstructions with a non-destructive indicator device.

c. Remove dust and debris from hole using compressed air.

C. Exposed piping: 1. Install exposed piping in straight runs parallel to the axes of structures, unless

otherwise indicated on the Drawings: a. Install piping runs plumb and level, unless otherwise indicated on the

Drawings. 1) Slope plumbing drain piping with a minimum of 1/4 inch per foot

downward in the direction of flow. 2. Install exposed piping after installing equipment and after piping and fitting

locations have been determined. 3. Support piping: As specified in Sections 15061 and 15062:

a. Do not transfer pipe loads and strain to equipment. 4. In addition to the joints indicated on the Drawings, provide unions, flexible

couplings, flanged joints, flanged coupling adapters, and other types of joints or means which are compatible with and suitable for the piping system, and necessary to allow ready assembly and disassembly of the piping.

Not to be used for bidding purposes!

Page 124: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15052-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15052 (Bid Set)

5. Assemble piping without distortion or stresses caused by misalignment: a. Match and properly orient flanges, unions, flexible couplings, and other

connections. b. Do not subject piping to bending or other undue stresses when fitting

piping. c. Do not correct defective orientation or alignment by distorting flanged

joints or subjecting flange bolts to bending or other undue stresses. d. Flange bolts, union halves, flexible connectors, and other connection

elements shall slip freely into place. e. Alter piping assembly to fit, when proper fit is not obtained. f. Install eccentric reducers or increasers with the top horizontal for pump

suction piping.

D. Buried piping: 1. Bury piping with minimum 3-foot cover without air traps, unless otherwise

indicated on the Drawings. 2. Where 2 similar services run parallel to each other, piping for such services

may be laid in the same trench. a. Lay piping with sufficient room for assembly and disassembly of joints, for

thrust blocks, for other structures, and to meet separation requirements of public health authorities having jurisdiction.

3. Laying piping: a. Lay piping in finished trenches free from water or debris. Begin at the

lowest point with bell ends up slope. b. Place piping with top or bottom markings with markings in proper position. c. Lay piping on an unyielding foundation with uniform bearing under the full

length of barrels. d. Where joints require external grouting, banding, or pointing, provide space

under and immediately in front of the bell end of each section laid with sufficient shape and size for grouting, banding, or pointing of joints.

e. At the end of each day's construction, plug open ends of piping temporarily to prevent entrance of debris or animals.

4. Concrete encase all buried pipe installed under concrete slabs or structures.

E. Venting piping under pressure: 1. Lay piping under pressure flat or at a continuous slope without air traps, unless

otherwise indicated on the Drawings. 2. Install plug valves as air bleeder cocks at high points in piping.

a. Provide 1-inch plug valves for water lines, and 2-inch plug valves for sewage and sludge lines, unless otherwise indicated on the Drawings.

3. Provide additional pipe taps with plug cocks and riser pipes along piping as required for venting during initial filling, disinfecting, and sampling.

4. Before piping is placed into service, close plug valves and install plugs. Protect plugs and plug valves from corrosion in as specified in Section 09960.

F. Restraining piping: 1. Restrain piping at valves and at fittings where piping changes direction,

changes sizes, and at ends: a. When piping is underground, use concrete thrust blocks, mechanical

restraints, or push-on restraints. b. When piping is aboveground or underwater, use mechanical or structural

restraints.

Not to be used for bidding purposes!

Page 125: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15052-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15052 (Bid Set)

c. Determine thrust forces by multiplying the nominal cross sectional area of the piping by design test pressure of the piping.

2. Provide restraints with ample size to withstand thrust forces resulting from test pressures: a. During testing, provide suitable temporary restraints where piping does

not require permanent restraints. 3. Place concrete thrust blocks against undisturbed soil. 4. Place concrete so piping joints, fittings, and other appurtenances are

accessible for assembly and disassembly. 5. Provide underground mechanical restraints where specified in the Piping

Schedule.

G. Connections to existing piping: 1. Expose existing piping to which connections are to be made with sufficient

time to permit, where necessary, field adjustments in line, grade, or fittings: a. Protect domestic water/potable water supplies from contamination:

1) Make connections between domestic water supply and other water systems in accordance with requirements of public health authorities.

2) Provide devices approved by Owner of domestic water supply system to prevent flow from other sources into the domestic supply system.

2. Make connections to existing piping and valves after sections of new piping to be connected have been tested and found satisfactory.

3. Provide sleeves, flanges, nipples, couplings, adapters, and other fittings needed to install or attach new fittings to existing piping and to make connections to existing piping.

4. For flanged connections, provide stainless steel bolts with isolation bushings and washers, and full-face flange gaskets.

H. Connections to in-service piping: 1. As specified in Section 01140.

I. Connections between ferrous and nonferrous metals: 1. Connect ferrous and nonferrous metal piping, tubing, and fittings with dielectric

couplings especially designed for the prevention of chemical reactions between dissimilar metals.

2. Nonferrous metals include aluminum, copper, and copper alloys.

J. Flanged connections between dissimilar metals such as ductile iron pipe and steel pipe: 1. Provide stainless steel bolts with isolation bushings and washers, and full-face

flange gaskets.

3.02 CLEANING

A. Piping cleaning: 1. Upon completion of installation, clean piping interior of foreign matter and

debris. 2. Perform special cleaning when required by the Contract Documents.

B. Cleaning potable water piping: 1. Flush and disinfect potable water piping as directed by Owner.

Not to be used for bidding purposes!

Page 126: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15052-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15052 (Bid Set)

C. Cleaning and drying of dry chlorine gas or liquid chlorine piping: 1. Coordinate with Owner and attend a pre-cleaning meeting with Owner before

cleaning chlorine piping. 2. Work with Owner during cleaning and conform to plant operational and shut

down constraints. 3. Clean chlorine pressure piping in accordance with the requirements of the

Chlorine Institute-Pamphlet 6 and meet the following requirements. 4. Do not put water into any of the chlorine gas or liquid piping. 5. Blow chlorine piping clean of loose debris with compressed air at 4,000 fpm. 6. Clean chlorine piping by pulling clean cloths saturated with an approved

solvent through piping: a. Do not use hydrocarbons or alcohols that may react with chlorine. b. Use solvents in accordance with manufacturer's safety recommendations

to avoid serious physiological effects. c. Remove all dirt and debris of any nature from the chlorine lines.

7. Disassemble and clean valves and equipment that have oil residues before installation.

8. Dry piping immediately before effecting final connections for service. a. Keep piping sealed to prevent moisture from entering chlorine piping. b. Supply compressors, air dryers, and dew point testing equipment

necessary to dry and test for dryness the new chlorination system piping. c. Drying procedure:

1) Pass dry commercial grade nitrogen gas that has a dew point of minus 40 degrees Fahrenheit or less through the piping until exhausted air at three Engineer-approved locations has a dew point of minus 40 degrees Fahrenheit.

2) Confirm dew point with a hygrometer. 3) Allow several hours for drying piping. 4) Re-dry the chlorine piping system in the event subsequent work

opens any part of the system to the atmosphere.

D. Conduct pressure and leak test, as specified.

3.03 PIPING SCHEDULE

A. As indicated on drawings.

END OF SECTION

Not to be used for bidding purposes!

Page 127: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15061-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15061 (Bid Set)

SECTION 15061

PIPE SUPPORTS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Supports for pipe, fittings, valves, and appurtenances.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01410 - Regulatory Requirements. 3. Section 01600 - Product Requirements. 4. Section 01783 - Warranties and Bonds. 5. Section 05120 - Structural Steel. 6. Section 09960 - High-Performance Coatings.

1.02 REFERENCES

A. ASTM International (ASTM): 1. A123 - Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron

and Steel Products. 2. A380 - Standard Practice for Cleaning, Descaling, and Passivation of Stainless

Steel Parts, Equipment, and Systems. 3. A967 - Standard Specification for Chemical Passivation Treatments for

Stainless Steel Parts.

B. Manufacturer's Standardization Society (MSS): 1. SP-58 - Pipe Hangers and Supports - Materials, Design, and Manufacture.

1.03 SUBMITTALS

A. Submit as specified in Section 01330

B. Product data. 1. Design features. 2. Load capacities. 3. Material designations by UNS alloy number or ASTM Specification and Grade. 4. Data needed to verify compliance with the Specifications. 5. Catalog data. 6. Clearly mark submittal information to show specific items, materials, and

accessories or options being furnished.

1.04 WARRANTY

A. Provide warranty as specified in Section 01783.

Not to be used for bidding purposes!

Page 128: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15061-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15061 (Bid Set)

PART 2 PRODUCTS

2.01 GENERAL

A. As specified in Section 01600.

2.02 MATERIALS

A. General: 1. Hot dip galvanized:

a. Fabricate as specified in Section 05120. b. Hot dip after fabrication of support in accordance with ASTM A123. c. Repair galvanized surface as specified in Section 05120.

2. Stainless steel. a. Fabricate as specified in Section 05120. b. Finish requirements: Remove free iron, heat tint oxides, weld scale, and

other impurities, and obtain a passive finished surface. c. At the shop, perform pickling and passivation on all surfaces inside and

out in accordance with ASTM A380 or A967. 1) Passivation treatments using citric acid are not allowed.

d. Field welding is prohibited unless specifically allowed by the Owner. All field welds shall be passivated.

B. Outdoor areas: Areas exposed to the natural outdoor environment: 1. Type 316 Stainless Steel

C. Indoor areas: Areas exposed to an indoor environment including galleries and tunnels: 1. New Gravity Belt Thickening Building: Type 316 Stainless Steel 2. Waste Receiving Station: Type 316 Stainless Steel 3. Existing Gravity Belt Thickening Building: Hot Dip Galvanized Steel 4. Pipe Gallery: Hot Dip Galvanized Steel.

D. Stainless steel piping system: 1. Type 316 Stainless Steel

E. Chemical containment areas and chemical piping: 1. Type 316 Stainless Steel

F. Fasteners: 1. As specified in Section 05120.

2.03 PIPE SUPPORTS

A. Hanger rods: Sized to match suspended pipe hanger, or as indicated on the Drawings: 1. Manufacturers: One of following or equal:

a. For stainless steel piping: 1) Bergen-Power, Figure 133. 2) Nibco-Tolco, Figure 103.

b. For all other piping, unless indicated on the Drawings: 1) Anvil International, Figure 140. 2) Bergen-Power, Figure 133.

Not to be used for bidding purposes!

Page 129: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15061-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15061 (Bid Set)

3) Cooper B-Line Systems, Inc., Figure B3205.

B. Hanger rods, continuously threaded: Sized to match suspended pipe hanger, or as indicated on the Drawings: 1. Manufacturers: One of the following or equal:

a. For stainless steel piping: 1) Bergen-Power, Figure 94. 2) FM Stainless Fasteners.

b. For steel and ductile iron piping: 1) Anvil International, Figure 146. 2) Bergen-Power, Figure 94.

C. Eye bolts: 1. For stainless steel piping:

a. Type 316 stainless steel, welded and rated equal to full load capacity of rod.

2. For all other piping, unless indicated on the Drawings: a. Welded and rated equal to full load capacity of rod.

D. Welded eyebolt rod: 1. Manufacturers: One of the following or equal:

a. For stainless steel piping: 1) Nibco-Tolco, Figure 101. 2) FM Stainless Fasteners.

b. For all other piping, unless indicated on the Drawings: 1) Anvil International, Figure 278. 2) Bergen-Power, Figure 93. 3) Cooper B-Line Systems, Inc., Figure B3210.

E. Adjustable ring hangers: MSS SP-58, Type 7 or Type 9 (system dependent): 1. Manufacturers: One of the following or equal:

a. For stainless steel piping: 1) Nibco-Tolco, Figure 1C.I. 2) Bergen-Power, Figure 100SS.

b. For all other piping, unless indicated on the Drawings: 1) Anvil International, Figure 97. 2) Cooper B-Line Systems, Inc., Figure B3172.

F. Adjustable clevis hangers: MSS SP-58, Type 1: 1. Manufacturers: One of the following or equal:

a. For stainless steel piping: 1) Cooper B-Line Systems, Inc, Figure B3100 or B3102. 2) FM Stainless Fasteners, Figure 60.

b. For all other piping, unless indicated on the Drawings: 1) Anvil International, Figure 260 or Figure 590. 2) Bergen-Power, Figure 100. 3) Cooper B-Line Systems, Inc., Figure B3100 or B3102.

G. Adjustable clevis hangers for insulated pipe: Oversize: 1. Manufacturers: One of the following or equal:

a. For stainless steel piping: 1) Nibco-Tolco, Figure 1A.

Not to be used for bidding purposes!

Page 130: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15061-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15061 (Bid Set)

b. For all other piping, unless indicated on the Drawings: 1) Anvil International, Figure 300. 2) Bergen-Power, Figure 100EL. 3) Cooper B-Line Systems, Inc. Figure B3108.

H. Single rod hangers for steam pipe: MSS SP-58, Type 43; malleable iron or steel yoke and roller hangers; swivel to allow rotation of yoke on rod: 1. Manufacturers: One of the following or equal:

a. For stainless steel piping: 1) Nibco-Tolco, Figure 324. 2) Cooper B-Line Systems, Inc., Figure B3110. 3) FM Fasteners, Figure 81.

b. For all other piping, unless indicated on the Drawings: 1) Anvil International, Figure 181. 2) Cooper B-Line Systems, Inc., Figure B3110.

I. Double rod hangers for steam pipe: MSS SP-58, Type 41: 1. Manufacturers: One of the following or equal:

a. For stainless steel piping: 1) FM Stainless Fasteners, Figure 71.

b. For all other piping, unless indicated on the Drawings: 1) Anvil International, Figure 171. 2) Cooper B-Line Systems, Inc., Figure B3114.

J. Brackets: MSS SP-58, Type 32 with back plate; rated for 1,500 pounds: 1. Manufacturers: One of the following or equal:

a. For stainless steel piping: 1) Nibco-Tolco, Figure 30M. 2) Cooper B-Line Systems, Inc., Figure B3066. 3) FM Stainless Fasteners, Figure 98.

b. For all other piping, unless indicated on the Drawings: 1) Anvil International, Figure 195. 2) Cooper B-Line Systems, Inc., Figure B3066.

K. Brackets, heavy duty: MSS SP-58, Type 33 with back plate; rated for 3,000 pounds: 1. Manufacturers: One of following or equal:

a. Anvil International, Figure 199. b. Cooper B-Line Systems, Inc., Figure B3067.

L. Standard U-bolt: MSS SP-58, Type 24: 1. Manufacturers: One of the following or equal:

a. For stainless steel piping: 1) Nibco-Tolco, Figure 110. 2) Cooper B-Line Systems, Inc., Figure B3188. 3) FM Stainless Fasteners, Figure 37.

b. For all other piping, unless indicated on the Drawings: 1) Anvil International, Figure 137. 2) Bergen-Power, Figure 283. 3) Cooper B-Line Systems, Inc., Figure B3188.

Not to be used for bidding purposes!

Page 131: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15061-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15061 (Bid Set)

M. Riser clamps: MSS SP-58, Type 8: 1. Manufacturers: One of the following or equal:

a. For stainless steel piping: 1) Cooper B-Line Systems, Inc., Figure B3373. 2) FM Stainless Fasteners, Figure 61.

b. For all other piping, unless indicated on the Drawings: 1) Anvil International, Figure 261. 2) Bergen-Power, Figure 126. 3) Cooper B-Line Systems, Inc., Figure B3373.

N. Pipe clamps: MSS SP-58, Type 4: 1. Manufacturers: One of the following or equal:

a. For stainless steel piping: 1) Nibco-Tolco, Figure 4. 2) Cooper B-Line Systems, Inc., Figure 3140.

b. For all other piping, unless indicated on the Drawings: 1) Anvil International, Figure 212. 2) Bergen-Power, Figure 175. 3) Cooper B-Line Systems, Inc., Figure B3140.

O. Adjustable offset pipe clamp: 1. Manufacturers: One of the following or equal:

a. For stainless steel piping: 1) Nibco-Tolco, Figure 4. 2) Cooper B-Line Systems, Inc., Figure B3149. 3) FM Stainless Fasteners, Figure 63.

b. For all other piping, unless indicated on the Drawings: 1) Anvil International, Figure 100. 2) Cooper B-Line Systems, Inc., Figure B3149.

P. Offset pipe clamp: 1. Manufacturers: One of the following or equal:

a. For stainless steel piping: 1) Nibco-Tolco, Figure 8. 2) Cooper B-Line Systems, Inc., Figure 3148.

b. For all other piping, unless indicated on the Drawings: 1) Anvil International, Figure 103. 2) Cooper B-Line Systems, Inc., Figure B3148.

Q. Floor stand or stanchion saddles: MSS SP-58, Type 37. Provided with U-bolt hold down yokes: 1. Manufacturers: One of the following or equal:

a. For stainless steel piping: 1) Nibco-Tolco, Figure 318. 2) FM Stainless Fasteners, Figure 59.

b. For all other piping, unless indicated on the Drawings: 1) Anvil International, Figure 259. 2) Bergen-Power, Figure 125. 3) Cooper B-Line Systems, Inc., Figure B3090.

c. Threaded pipe stand support stanchion. Match pipe support material. 1) Anvil International, Figure 63T. 2) Bergen-Power, Figure 138.

Not to be used for bidding purposes!

Page 132: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15061-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15061 (Bid Set)

3) Cooper B-Line Systems Inc., Figure B3088ST.

R. Spring hangers: 1. Manufacturers: One of the following or equal:

a. For stainless steel piping: 1) Bergen-Power, Figure 920.

b. For all other piping, unless indicated on the Drawings: 1) Anvil International, Figure B-268, Type G. 2) Bergen-Power, Figure 920.

S. Welded beam attachment: MSS SP-58, Type 22: 1. Manufacturers: One of the following or equal:

a. For stainless steel piping: 1) Nibco-Tolco, Figure 304. 2) Cooper B-Line Systems, Inc., Figure 3083.

b. For all other piping, unless indicated on the Drawings: 1) Anvil International, Figure 66. 2) Bergen-Power, Figure 113A or 113B. 3) Cooper B-Line Systems, Inc., Figure B3083.

T. Heavy pipe clamp: MSS SP-58, Type 4: 1. Manufacturers: One of the following or equal:

a. For stainless steel piping: 1) Nibco-Tolco, Figure 4H.

b. For all other piping, unless called out otherwise on the Drawings: 1) Anvil International, Figure 216. 2) Bergen-Power, Figure 298.

U. PTFE pipe slide assembly: MSS SP-58, Type 35 with lateral and vertical restraint: 1. Manufacturers: One of the following or equal:

a. For stainless steel piping: 1) Nibco-Tolco, Figure 426.

b. For all other piping, unless indicated on the Drawings: 1) Anvil International, Figure 257, Type 3. 2) Cooper B-Line Systems, Inc., Figure B3893.

V. Anchor bolts, concrete anchors, concrete inserts, powder-actuated fasteners, and sleeve anchors: As specified in Section 05120.

PART 3 EXECUTION

3.01 INSTALLATION

A. Support, suspend, or anchor exposed pipe, fittings, valves, and appurtenances to prevent sagging, overstressing, or movement of piping; and to prevent thrusts or loads on or against connected pumps, blowers, and other equipment.

B. Field verify support location, orientation, and configuration to eliminate interferences prior to fabrication of supports.

C. Carefully determine locations of inserts. Anchor to formwork prior to placing concrete.

Not to be used for bidding purposes!

Page 133: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15061-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15061 (Bid Set)

D. Use flush shells only where indicated on the Drawings.

E. Do not use anchors relying on deformation of lead alloy.

F. Do not use powder-actuated fasteners for securing metallic conduit or steel pipe larger than 1 inch to concrete, masonry, or wood.

G. Suspend pipe hangers from hanger rods and secure with double nuts.

H. Install continuously threaded hanger rods only where indicated on the Drawings.

I. Use adjustable ring hangers or adjustable clevis hangers, for 4 inch and smaller diameter pipe.

J. Use adjustable clevis hangers for pipe larger than 4 inches in diameter.

K. Secure pipes with double nutted U-bolts or suspend pipes from hanger rods and hangers. 1. For stainless steel piping, use stainless steel U-bolts. 2. For all other piping, use galvanized U-bolts.

L. Support spacing: 1. Support 2-inch and smaller piping on horizontal and vertical runs at maximum

5 feet on center, unless otherwise specified. 2. Support larger than 2-inch piping on horizontal and vertical runs at maximum

10 feet on center, unless otherwise specified. 3. Support exposed polyvinyl chloride and other plastic pipes at maximum 5 feet

on center, regardless of size. 4. Support tubing, PVC pipe 1-inch and smaller, copper pipe and tubing,

fiber-reinforced plastic pipe or duct, and rubber hose and tubing at intervals close enough to prevent sagging greater than 1/4 inch between supports.

5. Do not suspend or support valves, pipe and fittings from another pipe or conduit.

M. Install supports at: 1. Any change in direction. 2. Both sides of flexible pipe connections. 3. Base of risers. 4. Floor penetrations. 5. Connections to pumps, blowers, and other equipment. 6. Valves and appurtenances.

N. Securely anchor plastic pipe, valves, and headers to prevent movement during operation of valves.

O. Anchor plastic pipe between expansion loops and direction changes to prevent axial movement through anchors.

P. Provide elbows or tees supported from floors with base fittings where indicated on the Drawings.

Q. Support base fittings with metal supports or when indicated on the Drawings support on concrete piers.

Not to be used for bidding purposes!

Page 134: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15061-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15061 (Bid Set)

R. Do not use chains, plumbers' straps, wire, or similar devices for permanently suspending, supporting, or restraining pipes.

S. Support plumbing drainage and vents in accordance with plumbing code as specified in Section 01410.

T. Supports, clamps, brackets, and portions of support system bearing against copper pipe: Copper plated, copper throughout, or isolated with neoprene or polyvinyl chloride tape.

U. Where pipe is insulated, install over-sized supports and hangers.

V. Install insulation shield in accordance with MSS SP-58, Type 40. Shield shall be galvanized steel unless otherwise specified or indicated on the Drawings.

W. Install riser clamps at floor penetrations and where indicated on the Drawings.

X. Coat support system components as specified in Section 09960.

END OF SECTION

Not to be used for bidding purposes!

Page 135: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15062-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15062 (Bid Set)

SECTION 15062

PREFORMED CHANNEL PIPE SUPPORT SYSTEM

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Preformed channel pipe support system consisting of preformed channels, fittings, straps, and fasteners engineered to support piping.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01612 - Seismic Design Criteria.

1.02 REFERENCES

A. American Institute of Steel Construction (AISC).

B. American Iron and Steel Institute (AISI).

C. Manufacturer's Standardization Society (MSS): 1. SP-58 - Pipe Hangers and Supports - Materials, Design, and Manufacture. 2. SP-69 - Pipe Hangers and Supports - Selection and Application.

1.03 SYSTEM DESCRIPTION

A. Design responsibility: 1. The manufacturer of the preformed channel pipe support system is

responsible for the design of the support system. 2. Prepare design calculations utilizing the design criteria included in these

Specifications. 3. Prepare detailed shop drawings illustrating the layout of the support system

and identifying the components of the support system.

B. Design criteria: 1. Include live, dead, and seismic loads associated with piping, valves, and

appurtenances. Consider the content of the pipes in load calculations. 2. Minimum gauge thickness: 12-gauge. 3. Allowable stress of channels:

a. Steel channels: The lesser of 25,000 pounds per square inch, or 0.66 times yield stress of steel.

b. Stainless steel channels: 0.66 times the yield stress of the stainless steel alloy.

4. Maximum deflection: 1/240 of span. 5. Allowable column loads: As recommended by manufacturer in published

instruction for column's unsupported height and "K" value for calculating effective column length of not less than 1.0.

6. Future loads: a. Support systems indicated on the Drawings may include spaces intended

to accommodate future pipes.

Not to be used for bidding purposes!

Page 136: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15062-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15062 (Bid Set)

b. Assume such spaces are occupied by 6-inch diameter ductile iron pipes. Only the number of pipes that would physically fit into the space need be considered.

c. Include the weight of the pipe contents in determining future loads. Assume pipe contents are water.

7. Seismic design criteria: As specified in Section 01612 as specified for mechanical equipment.

8. Spacing of supports: As required to comply with design requirements but not more than 5 feet.

C. Supports below the top of walls of water bearing structures: Use Type 316 stainless steel for support system components. 1. Supports in other locations: Use hot-dipped galvanized components unless

other materials are specifically indicated on the Drawings.

1.04 SUBMITTALS

A. Submit as specified in Section 01330.

B. Product data.

1.05 QUALITY ASSURANCE

A. Design preformed channel pipe support system for loads in accordance with applicable provisions of: 1. AISC Manual of Steel Construction. 2. AISI Cold-Formed Steel Design Manual.

B. Product standards: 1. Pipe support components: In accordance with MSS SP-69. 2. Pipe support materials: In accordance with MSS SP-58.

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. Fabricate preformed channel pipe support system using, as a minimum, parts specified below and meeting the requirements specified under Design Criteria. 1. Manufacturers: One of the following or equal:

a. Unistrut, Series P1000 or P1001; P5500 or P5501. b. Allied Support Systems, Power Strut, Figure PS-200 or PS-200 2TS;

PS-150 or PS-150 2TS. c. Cooper Industries, B-Line, Channel Type B22 or B22A; B12 or B12A.

2.02 ACCESSORIES

A. Preformed channel concrete inserts: Minimum 12 inches long: 1. Manufacturers: One of the following or equal:

a. Unistrut, Series P-3200. b. Allied Support Systems, Figure 282. c. Cooper Industries, B-Line Series B32I.

Not to be used for bidding purposes!

Page 137: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15062-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15062 (Bid Set)

B. 90-degree angle fittings: 1. Manufacturers: One of the following or equal:

a. Unistrut, P1026. b. Allied Support Systems, Power Strut, P603.

C. Pipe straps: 1. For pipes 8 inches in diameter and smaller: Use 2-piece universal strap with

slotted hex head screw and nut. a. Manufacturers: One of the following or equal:

1) Unistrut, Series P1109 through P1126. 2) Allied Support Systems, PS1100. 3) Cooper Industries, B-Line Series B2000.

2. For pipes greater than 8 inches in diameter: Unless different material is otherwise indicated on the Drawings use 1-piece 1 inch wide by 1/8 inch thick steel strap, hot-dip galvanized after fabrication.

3. For stainless steel pipes: Use type of strap required for the pipe sizes specified above, but use Type 316 stainless steel materials.

D. Prefabricated double channel bracket: 1. Manufacturers: One of the following or equal:

a. Unistrut, P2542-P2546. b. Cooper Industries, B-Line Series B297.

E. Touch-up paint for galvanized surfaces: 1. Manufacturers: One of the following or equal:

a. Galvinox, Galvo-Weld.

F. Touch-up paint for painted surfaces: Same formulation as factory paint.

2.03 FABRICATION

A. Hot-dip galvanize support system components after fabrication to required length and shape.

B. Do not galvanize or paint stainless steel components.

PART 3 EXECUTION

3.01 INSTALLATION

A. Install preformed channel concrete inserts for vertical support, quantity based on manufacturer's structural design calculations.

B. Fasten preformed channel pipe supports to existing walls using Z-fittings and concrete anchors as indicated on the Drawings.

C. Fasten preformed channel pipe supports to preformed channel concrete inserts embedded in ceiling using U-shaped fittings.

D. Suspend threaded rods from concrete inserts embedded in ceiling. Support preformed channel pipe supports with threaded rods.

Not to be used for bidding purposes!

Page 138: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15062-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15062 (Bid Set)

E. Touchup cut or damaged galvanized surfaces.

F. Prevent contact between pipes and support components of dissimilar metals. Utilize rubber coated, plastic coated, or vinyl coated components, stainless steel components, or wrap pipe with PVC or polyethylene tape.

G. Install support as near as possible to concentrated loads.

H. Install support within 2 feet of horizontal and vertical changes in pipe alignment.

I. Adjust supports or install shims to obtain specified slope or elevation.

END OF SECTION

Not to be used for bidding purposes!

Page 139: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15076-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15076 (Bid Set)

SECTION 15076

PIPE IDENTIFICATION

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Pipe identification including the following: 1. Pipe identification by color and legend. 2. Underground warning tape. 3. Tracer wire. 4. Witness markers. 5. Valve identification.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01330 - Submittal Procedures. b. Section 01600 - Product Requirements. c. Section 01770 - Closeout Procedures. d. Section 09960 - High-Performance Coatings.

1.02 REFERENCES

A. American Society of Mechanical Engineers (ASME): 1. A13.1 - Scheme for the Identification of Piping Systems.

1.03 SUBMITTALS

A. Submit as specified in Section 01330.

B. Submit following: 1. Product data. 2. Samples. 3. Manufacturer's installation instructions. 4. Submit following as specified in Section 01770:

a. Operation and Maintenance Data. b. Warranty.

Not to be used for bidding purposes!

Page 140: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15076-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15076 (Bid Set)

PART 2 PRODUCTS

2.01 ABOVE GROUND AND IN-CHASE PIPE IDENTIFICATION

A. Manufacturers: 1. One of the following or equal:

a. Seton, Opti Code Pipe Markers. b. Lab Safety Supply. c. Marking Services, Inc.

B. Materials: 1. Pipe markers: Plastic coil labels to match existing piping as identified by the

Owner. a. Lettering:

Nominal Pipe Diameter Lettering Size

Less than 1.5 1/2 inch

1.5 inches to 2 inches 3/4 inch

2.5 inches to 6 inches 1-1/4 inches

8 inches to 10 inches 2-1/2 inches

Over 10 inches 3-1/2 inches

b. Marker colors:

Service Lettering Background

Flammables, chemicals, toxics Black Yellow

Water, nontoxic solutions or low hazard liquids

White Green

Nonflammable or nontoxic gases White Blue

Fire quenching fluids (foam, fire water, CO2 Halon)

White Red

2. Coating: As specified in Section 09960. 3. Pipe identification tags: Aluminum or stainless steel with stamped-in 1/4 inch

high identifying lettering. 4. Pipe identification tag chains: Aluminum or stainless steel. 5. Snap-on markers: Markers with 3/4 inch high letters for 3/4 to 4 inch pipe or

covering, or 5 inch high letters for 5 inch or larger pipe or cover, as manufactured by one of following: a. Brady Bradysnap-On B-915. b. Seton Setmark.

2.02 BURIED PIPELINE IDENTIFICATION

A. Underground warning tape: 1. Manufacturer: One of the following or equal:

a. Seton Name Plate Company, Branford, CT. b. T. Christy Enterprises, Inc.

Not to be used for bidding purposes!

Page 141: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15076-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15076 (Bid Set)

2. Material: a. Polyethylene tape for prolonged underground use. b. Minimum tape thickness: 4 mils. c. Overall tape width: 6 inches. d. Message: “CAUTION” with the name of the service followed by “LINE

BURIED BELOW.” in black lettering on colored background in accordance with approved APWA colors. 1) Water: Blue. 2) Sewer: Green. 3) Telephone: Orange. 4) Gas and other services: Yellow.

B. Tracer wire: 1. Manufacturers: One of the following or equal:

a. Kris-Tech Wire. b. Corrpro.

2. Materials: One of the following or equal: a. Solid copper conductor with 30 mil HMWPE. b. 10 gauge or thicker wire. c. Match insulation color to the color of the pipe being installed.

C. Witness markers: 1. Manufacturers: One of the following or equal:

a. Carsonite Composites, Utility Marker. b. Hampton Technical Associates, Inc.

2. Materials: a. Glass fiber and resin reinforced thermosetting composite material. b. UV resistant.

3. Constructed as a single piece. 4. Pointed at the bottom end... 5. Information to be included on the marker:

a. “Caution” (type of service) “Pipeline”. b. Phone number for Underground Service Alert. c. Phone number for Owner in case of emergency. d. Station number. e. Offset:

1) Only provide offset if marker is not directly over the pipe. f. Name of appurtenance or fitting (e.g. 45, BO, ARV etc.)

2.03 VALVE IDENTIFICATION

A. The Contractor shall furnish and install tags for all valves and gates required for the Work. 1. Tags shall be 2-in diameter round, stainless steel or brass for buried

applications. 2. Tags shall be furnished with a non-corrosive metal wire suitable for attaching

the tag to the operator base. 3. Tags shall be stamped in 1/4-inch high letter

a. Tags shall not be attached in such a way as to inhibit the operation of the valve or gate.

4. Buried valve tags shall be secured to concrete s with the specified valve or gate number.

Not to be used for bidding purposes!

Page 142: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15076-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15076 (Bid Set)

5. Submit 2 samples of the type of tag proposed and the manufacturer’s standard color chart and letter styles to the Engineer for review.

6. Manufacturer: The following or equal: a. Seton Name Plate Company, Branford, CT.

PART 3 EXECUTION

3.01 EXAMINATION

A. Verify satisfactory conditions of substrate for applying identification.

B. Verify that conditions are satisfactory for installation and application of products as specified in Section 01600.

3.02 PREPARATION

A. Prepare and coat surfaces as specified in Section 09960.

B. Prepare surface in accordance with product manufacturer's instructions.

3.03 ABOVE GROUND AND IN-CHASE PIPING IDENTIFICATION

A. Identify exposed piping, valves, and accessories, in accessible chases with lettering or tags designating service of each piping system with flow directional arrows and color code.

B. Color code: 1. Paint all piping with colors as indicated on the pipe schedule.

C. Lettering and flow direction arrows: 1. Stencil lettering on painted bands or use snap-on markers on pipe to identify

pipe. When stenciling, stencil 3/4 inch high letters on 3/4 through 4-inch pipe or coverings, or 5-inch high letters on 5-inch and larger pipe or coverings.

2. Provide lettering and flow direction arrows near equipment served, adjacent to valves, both sides of walls and floors where pipe passes through, at each branch or tee, and at intervals of not more than 50 feet in straight runs of pipe.

D. Where scheduled, space 6-inch wide bands along stainless steel pipe at 10-foot intervals and other pipe at 5-foot intervals.

E. Metal tags: 1. Where outside diameter of pipe or pipe covering is 5/8 inch or smaller, provide

metal pipe identification tags instead of lettering. 2. Fasten pipe identification tags to pipe with chain. 3. Where tags are used, color code pipe as scheduled.

3.04 BURIED PIPING IDENTIFICATION

A. Underground warning tape: 1. Place continuous run of warning tape in pipe trench, 12 inches above the pipe.

Not to be used for bidding purposes!

Page 143: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15076-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15076 (Bid Set)

B. Tracer wire: 1. Install on all non-metallic pipe. 2. Install an electrically continuous run of tracer wire along the entire length of the

pipe with wire terminations in valve boxes, vaults, or structures. 3. Install tracer wire on top of the pipe and secure to pipe with tape a minimum of

every 10 feet. 4. Where approved by the Engineer, splice sections of wire together using

approved direct bury wire nuts. a. Twisting the wires together is not acceptable.

C. Witness markers: 1. Install over pipe in unpaved open-space areas at intervals not greater than 200

feet. 2. Place markers at appurtenances located in unpaved areas. 3. Embed markers at least 18 inches into the soil.

3.05 APPLICATION

A. Identify piping with legend markers, directional arrow markers, and number markers; use self-adhesive arrow roll tape to secure ends of piping markers and indicate flow direction.

B. Provide legend markers, directional arrow markers, and number markers where piping passes through walls or floors, at piping intersections and at maximum 15 foot spacing on piping runs.

C. Provide piping marker letters and colors as scheduled.

D. Place markers on piping so they are visible from operator's position in walkway or working platform near piping. Locate markers along horizontal centerline of pipe, unless better visibility is achieved elsewhere.

3.06 PIPING COLOR CODE AND MARKER SCHEDULE

A. See pipe schedule as indicated on drawings.

END OF SECTION

Not to be used for bidding purposes!

Page 144: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 145: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15082-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15082 (Bid Set)

SECTION 15082

PIPING INSULATION

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Insulation for piping and related systems.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01600 - Product Requirements. 3. Section 01783 - Warranties and Bonds. 4. Section 02318 - Trenching. 5. Section 15050 - Common Work Results for Mechanical Equipment. 6. Section 15052 - Common Work Results for General Piping. 7. Section 15076 - Pipe Identification. 8. Section 15211 - Ductile Iron Pipe: AWWA C151.

1.02 REFERENCES

A. ASTM International (ASTM): 1. A53 - Standard Specification for Pipe, Steel, Black and Hot-Dipped,

Zinc-Coated, Welded, and Seamless. 2. C177 - Standard Test Method for Steady-State Heat Flux Measurements and

Thermal Transmission Properties by Means of the Guarded-Hot-Plate Apparatus.

3. C518 - Standard Test Method for Steady-State Thermal Transmission Properties by Means of the Heat Flow Meter Apparatus.

4. C533 - Standard Specification for Calcium Silicate Block and Pipe Thermal Insulation.

5. C547 - Standard Specification for Mineral Fiber Pipe Insulation. 6. C552 - Standard Specification for Cellular Glass Thermal Insulation. 7. C795 - Standard Specification for Thermal Insulation for Use in Contact with

Austenitic Stainless Steel. 8. C929 - Standard Practice for Handling, Transporting, Shipping, Storage,

Receiving, and Application of Thermal Insulation Materials for Use in Contact with Austenitic Stainless Steel.

9. C1136 - Standard Specification for Flexible, Low Permeance Vapor Retarders for Thermal Insulation.

10. E84 - Standard Test Method for Surface Burning Characteristics of Building Materials.

11. E96 - Standard Test Methods for Water Vapor Transmission of Materials.

1.03 DEFINITIONS

A. Buried: Piping that is installed below buildings, foundations, or finish grade, either in soil or encased in concrete in soil.

Not to be used for bidding purposes!

Page 146: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15082-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15082 (Bid Set)

B. Concealed: Piping above suspended ceilings and within walls, partitions, shafts, or service spaces and spaces not normally exposed to view but not buried.

C. Exterior: Piping that is installed outside a building or within a pipe trench or tunnel.

D. Flame spread and smoke density: Burning characteristics determined in accordance with ASTM E84. No units apply to value.

E. Interior: Piping that is installed inside a building.

F. K factor: Thermal conductivity determined in accordance with ASTM C177 or C518 and expressed in units of BTU-inch.

G. Mineral fiber: Fibers manufactured of glass, rock, or slag processed from a molten state, with or without a binder.

H. Water vapor permeance: Water vapor transmission determined in accordance with ASTM E96 and expressed in units of perm-inch.

1.04 SUBMITTALS

A. Submit as specified in Section 01330.

B. Product data: As specified in Section15050. 1. Insulation properties: Include K factor, thickness, density, operating

temperature limits, tensile strength, compressive strength, moisture absorption, flame spread, and smoke developed in accordance with ASTM E84 and corrosivity to stainless steel piping in accordance with ASTM C795.

2. Jacket properties: Include covering material, cover thickness, tensile strength, tear strength, permeability in accordance with ASTM E96, flame spread, and smoke developed in accordance with ASTM E84, closure type or devices, and accessories.

3. Insulating blankets: Include materials, performance characteristics, method of attaching to equipment, listing of locations where insulating blankets will be installed.

4. Manufacturer's application instructions: Include assembly and application drawings and detailed instructions.

5. Laboratory report: Provide certified laboratory report stating that insulation is not manufactured using chlorinated polymers and does not contain chlorides, bromides, sulfates, or fire-rated materials.

C. Provide warranty as specified in Section 01783.

PART 2 PRODUCTS

2.01 PIPE INSULATION, GENERAL REQUIREMENTS

A. As specified in Section 01600.

Not to be used for bidding purposes!

Page 147: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15082-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15082 (Bid Set)

B. Insulation thicknesses: Provide insulation thickness in inches in accordance with the following table. Insulation thickness shown is nominal. Manufacturing tolerance of 15 percent variation is permissible.

Required Insulation Thicknesses (inches)

Service Temperature Range as Designated in Insulation

Schedule at End of this Section

Nominal Pipe Diameters 1 inch

and Less

1.25 to 2 inch

2.5 to 4 inch

5 to 10 inch

Over 10 inch

Above 200 degrees Fahrenheit 2.0 2.5 3.0 3.5 3.5 100 to 200 degrees Fahrenheit 1.5 1.5 1.5 2.0 2.5 40 to 100 degrees Fahrenheit 0.5 1.0 1.0 1.5 2.0 Below 40 degrees Fahrenheit 1.0 1.0 1.5 2.0 2.0 Heat Traced Pipes 1.0 1.0 1.0 1.5 2.0

2.02 PIPE INSULATION

A. Insulation types: Provide in accordance with the insulation types listed and scheduled.

B. Insulation, Type 1: 1. Insulation material: Closed cell elastomeric insulation. 2. Manufacturers: One of the following or equal:

a. Armstrong World Industries, AP Armaflex. b. Apache Products Company, ISO-25.

3. Minimum temperature range: Minus 40 degrees Fahrenheit to plus 220 degrees Fahrenheit.

4. K factor at 75 degrees Fahrenheit: Not more than 0.27 BTU-inch/hour-square feet-degrees Fahrenheit.

5. Fire ratings: a. Flame spread: 25 or less. b. Smoke density: 50 or less for insulation thicknesses up to 1.5 inches.

6. Joints: Seal with manufacturer’s recommended contact adhesive to form continuous water barrier.

C. Insulation, Type 2: 1. Insulation material: Preformed mineral fiberglass insulation made from glass

fibers bonded with a thermosetting resin. a. In accordance with ASTM C547, Class 1. b. Provide with factory installed vapor barrier.

1) Material: White kraft paper bound to aluminum foil in accordance with ASTM C1136, Type I.

2) Longitudinal lap seals: Pressure-sensitive, self-sealing longitudinal lap strip with factory applied adhesive.

3) Circumferential butt seals: 4-inch wide tape or similar properties or 4-inch wide overlap with adhesive seal.

4) Vapor barrier permeability: 0.02 perms or lower. 5) Vapor barrier flame spread rating: 25 or less.

Not to be used for bidding purposes!

Page 148: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15082-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15082 (Bid Set)

2. Minimum temperature range: Minus 0 degrees Fahrenheit to plus 850 degrees Fahrenheit.

3. K factor at 75 degrees Fahrenheit: Not more than 0.23 BTU-inch/hour-square feet degrees Fahrenheit.

4. Maximum moisture absorption, volume percent: 5. 5. Manufacturers: One of the following or equal:

a. Owens-Corning Fiberglas Corp. b. Johns Manville. c. Knauf Fiber Glass.

D. Insulation, Type 3: 1. Insulation material: Rigid cellular glass in accordance with ASTM C552,

Type II. 2. Temperature range: Minus 450 degrees Fahrenheit to plus 900 degrees

Fahrenheit. 3. K factor at 75 degrees Fahrenheit: Not more than 0.32 BTU-inch/hour-square

feet-degrees Fahrenheit. 4. Minimum average density: 7.5 pounds per cubic foot. 5. Maximum moisture absorption, volume percent: 5. 6. Minimum compressive strength: 87 pounds per square inch. 7. Moisture permeability: 0.00 perm-inch. 8. Manufacturers: One of the following or equal:

a. Pittsburgh Corning Corporation, Foamglas. b. Cell-U-Foam Corporation, Ultra-CUF.

E. Insulation, Type 4: 1. Insulation material: Asbestos-free, rigid calcium silicate in accordance with

ASTM C533; Type I for process temperatures up to 1,200 degrees Fahrenheit. 2. K factor at 500 degrees Fahrenheit: 0.55 for Type I. 3. Maximum average (dry) density: 14.5 pounds per cubic foot. 4. Compressive strength: 100 pounds per square inch, to produce a 5-percent

compression. 5. Manufacturers: One of the following or equal: In accordance with ASTM C533

Type I: a. Industrial Insulation Group, LLC, Thermo-12 Gold.

2.03 INSULATION JACKETS

A. Jacket, Type 1: 1. Material: 28 ounces per square yard polyvinyl chloride on polyester fabric; total

thickness 0.028 inches minimum. 2. Fire rating: 25 maximum flame spread, smoke developed 50 or less. 3. Color: As selected by the Engineer from manufacturer's standard colors. 4. Overlap: 1-inch minimum at joints and fittings. 5. Joint seal: Self-sealing lap tape. 6. Fittings: Factory made with full thickness insulation. 7. Manufacturers: One of the following or equal:

a. Accessible Products, Techlite Insulation, 379 SSL Series.

B. Jacket, Type 2: 1. Material: Ultraviolet-resistant polyvinyl chloride jacketing, 20 mil minimum

thickness.

Not to be used for bidding purposes!

Page 149: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15082-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15082 (Bid Set)

2. Fire rating: 25 maximum flame spread, smoke developed 50 or less. 3. Color: White. 4. Overlap: 1-inch minimum at joints and fittings. 5. Joint seal: PVC solvent welded or adhesive as recommended by the

manufacturer. 6. Fittings: Factory made with full thickness insulation. 7. Manufacturers: One of the following or equal:

a. Johns Manville, Zeston 2000 PVC. b. Proto Corp., LoSMOKE PVC. c. Speedline Smoke Safe PVC Jacketing System. d. Knauf Covering System.

C. Jacket, Type 3: 1. Material: Aluminum, Alloy 5005; 0.016-inch (26 gauge) minimum thickness. 2. Overlap: Overlap circumferential joints 4 inches minimum; overlap longitudinal

joints 1-inch minimum; longitudinal joints oriented to minimize water entry. 3. Bands: 0.5 inch wide, 0.0508 inch (16 gauge) thick aluminum, same alloy as

jacket or 0.0179 inch thick Type 304 stainless steel; install on 18-inch centers, uniformly spaced and at all fitting joints.

4. Joint seal: Apply waterproof adhesive at joints and overlaps. 5. Fittings: Custom fit of same materials. 6. Manufacturers: One of the following or equal:

a. Childers Products. b. Premetco International.

2.04 VAPOR BARRIERS

A. Vapor barrier, Type 1: 1. Material: White kraft paper bound to aluminum foil in accordance with

ASTM C1136, Type 1. 2. Permeability: 0.02 perms or lower. 3. Maximum flame spread rating: 25. 4. Edge seal: Pressure-sensitive tape lap seal. 5. Circumferential joints: 4-inch wide tape or 4-inch overlap with adhesive seal.

B. Vapor barrier, Type 2: 1. Material: Mastic. 2. Manufacturers: One of the following or equal:

a. Benjamin Foster, No. 30-76. b. Insul-Coustic, No. I.C.-580. c. Foster Products, 36-10/46-10 Weatherite. d. Childers Products CP10/11 Vi-Acryl.

2.05 RELATED MATERIALS

A. Cover adhesive: Premium adhesive as recommended by the insulation cover supplier for heavy-duty service in corrosive, wet environments. Standard-duty adhesives are not permitted.

Not to be used for bidding purposes!

Page 150: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15082-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15082 (Bid Set)

2.06 REMOVABLE INSULATING BLANKETS

A. In piping systems specified to be insulated, use removable insulating blankets for valves, meters, strainers, filters, catalytic converters, engine exhaust silencers, and other in-line piping appurtenances and equipment requiring periodic servicing.

B. Size limits: Use removable insulating blankets for equipment and piping appurtenances 3-inch in nominal size and larger. Insulate equipment and piping appurtenances less than 3-inch with molded sections of insulation or by field cutting insulation to conform to the shape of the component and to fit tightly around the component.

C. Manufacturers: One of the following, or equal: 1. Pittsburgh Corning, Temp-Mat. 2. Accessible Products, Thermazip 2000 Jacket. 3. Thermal Energy Products, Inc., Energy Wrap.

D. Low temperature insulating blankets rated up to 800 degrees Fahrenheit: 1. Use: For service temperatures up to 800 degrees Fahrenheit. 2. Insulation: Fiberglass fiber, K factor 0.27 at 75 degrees Fahrenheit. 3. Cover: 17-ounce fabric with both sides covered with silicone-impregnated

glass cloth suitable for temperatures up to 800 degrees Fahrenheit. 4. Cover fasteners: Use one of the following systems:

a. Grommets in the blanket and stainless steel wire. b. 1-inch wide straps with stainless steel rectangular ring buckles and Velcro

on strap tail.

E. High temperature insulating blankets rated up to 1,400 degrees Fahrenheit: 1. Rated for sustained service temperatures up to 1,400 degrees Fahrenheit. 2. Insulation: Ceramic fiber, K factor 0.50 at 600 degrees Fahrenheit, insulation

material suitable for up to 2,300 degrees Fahrenheit, thickness to match adjacent piping insulation specified thickness.

3. Cover: 17-ounce silicone impregnated fiberglass cloth suitable for temperatures up to 1,400 degrees Fahrenheit.

4. Cover fasteners: Use one of the following systems: a. Grommets in the blanket and stainless steel wire. b. 1-inch wide straps with stainless steel rectangular ring buckles and Velcro

on strap tail.

2.07 SHIPPING

A. As specified in Section 01600.

PART 3 EXECUTION

3.01 DELIVERY, STORAGE, AND HANDLING

A. As specified in Section 01600.

B. Store insulation materials and accessories under cover and protected from moisture.

Not to be used for bidding purposes!

Page 151: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15082-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15082 (Bid Set)

C. Handle and store insulation for use on stainless steel in accordance with ASTM C929.

3.02 PREPARATION

A. Pressure test piping and complete application of coating system before applying insulation.

B. When piping is to be heat traced, install and functionally test heat tracing before installation of insulation.

C. Before beginning installation of piping insulation, verify that the Engineer has accepted piping tests, pipe coating applications, and heat tracing tests.

3.03 INSULATION SCHEDULE

Service Designation(1) Location(2)

Insulation Type(3) Jacket Type(3)

Service Temp. °F(4)

Vapor Barrier

HVAC Refrigerant

Interior or Exterior 1 2 Below 40 Required

Heat Traced Pipes(7) Exterior 1 or 2 2

Use thickness

established in table in

Article 2.01

Install on Type 2

insulation

Notes: 1. Refer to Piping Schedule in Section 15052 for service designations. 2. Insulation jackets are not required for interior installations that are concealed. See definitions for

description of concealed locations. 3. Contractor may select from options listed. 4. Unless noted otherwise, use service temperature range provided in this table to establish

insulation thickness as required by Table in Article 2.01, Paragraph A. 5. Service temperature based on engine rating. Use Type I calcium silicate for exhaust temperatures

up to 1,000 degrees Fahrenheit; use Type II calcium silicate for exhaust temperatures above 1,000 degrees Fahrenheit.

6. Install insulation on all aeration air piping located within the Blower Building from the discharge of blowers to 10 feet above floor slab. Insulation is not required for aeration air piping that is installed higher than 10 feet above the floor slab.

7. Insulate all piping systems that are specified to be heat traced.

3.04 INSTALLATION

A. Install insulation and jacket materials in accordance with manufacturer's written instructions.

B. Apply insulation in smooth, clean manner with tight and finished smooth joints. Fit insulation tightly against surfaces. Insulate each continuous run of pipe with full-length sections of insulation with a single piece cut to length to complete the run of pipe. Do not use cut pieces or scraps to complete the installation.

C. Butt longitudinal and circumferential insulation joints firmly together.

Not to be used for bidding purposes!

Page 152: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15082-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15082 (Bid Set)

D. Maintain the integrity of vapor barrier jacketing. Do not use staples to hold vapor barrier overlaps in place.

E. Apply sealant or cement when previous applications of adhesives and cement have thoroughly dried.

F. Apply insulation to permit expansion or contraction of pipelines without damage to insulation or jacketing.

G. Fittings: 1. Insulate fittings by covering with mitered sections of insulation or utilize

factory-made prefabricated fitting shapes. 2. Terminate preformed pipe jackets or covering at sufficient distance from

flanges to permit removal of bolts. 3. Overlap flange and flanged fitting insulation on adjacent pipe covering by at

least 2 inches.

H. Valves: 1. Insulate valves 3-inch in nominal size and larger with removable insulating

blankets. 2. Size blanket to extend up to packing gland only so that replacement of packing

does not require removal of insulating blanket.

I. Provide continuous insulation through and over pipe supports and provide protection saddles at supports.

J. Extend insulation against insulation end protection shields or covers so that insulation voids do not exist and provide watertight end seals and covers where insulation terminates.

K. Insulate pipeline strainers to permit removal of strainer basket without disturbing insulation on strainer body.

L. Provide continuous pipe insulation and covering through sleeves or openings in walls and floors. When buried pipe enters a building through a below grade wall or slab penetration, begin insulation system on interior side of penetration.

M. Apply premolded pipe insulation with extended legs when used on pipe traced with either tubing or electric cable type.

N. Thermally isolate all insulation closure locations (end caps, transitions, etc.) Type 1 or 2 jacket installation on piping with potential reach temperatures greater than 150 degrees Fahrenheit.

O. Apply piping identification on jackets as specified in Section 15076.

END OF SECTION

Not to be used for bidding purposes!

Page 153: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15084-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15084 (Bid Set)

SECTION 15084

DUCTWORK INSULATION

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Internal acoustical insulation and external thermal insulation for metal air ductwork systems.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01410 - Regulatory Requirements. 3. Section 15052 - Common Work Results for General Process Piping.

1.02 REFERENCES

A. ASTM International (ASTM): 1. E84 - Standard Test Method for Surface Burning Characteristics of Building

Materials. 2. G21 - Standard Practice for Determining Resistance of Synthetic Polymeric

Materials to Fungi.

B. Sheet Metal and Air Conditioning Contractor's National Association (SMACNA).

1.03 SUBMITTALS

A. Submit as specified in Section 01330.

B. Product data: As specified in Section 15052.

1.04 QUALITY ASSURANCE

A. Comply with SMACNA ducting construction standards and the specified requirement, whichever is more stringent.

PART 2 PRODUCTS

2.01 INTERNAL DUCTWORK INSULATION

A. Manufacturers: One of the following or equal: 1. Owens Corning, QuietR flexible duct liner or Fiberglass rigid duct liner. 2. Johns Manville, Linacoustic RC flexible duct liner or Permacoat Linacoustic

R-300 rigid duct liner.

Not to be used for bidding purposes!

Page 154: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15084-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15084 (Bid Set)

B. Type: Flexible or board type duct liner with 1 coated surface meeting the following: 1. Thickness: As required to achieve the following R-values:

a. For ducting exterior to weather protected spaces provide 2 inches minimum thickness to meet an installed value of R6.0. Provide additional weatherproof exterior barrier covering.

b. For interior ducting in ceiling plenums, attics or other unconditioned spaces provide 1-1/2 inches minimum thickness to meet an installed value of R4.8.

2. Temperature range: 40 to 250 degrees Fahrenheit. 3. Density: 1.5 pounds per cubic foot. 4. Thermal conductivity: 0.25 Btu-inch per hour per square foot per degree

Fahrenheit at 75 degrees Fahrenheit. 5. Fire hazard classification in accordance with ASTM E84:

a. Flame spread: 25. b. Smoke developed: 50.

6. Service conditions: Velocities to 2,500 feet per minute. 7. Acoustical performance: NRC of 0.55 minimum. 8. Bacterial growth: None in accordance with ASTM G21.

C. Edge treatment: Provide leading edges with galvanized metal nosing; seal other edges with manufacturer's recommended edge treatment.

PART 3 EXECUTION

3.01 INTERNAL DUCTWORK INSULATION

A. Provide rigid insulation on ducts carrying air conditioned or heated air that pass through outdoor spaces or as indicated on the Drawings. FRP ductwork to be double walled with insulation in between walls.

B. Install with coated surface facing inside of duct; attach with adhesive to duct and provide fasteners spaced at not to exceed 12 inches transverse (perpendicular) to flow and 18 inches parallel (longitudinal) to flow; provide fasteners within 3 inches of transverse edges and 4 inches of longitudinal edges.

C. Follow manufacturer's published installation instructions.

D. Install metal nosing on leading edges and seal other exposed edges with manufacturer's edge treatment.

END OF SECTION

Not to be used for bidding purposes!

Page 155: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15110-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15110 (Bid Set)

SECTION 15110

COMMON WORK RESULTS FOR VALVES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Basic requirements for valves.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01756 - Commissioning. 3. Section 01782 - Operation and Maintenance Data. 4. Section 09960 - High-Performance Coatings. 5. Section 15211 - Ductile Iron Pipe: AWWA C151.

1.02 REFERENCES

A. American Water Works Association (AWWA): 1. C111/A21.11 - Standard for Rubber-Gasket Joints for Ductile-Iron Pressure

Pipe Fittings.

B. ASTM International (ASTM): 1. A126 - Standard Specification for Gray Iron Casting for Valves, Flanges, and

Pipe Fittings. 2. A167 - Standard Specification for Stainless and Heat-Resisting Chromium-

Nickel Steel Plate, Sheet, and Strip. 3. A536 - Standard Specification for Ductile Iron Castings.

C. NSF International (NSF): 1. 61 - Drinking Water System Components - Health Effects.

D. Society for Protective Coatings (SSPC): 1. SP 7 - Brush-Off Blast Cleaning. 2. SP 10 - Near-White Blast Cleaning.

1.03 DESIGN REQUIREMENTS

A. Pressure rating: 1. Suitable for service under minimum working pressures of 150 pounds per

square inch gauge. 2. When a piping system is specified in the Piping Schedule to be tested at a

pressure greater than 150 pounds per square inch gauge, provide valves for that piping system with design working pressure which is sufficient to withstand the test pressure.

B. Valve to piping connections: 1. Valves 3 inch nominal size and larger: Flanged ends. 2. Valves less than 3 inch nominal size: Screwed ends.

Not to be used for bidding purposes!

Page 156: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15110-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15110 (Bid Set)

3. Plastic valves in plastic piping: a. Up to 2.5 inches: Provide solvent or heat welded unions. b. 3 inches and above: Provide solvent or heat welded flanges.

1.04 SUBMITTALS

A. Submit as specified in Section 01330.

B. Product data: 1. Submit the following information for each valve:

a. Valve type, size, pressure rating, Cv factor. b. Coatings. c. Power valve actuators:

1) Information on valve actuator including size, manufacturer, model number, limit switches, mounting; and motor enclosure, seating and unseating torque coefficient, dynamic torque, and bearing friction for calculation of maximum operating torque.

2) Complete wiring diagrams and control system schematics. d. Manual valve actuators:

1) Information on valve actuator including size, manufacturer, model number.

e. Certified drawings with description of component parts, dimensions, weights, and materials of construction.

f. Certifications of reference standard compliance: 1) Submit certification that the valves and coatings are suitable in

potable water applications in accordance with NSF 61. g. Clearly mark submittal information to show specific items, materials, and

accessories or options being furnished. h. Factory test data.

C. Provide vendor operation and maintenance manual as specified in Section 01782. 1. Furnish bound sets of installation, operation, and maintenance instructions for

each type of manual valve 4 inch in nominal size and larger, and all non-manual valves. Include information on valve operators.

D. Provide Manufacturer’s Certificate of Source Testing as specified in Section 01756.

E. Provide Manufacturer’s Certificate of Installation and Functionality Compliance as specified in Section 01756.

1.05 QUALITY ASSURANCE

A. Manufacturer qualifications: 1. Valves manufactured by manufacturers whose valves have had successful

operational experience in comparable service.

1.06 DELIVERY STORAGE AND HANDLING

A. Protect valves and protective coatings from damage during handling and installation; repair coating where damaged.

Not to be used for bidding purposes!

Page 157: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15110-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15110 (Bid Set)

PART 2 PRODUCTS

2.01 MATERIALS

A. Stainless steel: In accordance with ASTM A167, Type 316, or Type 304, UNS Alloy S31600 or S30400.

B. Valve and operator bolts and nuts: 1. Fabricated of stainless steel for the following installation conditions:

a. Submerged in sewage or water. b. In an enclosed space above sewage or water. c. In structures containing sewage or water, below top of walls. d. At openings in concrete or metal decks.

2. Where dissimilar metals are being bolted, use stainless steel bolts with isolation bushings and washers.

3. Underground bolts: Low-alloy steel in accordance with AWWA C111/A21.11.

C. Bronze and brass alloys: Use bronze and brass alloys with not more than 6 percent zinc and not more than 2 percent aluminum in the manufacture of valve parts; UNS Alloy C83600 or C92200 unless specified otherwise.

D. Valve bodies: Cast iron in accordance with ASTM A126, Class 30 minimum or ductile iron in accordance with ASTM A536, Grade 65-45-12 minimum unless specified otherwise.

2.02 INTERIOR PROTECTIVE LINING

A. When specified in the particular valve specification, provide valves with type of protective lining specified in the particular valve Specification.

B. Apply protective lining to interior, non-working surfaces, except stainless steel surfaces.

C. Lining types: 1. Fusion bonded epoxy:

a. Manufacturers: One of the following or equal: 1) 3-M Company, ScotchKote 134; certified to NSF 61 for drinking water

use. b. Clean surfaces in accordance with SSPC SP 7 or SP 10, as

recommended by epoxy manufacturer. c. Apply in accordance with manufacturer's published instructions. d. Lining thickness: 0.010 to 0.012 inches except that:

1) Lining thickness in grooves for gaskets: 0.005 inches. 2) Do not coat seat grooves in valves with bonded seat.

e. Quality control: 1) Lining thickness: Measured with a non-destructive magnetic type

thickness gauge. 2) Verify lining integrity with a wet sponge-testing unit operating at

approximately 60 volts, or as recommended by the lining manufacturer.

3) Consider tests successful when lining thickness meets specified requirements and when no pinholes are found.

Not to be used for bidding purposes!

Page 158: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15110-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15110 (Bid Set)

4) Correct defective lining disclosed by unsuccessful tests, and repeat test.

5) Repair pinholes with liquid epoxy recommended by manufacturer of the epoxy used for lining.

2. High solids epoxy: a. Product equivalent to high solids epoxy specified in Section 09960.

1) Certified in accordance with NSF 61 for drinking water use. 2) Interior: Coat valve interior with manufacturer's equivalent high

performance high solids epoxy coating system with a certifiable performance history for the service conditions and as approved by the Engineer. Manufacturer shall provide for approval, coating information sufficient to allow Engineer to assess equivalence to the specified high solids epoxy coating specified in Section 09960.

b. Clean surfaces to meet SP-7 or SP-10, or as recommended by coating manufacturer.

c. Quality control: After coating is cured, check coated surface for porosity with a holiday detector set at 1,800 volts, or as recommended by coating manufacturer. 1) Repair holidays and other irregularities and retest coating. 2) Repeat procedure until holidays and other irregularities are

corrected.

2.03 UNDERGROUND VALVES

A. Provide underground valves with flanged, mechanical, or other type of joint required for the type of pipe to which the valve is to be connected.

B. Coating and wrapping: 1. After installation, encase valves in 2 layers of polyethylene wrap as specified

for ductile iron piping in Section 15211. a. Ascertain that polyethylene wrapping does not affect operation of valve.

2.04 FIELD APPLIED COATING OF VALVE EXTERIOR

A. Match color and be compatible with manufacturer’s coating system and as specified in Section 09960. 1. When shop applied finish coating matches field applied coating on adjacent

piping, touch up shop coating in damaged areas in accordance with instructions recommended by the paint manufacturer.

2. When shop applied coating does not match field coating on adjacent piping, or when damage has occurred to the shop applied coating that requires more than touchup, blast clean valve surfaces or utilize other surface preparation recommended by the manufacturer of the coating material and apply the coating system used for coating adjacent piping.

2.05 STEAM VALVES

A. Valves in steam or steam condensate piping: Ductile iron body in accordance with ASTM A536, Grade 65-45-12 minimum or cast steel or forged steel.

Not to be used for bidding purposes!

Page 159: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15110-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15110 (Bid Set)

2.06 VALVE BOXES

A. Provide cast-iron valve boxes at each buried valve to access valve and valve operators.

B. Do not support boxes on valve, valve operator, or pipe.

C. Boxes: 1. 2-piece, fabricated of cast iron; provide cover, with asphalt varnish or enamel

protective coating. 2. Adjustable to grade, install centered around the upper portions of the valve

and valve operator.

D. Manufacturers: One of the following or equal: 1. Tyler Pipe Industries, Inc. 2. Neenah Foundry Company.

2.07 VALVE OPERATORS

A. Valve operator "Open" direction: Open counterclockwise.

B. Provide valves located below operating level or deck with extensions for key operation or floor stands and handwheels.

C. Provide manually operated valves located not more than 6 feet above the operating level with tee handles, wrenches, or handwheels. 1. Make the valve operator more conveniently accessible by rolling valves,

located more than 5 feet but less than 6 feet above the operating level, toward the operating side.

2. Secure tee handles and wrenches to the valve head or stem, except where a handle or wrench so secured constitutes a hazard to personnel; in which case, stow handle or wrench immediately adjacent to the valve on or in a suitable hanger, bracket, or receptacle.

D. Fit valves located more than 6 feet above operating level with chain operated handles or valve wheels. 1. Chains: Sufficient length to reach approximately 4 feet above the operating

level. 2. Where chains constitute a nuisance or hazard to operating personnel, provide

holdbacks or other means for keeping the chains out of the way.

E. Provide an operator shaft extension from valve or valve operator to finished grade or deck level when buried valves, and other valves located below the operating deck or level, are specified or indicated on the Drawings to be key operated; provide 2 inch square AWWA operating nut, and box and cover as specified, or a cover where a box is not required.

Not to be used for bidding purposes!

Page 160: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15110-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15110 (Bid Set)

PART 3 EXECUTION

3.01 EXAMINATION

A. Preparation prior to installation: 1. Install valves after the required submittal on installation has been accepted. 2. Determine after flanged valves and flanged check valves are selected, the

face-to-face dimensions of flanged valves and flanged check valves.

B. Fabricate piping to lengths taking into account the dimensions of flanged valves and flanged check valves.

3.02 INSTALLATION

A. Provide incidental work and materials necessary for installation of valves including flange gaskets, flange bolts and nuts, valve boxes and covers, concrete bases, blocking, and protective coating.

B. Where needed, furnish and install additional valves for proper operation and maintenance of equipment and plant facilities under the following circumstances: 1. Where such additional valves are required for operation and maintenance of

the particular equipment furnished by Contractor. 2. Where such additional valves are required as a result of a substitution or

change initiated by Contractor.

C. Install valves with their stems in vertical position above the pipe, except as follows: 1. Butterfly valves, gate valves aboveground, globe valves, ball valves, and angle

valves may be installed with their stems in the horizontal position. 2. Install buried plug valves with geared operators with their stems in a horizontal

position.

D. Install valves so that handles clear obstructions when the valves are operated from fully open to fully closed.

E. Place top of valve boxes flush with finished grade or as otherwise indicated on the Drawings.

F. Valves with threaded connections: 1. Install valves by applying wrench on end of valve nearest the joint to prevent

distortion of the valve body. 2. Apply pipe joint compound or Teflon tape on external (male) threads to prevent

forcing compound into valve seat area.

G. Valves with flanged connections: 1. Align flanges and gasket carefully before tightening flange bolts. 2. When flanges are aligned, install bolts and hand tighten. 3. Tighten nuts opposite each other with equal tension before moving to next pair

of nuts.

H. Valves with soldered connections: 1. Do not overheat connection to prevent damage to resilient seats and metal

seat rings. 2. Position valves in full open position before starting soldering procedure.

Not to be used for bidding purposes!

Page 161: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15110-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15110 (Bid Set)

3. Apply heat to piping rather than to valve body.

3.03 COMMISSIONING

A. As specified in Section 01756 and this Section.

B. Manufacturer services from each manufacturer for all valves supplied: 1. Provide Manufacturer’s Certificate of Source Testing. 2. Provide Manufacturer’s Certificate of Installation and Functionality

Compliance.

C. As specified elsewhere for specific valve types, sizes or actuators. 1. Source testing. 2. Manufacturers on site services for Owner Training, Installation Testing,

Functional Testing, and during the Process Operational Period.

END OF SECTION

Not to be used for bidding purposes!

Page 162: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 163: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15114-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15114 (Bid Set)

SECTION 15114

CHECK VALVES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Check valves.

B. As specified in Section 15110.

C. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01756 - Commissioning. 3. Section 01783 - Warranties and Bonds. 4. Section 09960 - High-Performance Coatings. 5. Section 15110 - Common Work Results for Valves.

1.02 REFERENCES

A. American Society of Mechanical Engineers (ASME): 1. B16.1 - Gray Iron Pipe Flanges and Flanged Fittings: Classes 25, 125, and

250. 2. B16.5 - Pipe Flanges and Flanged Fittings: NPS 1/2 through NPS 24 Inch

Standard.

B. American Water Works Association (AWWA): 1. C508 - Standard for Swing-Check Valves for Waterworks Service 2 Inch

Through 24 Inch (50-mm Through 600-mm) NPS.

C. ASTM International (ASTM): 1. A126 - Standard Specification for Gray Iron Castings for Valves, Flanges, and

Pipe Fittings. 2. A313 - Standard Specification for Stainless Steel Spring Wire. 3. A536 - Standard Specification for Ductile Iron Castings. 4. B582 - Standard Specification for Nickel-Chromium-Iron-Molybdenum-Copper

Alloy Plate, Sheet, and Strip. 5. B584 - Standard Specification for Copper Alloy Sand Castings for General

Applications.

1.03 SYSTEM DESCRIPTION

A. Design requirements: 1. Check valves: When not otherwise specified as indicated on the Drawings,

provide check valves suitable for service as follows: a. In either horizontal or vertical position. b. Suitable for service working pressures up to 150 pounds per square inch

gauge.

Not to be used for bidding purposes!

Page 164: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15114-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15114 (Bid Set)

1.04 SUBMITTALS

A. Submit as specified in Section 01330.

B. Product data: As specified in Section 15110.

C. Commissioning submittals: 1. Provide Manufacturer’s Certificate of Installation and Functionality Compliance

as specified in Section 01756.

1.05 WARRANTY

A. Provide warranty as specified in Section 01783.

PART 2 PRODUCTS

2.01 CENTER GUIDE (SILENT) CHECK VALVES

A. Manufacturers: 1. APCO, Model Number 600.

B. Valve design: 1. Center-guided, spring-loaded plug. 2. Replaceable seat and plug. 3. Shaft guide bushing. 4. Non-slam, silent shutoff. 5. Flanged body.

C. Materials: 1. Body: Cast iron, ASTM A126 Grade B, or Type 316 stainless steel,

ASTM A313. 2. Plug and seat: Bronze, ASTM B584 C83600. 3. Spring: Stainless steel, ASTM A313 Type 316. 4. Shaft and bushing: Bronze, ASTM B584 C83600. 5. Seat: Buna-N or EPDM.

2.02 SWING CHECK VALVES

A. Valves 1/4 inch through 3 inch: 1. Manufacturers: One of the following or equal:

a. Crane Valve Company, Number 36. b. Lunkenheimer Company, Figure 554Y.

2. Valve design: a. Threaded joints. b. Y-pattern body with integral seat. c. Hinged disc. d. Access to valve seat for regrinding without disassembly of piping.

3. Materials: a. Body, cap, hinge, and disc: Bronze.

Not to be used for bidding purposes!

Page 165: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15114-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15114 (Bid Set)

B. Valves 4 inch through 24 inch: 1. Manufacturers:

a. APCO Model CVS 250. 2. Valve design:

a. In accordance with AWWA C508. b. Constructed to permit top entry and removal of internal components

without removing the valve. c. Equipped with outside lever and weight.

3. Materials: a. Body: Cast iron, ASTM A126 Class B or ASTM A536 Grade 65-45-12

Ductile Iron. b. Disc:

1) Valve disc shall be ASTM A126 cast iron, ASTM A536 ductile iron, or ASTM B584 bronze.

2) 4-inch valves: Bronze or stainless steel rings and seats. 3) 6 inches and larger valves: Bronze-faced or stainless steel rings and

seats. 4) Rubber seat Buna-N or EPDM.

c. Hinge pins: Stainless steel.

2.03 OIL-CUSHIONED SWING CHECK VALVES

A. Manufacturers: 1. APCO, Swing-Check, Series 6000B.

B. Valve design 8 inches to 66 inches: 1. Counterweighted:

a. Single counterweight on sizes 8 inches to 12 inches (right side). b. Dual counterweights on sizes 14 inches and larger.

2. Rubber-seated and driptight. 3. Totally enclosed oil-dampening chambers with adjustment for closing speed. 4. Bottom-mounted hydraulic oil cushion system:

a. System shall permit free open, but positive non-slam controlled closure of the disc. 1) Hydraulic cushion shall make contact with the disc during the last

10 percent of closure to control the disc until shutoff. b. System shall be externally adjustable to suit operating conditions. c. System shall be totally enclosed and removable without need to remove

the entire valve. 1) Oil system shall be totally independent from the main line to prevent

corrosion or contamination to the process water. 5. Materials:

a. Valve body, cover, and disc: Ductile Iron ASTM A536 Grade 65-45-12. b. Disc seat: Bolted in replaceable seat, Buna N.

1) Disc attachment design: a) Single top-shaft disc mount with machined pin, (no bolts and

nuts attachments on the disc are acceptable). b) Dual device hinge pinning on linkage arm to disc pinning, (no

bolts and nuts attachments on the disc are acceptable).

Not to be used for bidding purposes!

Page 166: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15114-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15114 (Bid Set)

2) Shaft: Stainless steel: T303 high-strength stainless steel: a) Shaft shall have large pin-shaft design for full rating of the valve

fully extended through valve cast on each end of body casting. (1) Shaft minimum sizing is:

Valve Size (per inch 8 10 12 14 16 18 20 24 30 36

Shaft Size (per inch) 1.75 2.125 2.5 3 10 3.5 3.75 4 3 3.75 4

c. Oil cushion bottom-mounted cylinder: 1) Corrosion-resistant metal with stainless steel control rod to slow

closing function of the valve not connected to the disc. 2) Side-mounted oil reservoir to be oriented in the vertical position after

valve installation. d. Shaft packing seals: Shaft packing seals on both ends of body casting or

O-rings. e. Disc ring seat: Bronze or stainless steel. f. Seat pins and lock screws: Stainless steel.

6. Pressure rating: a. Swing check valve shall be rated for minimum 150 pounds per square

inch differential pressure.

2.04 SLANTING DISC CHECK VALVES

A. Manufacturers: One of the following or equal: 1. APCO, Series 800-T. 2. ValMatic Series 9800-T. 3. Crispin, Series TD.

B. Valve design: 2-piece construction, bolted at the center, with disc at an angle of 55 angular degrees: 1. Minimum cross-sectional area throughout valve body: Equal to cross-sectional

area of the pipe connected to the valve. 2. Control disc closing with top-mounted, oil-filled, cushion chamber. 3. Fit cylinder with a flow control valve. 4. Ends: Flanged, ASME B16.1.

C. Materials: 1. Body and disc: Cast iron, ASTM A126, Class B. 2. Seat ring and disc ring: Bronze, ASTM B584, Alloy C 92200, Alloy C 83600,

Alloy C 94700, or Alloy C 93700. 3. Pivot pins: Stainless steel, ASTM A582. 4. Bushings: Stainless steel. 5. Oil reservoirs: Stainless steel.

2.05 PLASTIC BALL CHECK VALVES

A. Manufacturers: One of the following or equal: 1. Chemtrol Division of Nibco. 2. Georg Fischer Piping Systems. 3. Plast-O-Matic Valves, Inc.

Not to be used for bidding purposes!

Page 167: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15114-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15114 (Bid Set)

B. Valves: Ball type: 1. Material: Polyvinyl chloride. 2. End connection: Double-or single-union-type. 3. Seals: Viton.

C. Valve body material: 1. Polyvinyl chloride (PVC), chlorinated polyvinyl chloride (CPVC), Polypropylene

(PP) or polyvinylidene fluoride (PVDF), as best suited for each individual service condition.

D. Union connections material: 1. NPT or socket ends conforming to ASME B16.5 pipe flanges and flange

fittings, Class 150.

E. Seats and seals material: 1. EPDM, Buna-N, or Viton.

F. Maximum inlet pressure rating: 1. PVC, CPVC, or PVDF: 150 pound per square inch at 77 degrees Fahrenheit. 2. PP: 100 pounds per square inch at 77 degrees Fahrenheit.

PART 3 EXECUTION

3.01 FIELD APPLIED COATING OF VALVE EXTERIOR

A. Match color and be compatible with manufacturer’s coating system and as specified in Section 09960. 1. When shop applied finish coating matches field applied coating on adjacent

piping, touch up shop coating in damaged areas in accordance with instructions recommended by the paint manufacturer.

2. When shop applied coating does not match field coating on adjacent piping, or when damage has occurred to the shop applied coating that requires more than touchup, blast clean valve surfaces or utilize other surface preparation recommended by the manufacturer of the coating material and apply the coating system used for coating adjacent piping.

3.02 COMMISSIONING

A. As specified in Section 01756 and this Section.

B. Manufacturer services: 1. Provide certificates:

a. Manufacturer's Certificate of Installation and Functionality Compliance.

C. Functional testing: 1. Valves:

a. Test witnessing: Witnessed. b. Conduct pressure and leak test, as specified in Section 15110.

END OF SECTION

Not to be used for bidding purposes!

Page 168: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 169: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15116-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15116 (Bid Set)

SECTION 15116

PLUG VALVES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Non-lubricated plug valves. 2. Multi-port plug valves.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01600 - Product Requirements. 3. Section 01756 - Commissioning. 4. Section 01782 - Operation and Maintenance Data. 5. Section 01783 - Warranties and Bonds. 6. Section 09960 - High-Performance Coatings. 7. Section 15050 - Common Work Results for Mechanical Equipment. 8. Section 15110 - Common Work Results for Valves. 9. Section 17950 - Testing, Calibration, and Commissioning.

1.02 REFERENCES

A. American Water Works Association (AWWA): 1. C517 - Resilient-Seated Cast Iron Eccentric Plug Valves. 2. C606 - Grooved and Shouldered Joints.

B. ASTM International (ASTM): 1. A126 - Standard Specification for Gray Iron Castings for Valves, Flanges, and

Pipe Fittings. 2. A536 - Standard Specification for Ductile Iron Castings.

1.03 SUBMITTALS

A. Submit as specified in Section 01330 and 15110. 1. Product data. 2. Shop drawings. 3. Calculations.

B. Vendor operation and maintenance manual as specified in Section 01782.

C. Commissioning submittals: 1. Provide Manufacturer’s Certificate of Source Testing as specified in Section

01756: a. Interior coating.

2. Provide Manufacturer’s Certificate of Installation and Functionality Compliance as specified in Section 01756.

Not to be used for bidding purposes!

Page 170: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15116-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15116 (Bid Set)

1.04 WARRANTY

A. Provide warranty as specified in Section 01783.

PART 2 PRODUCTS

2.01 GENERAL

A. As specified in Section 15110.

2.02 NON-LUBRICATED PLUG VALVES

A. Manufacturers: 1. DeZurik, "PEC".

B. Design: 1. Type: Non-lubricated eccentric type, in accordance with AWWA C517. 2. Plug face: Resilient material that operates satisfactorily at a temperature of

180 degrees Fahrenheit continuous and 215 degrees Fahrenheit intermittent, except for valves in compressed air or digester gas service. a. Valves in compressed air service: Resilient material suitable for

continuous duty at 250 degrees Fahrenheit. b. Valves in digester gas service: Resilient material suitable for petroleum or

digester gas at continuous duty at 180 degrees Fahrenheit. 3. Compression washer: Provide flat compression washer made of Teflon, or of a

material having equal physical characteristics on valve stem between plug and bonnet.

4. Stem seals: Provide stem seals serviceable without unbolting the valve bonnet assembly.

5. Grit excluders: Provide PTFE grit excluders at upper plug journals to prevent entry of foreign solids in bearing area.

6. Clearly mark valves to indicate their open and closed positions. 7. Provide valves with ends as required by piping details indicated on the

Drawings. a. Grooved end body valves:

1) Usage: Plug valves with grooved ends may be used in piping systems specified in the Piping Schedule to have grooved end joints and as indicated on the Drawings.

2) Grooved end joint design: In accordance with AWWA C606.

C. Materials: 1. Body and plug: ASTM A126, Class B, cast-iron, with plug face of EPDM

material suitable for the intended service as specified under paragraph "Design" above.

2. Body seats in valves 3 inch size and larger: Provide with overlay of not less than 90-percent nickel and minimum thickness of 1/8 inch on surfaces contacting the plug face.

3. Stem bearing and bottom bearing: Type 316 stainless steel 4. Internal parts, except the body and plug: Type 316 stainless steel 5. Exposed nuts, bolts, and washers: Zinc plated. Exception: Exposed nuts,

bolts, and washers for buried service: Stainless steel.

Not to be used for bidding purposes!

Page 171: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15116-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15116 (Bid Set)

2.03 MULTI-PORT PLUG VALVES FOR SLUDGE SERVICE

A. Manufacturers: 1. DeZurik, PTW, for 3-way valve, and PFW for 4-way valve.

B. Design: Non-lubricated tapered plug type including plugs faced with neoprene, body of cast iron, and stainless steel bearings in the upper and lower journal areas.

C. Furnish valves with single, double, or transfer style plug as indicated on the Drawings or as required.

2.04 VALVE OPERATORS

A. Furnish valves with an operating wrench or worm gear operator: 1. Equip valves 4 inch nominal size and smaller with a lever operator. 2. Equip valves 6 inch nominal size and larger with a worm gear operator.

2.05 COATING

A. Coat and test interior metal surfaces as specified in Section 15110.

B. Coat exterior metal surfaces as specified in Section 09960.

C. Field applied coating of valve exterior: 1. Match color and be compatible with manufacturer’s coating system and as

specified in Section 09960. a. When shop applied finish coating matches field applied coating on

adjacent piping, touch up shop coating in damaged areas in accordance with instructions recommended by the paint manufacturer.

b. When shop applied coating does not match field coating on adjacent piping, or when damage has occurred to the shop applied coating that requires more than touchup, blast clean valve surfaces or utilize other surface preparation recommended by the manufacturer of the coating material and apply the coating system used for coating adjacent piping.

2.06 SHIPMENT, SPARE PARTS, MAINTENANCE PRODUCTS, AND SPECIAL TOOLS

A. As specified in Section 01600.

PART 3 EXECUTION

3.01 INSTALLATION

A. Install valves as specified in Section 15110 and the manufacturer’s instructions. 1. Unless differently indicated on the Drawings install valves so that in the closed

position the pressure in the pipeline applies a seating head on the valves. 2. Install valves so that in the open position the plug is located in the top half of

the valve body.

B. For valves requiring lubrication: Lubricate and fill extended lubricant pipes with lubricant suitable for service intended.

Not to be used for bidding purposes!

Page 172: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15116-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15116 (Bid Set)

3.02 COMMISSIONING

A. As specified in Section 01756 and this Section.

B. Manufacturer services: 1. Provide certificates:

a. Manufacturer’s Certificate of Installation and Functionality Compliance.

C. Functional testing: 1. Valves:

a. Test witnessing: Witnessed. b. Conduct pressure and leak test as specified in Section 15110.

END OF SECTION

Not to be used for bidding purposes!

Page 173: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15117-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15117 (Bid Set)

SECTION 15117

SPECIALTY VALVES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Specialty valves.

B. As specified in Section 15110.

C. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01756 - Commissioning. 3. Section 01783 - Warranties and Bonds. 4. Section 15082 - Piping Insulation. 5. Section 15110 - Common Work Results for Valves.

1.02 REFERENCES

A. American Society of Civil Engineers (ASCE): 1. 25 - Earthquake-Actuated Automatic Gas Shutoff Devices.

B. American Society of Mechanical Engineers (ASME): 1. B16.42 - Ductile Iron Pipe Flanges and Flanged Fittings: Classes 150 and 300.

C. ASTM International (ASTM): 1. A48 - Standard Specification for Gray Iron Castings. 2. A126 - Standard Specification for Gray Iron Casting for Valves, Flanges, and

Pipe Fittings. 3. A276 - Standard Specification for Stainless Steel Bars and Shapes. 4. A536 - Standard Specification for Ductile Iron Castings. 5. B584 - Standard Specification for Copper Alloy Sand Castings for General

Application.

D. National Electrical Manufacturers Association (NEMA): 1. 250 - Enclosures for Electrical Equipment (1000 V Maximum).

1.03 DEFINITIONS

A. NEMA Type 4 enclosure in accordance with NEMA 250.

1.04 SUBMITTALS

A. Submit as specified in Section 01330.

B. Product data: As specified in Section 15110. 1. Provide Manufacturer’s Certificate of Installation and Functionality Compliance

as specified in Section 01756.

Not to be used for bidding purposes!

Page 174: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15117-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15117 (Bid Set)

1.05 WARRANTY

A. Provide warranty as specified in Section 01783.

PART 2 PRODUCTS

2.01 SLUDGE PRESSURE RELIEF VALVES

A. Sludge Pressure Relief Valves 1. Manufacturers: One of the following or equal:

a. GA Industries, Inc., Figure Number 525-RD b. Valve and Primer Corporation.

2. Component Elements: Include body, disc, seating face, shaft, attached counterweight arms and lever, and cushion chamber.

3. Design: a. Provide valves that open immediately when the system pressure exceeds

the load setting of the counterweights, and close slowly at an adjustable speed upon return of the system pressure to normal.

b. Set counterweights to open and relieve at a pressure 10 pounds per square inch greater than the pressure developed by the pump under normal operating conditions.

c. Cushion Chamber: Attached externall to the side of the valve body and constructed with a piston operating in a chamber with valve operation without hammering action. 1) Cushioning: By oil stored in an oil reservoir attached by piping and

fittings to the cushion chamber. 2) Design cushion chamber to allow adjustment of closing speed.

2.02 FLOW CONTROL VALVES

A. Flow control valves: 1. Manufacturers: One of the following, or equal:

a. Cla-Val Model 43-01. b. Watts, equivalent mode. c. Golden Anderson, equivalent model.

2. Design: a. Pilot controlled, hydraulically operated, single diaphragm actuated, globe

patterned valve with remote mounted orifice plate. b. Valve shall have solenoid shut off feature energize to open. c. Valve shall modulate to maintain desired flow through remote mounted

orifice plate. 1) Flow rate shall be adjustable.

d. Rated for 125 pounds per square inch gauge. e. Pilot line: Equipped with a strainer and with isolation valves to facilitate

pilot system maintenance without removing valve from service. f. Solenoid valve electrical characteristics as indicated on the Drawings. g. End connections:

1) 3 inch and smaller: Screwed. 2) 4 inch and larger: 150 pound rated flanges in accordance with

ASME B16.42. 3. Materials:

a. Body and cover: Cast Iron ASTM A48 or Ductile Iron ASTM A536.

Not to be used for bidding purposes!

Page 175: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15117-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15117 (Bid Set)

b. Valve trim: Series Type 303 stainless steel. c. Stem: Series Type 303 stainless steel. d. Pilot control and trim: Series Type 303 stainless steel. e. Diaphragm: EDPM. f. Orifice: Series Type 303 stainless steel.

2.03 BACKFLOW PREVENTERS

A. Manufacturers: One of the following or equal: 1. Febco backflow prevention:

a. Model 860 all sizes. 2. Zurn/Wilkins:

a. Model 975XL for 1/2-inch through 2-inch. b. Model 375AST for sizes 2 1/2 inch, 3 inch, 8 inch, and 10 inch. c. Model 375 and 375DA for sizes 4 inch and 6 inch.

3. Watts regulator: Series LF909.

B. Design: Reduced pressure chamber type in accordance with AWWA C511.

C. Lead-Free: For potable water installations not more than a weighted average of 0.25 percent lead when used with respect to the wetted surfaces.

D. Include shutoff valves at each end of backflow preventer with properly located test cocks.

E. Shutoff valves: 1. Backflow preventers 2-inch and smaller: Provide with full-port, quarter turn,

resilient seated ball valves. 2. Backflow preventers larger than 2-inch: Provide with resilient seated, outside

stem and yoke gate valves.

2.04 FIELD IRRIGATION VALVES

A. Manufacturers: One of the following or equal: 1. Waterman Industries, Inc., Red Top Alfalfa valves. 2. Snow gates and valves:

a. Valves: Similar to Waterman Type 3 when used with cement-motor lined and coated steel pipe fittings.

B. Design: Provide valve with through-arm removable arch.

C. Materials: 1. Valves: Fabricated with high strength close-grained gray iron with neoprene

ring backing. 2. Screw: Low zinc bronze with square head for wrench operation, with Acme

threads.

2.05 FLOAT VALVES

A. Manufacturers: One of the following or equal: 1. Cla-Val Company, Number 124. 2. GA Industries, Figure 54.

Not to be used for bidding purposes!

Page 176: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15117-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15117 (Bid Set)

B. Float valves: Pilot controlled, diaphragm, or piston actuated from hydraulic pressure of liquid flowing through valve.

C. Design: 1. Valves: Single seated. Open wide when the float is at low level, and close

driptight at high level. 2. Float level: Adjustable in the field.

2.06 HYDROSTATIC PRESSURE RELIEF VALVES

A. Flap gate type: 1. Manufacturers: One of the following or equal:

a. Clow Corporation. b. Neenah Foundry Company.

2. Design: a. Provide valves with vertical seat design and offset single pivoted hinge. b. Valve components: Flap gate, body with flanged end, hinge pin, and gate

seat ring. c. Design valve so that flap gate begins to open at a head of 1/3 the inner

diameter of the valve body. d. Cement and mechanically retain gate seat ring in place.

3. Materials: a. Flap gate and body: Cast iron in accordance with ASTM A126 Class B or

bronze in accordance with ASTM B584 UNS Number C84400. b. Hinge pin: Bronze of the type specified in the preceding subparagraph or

stainless steel in accordance with ASTM A276 Type 304. c. Gate seat ring: Neoprene rubber in accordance with ASTM D2000

Type CB 520.

B. Pop-up type: 1. Manufacturers: One of the following or equal:

a. Clow Corporation. b. Neenah Foundry Company.

2. Design: a. Design valve to begin opening at a maximum head of 9 inches. b. Integrally cast locking lugs into body.

1) Prevent groundwater pressure from separating the cover and strainer from the body.

c. The cover and the strainer shall be easily removed by release from the locking lugs.

d. Provide lead seats, poured and peened into grooves on the underside of cover and top of body. 1) Machine seats to form lead-to-lead contact when the cover is in

closed position. 3. Materials:

a. Cover, body, and strainer: Cast-iron in accordance with ASTM A126, Class B.

Not to be used for bidding purposes!

Page 177: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15117-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15117 (Bid Set)

2.07 MUD VALVES

A. Manufacturers: One of the following or equal: 1. Clow Corporation, Series F-3075T. 2. Waterman Industries, Inc., Model MV-11.

B. Design: 1. Provide mud valves with non-rising stem. 2. Provide standard AWWA 2-inch valve nut on stainless steel stem extension to

height required.

C. Materials: 1. Body, cover, and yoke: Cast-iron. 2. Disc plug: Cast-iron. 3. Seat rings: Resilient Neoprene or Buna-N seating face. 4. Stem and stem nut: Bronze. 5. Cap screws to bolt valve to cast-iron pipe flange: Type 316 stainless steel.

2.08 PUMP CONTROL VALVES

A. Manufacturers: One of the following or equal: 1. Cla-Val Co., Model 60-11. 2. GA Industries, Inc., Model 1730-D.

B. Operation: 1. Opening and closing rates: Adjustable over a minimum range of 30 seconds to

2 minutes. 2. Suitable at rated working pressure of 250 psi. 3. Function as a check valve during power failure.

C. Design: 1. Pilot valve strainer. 2. Adjustable pilot valve with stainless steel trim. 3. Flanged ends. 4. Valve position indicator. 5. Solenoid valve: 120 volts alternating current, Class F coil, NEMA Type 4X

enclosure. 6. Limit switch: 120 volts alternating current, NEMA Type 4X enclosure.

D. Materials: 1. Valve body: Cast or ductile iron. 2. Body trim: Bronze. 3. Diaphragm: Buna-N rubber.

2.09 SHEAR GATES

A. Manufacturers: One of the following or equal: 1. Clow Corporation, Series F-3000. 2. Troy Manufacturing, Series A2520.

B. Materials: 1. Shear gates: Bronze mounted cast-iron.

Not to be used for bidding purposes!

Page 178: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15117-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15117 (Bid Set)

2.10 SURGE PREVENTER VALVES

A. Manufacturers: One of the following or equal: 1. Cla-Val Co., Model 52-03. 2. GA Industries, Inc., Model 500-BCD.

B. Operation: 1. Open and close at a rate needed to eliminate surge accompanying a power

failure. 2. Suitable at rated working pressure of 250 psi.

C. Design: 1. Pilot valve strainer. 2. Adjustable pilot valve with stainless steel trim. 3. Flanged ends. 4. Valve position indicator.

D. Materials: 1. Valve body: Cast or ductile iron. 2. Body trim: Bronze. 3. Diaphragm: Buna-N rubber.

2.11 TELESCOPING SLUDGE VALVES

A. Manufacturers: One of the following or equal: 1. OVIVO USA, LLC. 2. Troy Valve.

B. Design: 1. Valve assembly including the following:

a. Offset type valve stand. b. Operating crank or handwheel. c. Rack and pinion or handwheel shaft and lifting stem. d. Bearings and bearing guides. e. Connecting rods. f. Telescoping tube with removable adapter. g. Pipe flange. h. O-ring seal.

2. Rising racks: a. Equip with covers and indicators to show position of telescoping tube. b. Valves shall be adjustable in 1/4-inch nominal increments.

3. Telescoping tubes: Provide with a 2-U notch at the top of the tube, with stem rods adequately fixed for travel in a true, vertical line.

4. Provide stops in the valves to prevent lifting the telescoping tube to the base of the valve stand, and design to prevent damage to equipment by forcing the handwheel.

C. Materials: 1. Valve stand: Cast-iron or fabricated steel. 2. Rack and pinion or handwheel shaft and stem: Steel. 3. Tube and adapter: Schedule 40, Type 316 stainless steel. 4. Pipe flange: Cast iron. 5. Gaskets: Neoprene.

Not to be used for bidding purposes!

Page 179: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15117-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15117 (Bid Set)

2.12 SOLENOID VALVES

A. 2-way solenoid valves: 1. Manufacturers: One of the following or equal:

a. Automatic Switch Company, Series 8210. b. Skinner Electric Valve Division, Series C.

B. 3-way solenoid valves: 1. Manufacturers: One of the following or equal:

a. Automatic Switch Company, Series 8320. b. Skinner Electric Valve Division, Type A4.

C. 4-way solenoid valves: 1. Manufacturers: One of the following or equal:

a. Automatic Switch Company, Bulletin 8344. b. Skinner Electric Valve Division, Series V9.

D. Design: 1. Valves: Suitable for service under the following conditions:

a. Fluid: water. b. Temperature of fluid: 33-110 degrees Fahrenheit. c. Piping test pressure: 250 pounds per square inch gauge.

2. Unless otherwise indicated on the Drawings, provide valves that: a. Minimum NEMA Type 4 enclosure. b. 120 VAC operation. c. Suitable for use as indicated on the Drawings. d. Minimum Class F coil insulation.

3. 2-way valves: Furnish with openings of size equal to or larger than the nominal size designation of the valve.

4. Furnish with manual/bypass operators.

E. Materials: 1. Body: Brass or bronze. 2. Seats: Resilient material.

2.13 METAL BODY DIAPHRAGM VALVES

A. Manufacturers: One of the following or equal: 1. Hill-McCanna. 2. ITT Engineered Valves.

B. Design: 1. Body: Cast iron, weir type, flanged ends.

C. Materials: 1. Diaphragm: Unless otherwise specified below, provide Teflon® diaphragm or

other material suitable for the intended service. 2. Bonnet: Cast iron. 3. Compressor: Cast iron. 4. Handwheel: Cast iron. 5. Sleeve: Cast iron. 6. Stem: Carbon steel. 7. Bolt, nut, and washer: Carbon steel.

Not to be used for bidding purposes!

Page 180: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15117-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15117 (Bid Set)

8. Thrust bearing: Carbon. 9. End connector: Cast iron flange. 10. Position indicator: Carbon steel. 11. Special valve applications:

D. Electro-hydraulic actuator: 1. Manufacturers: One of the following or equal:

a. Barton/ITT Fluid Technology Corporation. 2. Actuator type:

a. Control valve with 2-position spring return. b. Pump: Single piston, positive displacement with internal check valve. c. Seals: Buna-N.

3. Materials: a. Cylinder housing: Aluminum. b. Output shaft: Stainless steel. c. Yoke: Aluminum. d. Electrical housing: NEMA Type 4. e. Enclosure: NEMA Type 4.

2.14 PLASTIC BODY DIAPHRAGM VALVES

A. Type of service: Use plastic body diaphragm valves in the following services: 1. Sodium hypochlorite. 2. Sodium bisulfite. 3. Polymer solutions. 4. Neat polymer.

B. Manufacturers: One of the following or equal: 1. Simtech. 2. Chemtrol. 3. Georg Fischer Piping Systems.

C. Materials: 1. Body: PVC with reinforcing ribs at body and end connections. 2. Diaphragm: Unless otherwise specified below, provide 2 diaphragm layers -

Teflon® diaphragm with EPDM backing or other material suitable for the intended use.

3. Handwheel: Polypropylene. 4. Sleeve: Bronze or cast iron. 5. Stem: Stainless steel. 6. Bolt, nut, and washer: Stainless steel. 7. Thrust bearing: Teflon® disc or carbon steel. 8. End connector: PVC. 9. End connector seal (flange gasket): Suitable for the intended use unless

otherwise specified below. 10. O-rings: Viton. 11. Position indicator: Carbon steel.

D. Valve design: 1. End connections: Flanged. 2. Operator handle: Handwheel, with position indicator and adjustable travel stop

to prevent overtightening. Provide acrylic stem cap.

Not to be used for bidding purposes!

Page 181: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15117-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15117 (Bid Set)

3. Diaphragm valves: Weir type. 4. Pressure: 150 pound per square inch gauge at 70 degrees Fahrenheit.

E. Electric actuator: 1. Manufacturers: One of the following or equal:

a. Asahi/America. b. Barton/ITT Fluid Technology Corporation. c. Gemu.

2. General: a. Reversing type motor. b. Suitable for 115 volt, 1 phase, 60 hertz power supply. c. Travel stop limit switches with remote valve open and closed status

indication. d. Brushless, capacitor-run motors with integral thermal overload protection

and auto reset. e. Permanently lubricated gear train. f. Visual position indicator. g. Declutchable manual override.

3. Materials: a. Actuator housing: Aluminum. b. Output shaft: Stainless steel. c. Electrical housing: NEMA Type 4. d. Enclosure: NEMA Type 4. e. Thermally bonded epoxy powder coating with stainless steel trim.

2.15 PINCH VALVES

A. Manufacturers: One of the following or equal: 1. Red Valve Company, Series 75 with Type DW sleeves. 2. RKL Controls, Inc., Series KEFR. 3. Onyx Valve, equivalent product.

B. Design: Open frame handwheel type.

C. Materials: 1. Sleeve material: Suitable for operation requiring continuous opening and

closing of the valve. 2. Sleeves: Teflon® reinforced with butyl nylon or other equivalent reinforcing

material.

2.16 TUBING VALVES

A. Manufacturers: One of the following or equal: 1. Stockham, Figure S-127. 2. Jenkins, 1336. 3. Crane, 950 TF.

B. Valves: 1 piece bar stock ball valve.

C. Materials: 1. Body: Type 316 stainless steel. 2. Bull: Type 316 stainless steel. 3. Insert: Type 316 stainless steel.

Not to be used for bidding purposes!

Page 182: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15117-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15117 (Bid Set)

4. Seat: Reinforced Teflon®. 5. Stem seal: Reinforced Teflon®. 6. Stem: Type 316 stainless steel. 7. Jam nut: Steel.

2.17 SLURRY VALVES

A. Manufacturers: One of the following or equal: 1. Galigher. 2. Beta valve.

B. Materials: 1. Slurry valves: Full metal body, manually-operated type. 2. Body: Cast-iron. 3. Sleeves: Natural rubber.

C. Design: 1. Valve: Full port design. 2. Sleeves: Double diaphragm field replaceable.

2.18 CORPORATION STOPS

A. Type: In accordance with AWWA C800. 1. Manufacturers: One of the following or equal:

a. Ford. b. Mueller Company.

2.19 CURB STOPS

A. Manufacturers: One of the following or equal: 1. Ford. 2. Mueller Company.

B. Description: Round way solid tee head stops.

2.20 COCKS

A. Gauge cock: 1. Manufacturers: One of the following or equal:

a. Lunkenheimer Company, Figure 1178 or Figure 1180.

B. Air cock: 1. Manufacturers: One of the following or equal:

a. Whitey Research Tool Company, Model B-42S4. b. Hoke, Inc., 7122G4B.

C. Plug cock: 1. Manufacturers: One of the following or equal:

a. Lunkenheimer Company, Figure 454. 2. Design: Plug cocks: Bronze, straightway pattern complete with lever.

Not to be used for bidding purposes!

Page 183: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15117-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15117 (Bid Set)

PART 3 EXECUTION

3.01 INSTALLATION

A. Install as specified in Section 15110 in accordance with manufacturer's published instructions.

B. Install sensing line insulation as specified in Section 15082.

C. Plastic body diaphragm valves for sodium hypochlorite service: 1. When valves are installed horizontally, install valves with valve stem position

rotated as necessary such that no internal valve obstruction prevents the passage of vapors traveling along the top of adjacent piping from traveling through the valve.

3.02 COMMISSIONING

A. As specified in Section 01756 and this Section.

B. Manufacturer services: 1. Provide certificates:

a. Manufacturer’s Certificate of Installation and Functionality Compliance. 2. Conduct pressure and leak test as specified in Section 15110.

a. Test witnessing: Non-Witnessed.

END OF SECTION

Not to be used for bidding purposes!

Page 184: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 185: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15119-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15119 (Bid Set)

SECTION 15119

AIR AND VACUUM RELIEF VALVES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Air release valves, air and vacuum valves, and air vents.

B. As specified in Section 15110.

C. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01756 - Commissioning. 3. Section 01783 - Warranties and Bonds. 4. Section 09960 - High-Performance Coatings. 5. Section 15110 - Common Work Results for Valves.

1.02 REFERENCES

A. American Society of Mechanical Engineers (ASME). 1. B16.1 - Gray Iron Pipe Flanges and Flanged Fittings: Classes 25, 125, and

250. 2. B16.5 Pipe Flanges and Flanged Fittings: NPS 1/2 through 24.

B. American Water Works Association (AWWA).

C. ASTM International (ASTM): 1. A126 - Standard Specification for Gray Iron Castings for Valves, Flanges, and

Pipe Fittings. 2. A240 - Standard Specification for Chromium and Chromium-Nickel Stainless

Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications.

3. A270 - Standard Specification for Seamless and Welded Austenitic Stainless Steel Sanitary Tubing.

4. B584 - Standard Specification for Copper Alloy Sand Castings for General Applications.

1.03 SUBMITTALS

A. Submit as specified in Section 01330.

B. Product data: As specified in Section 15110.

C. Commissioning submittals: 1. Provide Manufacturer’s Certificate of Installation and Functionality Compliance

as specified in Section 01756.

Not to be used for bidding purposes!

Page 186: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15119-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15119 (Bid Set)

1.04 WARRANTY

A. Provide warranty as specified in Section 01783.

PART 2 PRODUCTS

2.01 AIR RELEASE VALVES, WATER SERVICE

A. Manufacturers: One of the following or equal: 1. Valve and Primer Corporation, DeZurik/APCO Series 200.

B. Design: 1. Pressure rating: 150 pounds per square inch gauge. 2. Inlet: Screwed, 2-inch. 3. Orifice size: 1/4 inch diameter.

C. Materials: 1. Valve body: Cast iron. 2. Float and internal trim: Type 316 stainless steel. 3. Seat or valve plunger: Buna-N.

2.02 AIR RELEASE VALVES, SEWAGE SERVICE

A. Manufacturers: 1. Valve and Primer Corporation, DeZurik/APCO,Series 400.

B. Design: 1. Operation: Release accumulated air in sewage pipelines operating under

pressure. After entrained air escapes through the orifice, the orifice is plugged by a needle mounted on a compound lever mechanism.

2. Internal components removable through top cover without removing valve from pipeline.

3. Pressure rating: 150 pounds per square inch. 4. Orifice size: 1/4 inch diameter. 5. Connections: Threaded, 2-inch diameter inlet and threaded, 1/2-inch diameter

outlet.

C. Accessories: 1. Inlet shutoff valve. Utilize eccentric plug valve. 2. 2 blowoff valves for backflushing. 3. 10 feet of hose with quick disconnect couplings.

D. Materials: 1. Body: Cast iron. 2. Float: Type 316 stainless steel. 3. Needle: Buna-N.

2.03 AIR AND VACUUM VALVES, SEWAGE SERVICE

A. Select type of sewage-service air and vacuum release valve from the 2 options provided. Furnish only 1 style of air and vacuum release valve for the entire project. 1. Option 1: Float activated air and vacuum release valve.

Not to be used for bidding purposes!

Page 187: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15119-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15119 (Bid Set)

2. Option 2: Anti-surge type air and vacuum release valve.

B. Option 1: Float activated air and vacuum release valves. 1. Manufacturers:

a. Valve and Primer Corporation, DeZurik/APCO, Series 401. 2. Design:

a. Operation: Release air from pipeline as pipeline is filled and allow air to enter pipeline as pipeline is drained.

b. Internal components removable through top cover without removing valve from pipeline.

c. Pressure rating: 150 pounds per square inch. 3. Accessories:

a. Inlet shutoff valve. Utilize eccentric plug valve. b. 2 blowoff valves for backflushing. c. 10 feet of hose with quick disconnect couplings.

4. Connections: 2-inch threaded inlet and 1-inch threaded outlet. 5. Materials:

a. Body: Cast iron. b. Float: Type 316 stainless steel. c. Seat: Buna-N.

C. Option 2: Anti-surge type air and vacuum release valve. 1. Manufacturers: One of the following or equal:

a. International Valve Marketing Company, Vent-O-Mat series RGX. 2. Design:

a. Operation: Release air from pipeline as pipeline is filled and allow air to enter pipeline as pipeline is drained. Design valve to react immediately to break vacuum upon pipeline drainage or liquid column separation by the full opening of the orifice.

b. Design: Consisting of a tubular chamber with a hollow, direct acting float, solid cylindrical orifice control float, woven dirt inhibitor screen, and rubber seats.

c. Surge alleviation: Integral surge alleviation mechanism that operates automatically to limit transient pressure rise or shock. Induce operation of anti-surge mechanism by closure due to high velocity air discharge or the subsequent rejoining of separated liquid columns.

d. Control discharge of pressurized air by the seating and unseating of a small orifice on a seal affixed to the control float. Provide a nozzle with a flat seating land surrounding the orifice to prevent damage to the seal.

e. Internal components removable through top cover without removing valve from pipeline.

3. Connections: Flanged connections conforming to ASME B16.1 Class 250 and ASME B16.5 Class 300 standards.

4. Performance: Leaktight past the orifice seal at operating pressures to 200 pounds per square inch gauge.

5. Materials: a. Body: Type 316 stainless steel. b. Float: HDPE. c. Seats: EPDM.

Not to be used for bidding purposes!

Page 188: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15119-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15119 (Bid Set)

2.04 COMBINATION AIR VALVES - SEWAGE SERVICE

A. Manufacturers: 1. Valve and Primer Corporation, DeZurik/APCO, Series 440.

B. Design: 1. Operation: Automatic exhaust and intake of large quantities of air during filling

and draining of pipelines, respectively, and release of accumulated air while pipeline is under pressure.

2. Design: Utilize compound lever system in conjunction with large and small orifices.

3. Internal parts removable through top cover without removing valve from pipeline.

4. Pressure rating: 150 pounds per square inch. 5. Connections: 2-inch threaded inlet and 1-inch threaded outlet. 6. Accessories:

a. Inlet shutoff valve. b. 2 blowoff valves for backflushing. c. 10 feet of hose with quick disconnect couplings.

C. Materials: 1. Body: Cast iron. 2. Float: Type 316 stainless steel. 3. Needle: Buna-N

PART 3 EXECUTION

3.01 INSTALLATION

A. Install as specified in Section 15110 and manufacturer’s instructions.

B. Install air release valves and air and vacuum valves with suitable discharge lines to nearest drainage system.

3.02 FIELD APPLIED COATING OF VALVE EXTERIOR

A. Match color and be compatible with manufacturer’s coating system and as specified in Section 09960. 1. When shop applied finish coating matches field applied coating on adjacent

piping, touch up shop coating in damaged areas in accordance with instructions recommended by the manufacturer.

2. When shop applied coating does not match field coating on adjacent piping, or when damage has occurred to the shop applied coating that requires more than touchup, remove existing coating by abrasive blast cleaning and apply the coating system used for coating adjacent piping in accordance with Section 09960. a. Submerged valves: SP-5 White Metal Blast cleaning. b. Other valves: SP-10 Near-white blast cleaning.

3.03 COMMISSIONING

A. As specified in Section 01756 and this Section.

Not to be used for bidding purposes!

Page 189: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15119-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15119 (Bid Set)

B. Manufacturer services: 1. Provide certificates:

a. Manufacturer's Certificate of Installation and Functionality Compliance.

C. Functional testing: 1. Valves:

a. Test witnessing: Witnessed. b. Conduct pressure and leak test as specified in Section 15110.

END OF SECTION

Not to be used for bidding purposes!

Page 190: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 191: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15120-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15120 (Bid Set)

SECTION 15120

PIPING SPECIALTIES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Piping specialties including: 1. Flexible rubber connections. 2. Bellows type expansion joints. 3. Slip type expansion joints. 4. Rubber expansion joints. 5. Ball-type flexible joint pipe. 6. Vibration control joints. 7. Transition fittings. 8. Pipe saddles. 9. Tapping sleeves. 10. Surge cushions. 11. Sight glasses. 12. Spray nozzles. 13. Washdown monitors.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01600 - Product Requirements. 3. Section 01756 - Commissioning. 4. Section 01783 - Warranties and Bonds. 5. Section 15052 - Common Work Results for General Piping.

1.02 REFERENCES

A. American Society of Mechanical Engineers (ASME): 1. B16.5 - Pipe Flanges and Flanged Fittings: NPS 1/2 through NPS 24.

B. American Water Works Association (AWWA): 1. C110 - Standard for Ductile-Iron and Gray-Iron Fittings. 2. C151 - Standard for Ductile-Iron Pipe, Centrifugally Cast.

C. ASTM International (ASTM): 1. A148 - Standard Specification for Steel Castings, High-Strength, for Structural

Purposes. 2. A536 - Standard Specification for Ductile Iron Castings.

D. NSF International (NSF): 1. 61 - Drinking Water System Components - Health Effects, Includes Errata. 2. 372 - Drinking Water System Components - Lead Content.

1.03 SUBMITTALS

A. Submit as specified in Section 01330.

Not to be used for bidding purposes!

Page 192: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15120-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15120 (Bid Set)

B. Product data: 1. For each piping product in this Section as applicable:

a. Design features. b. Load capacities. c. Material designations by UNS alloy number or ASTM Specification and

Grade. d. Data needed to verify compliance with the Specifications. e. Catalog data. f. Clearly mark submittal information to show specific items, materials, and

accessories or options being furnished.

C. Calculations: 1. Provide calculations in accordance with NSF 372 for materials in contact with

drinking water.

D. Manufacturer’s Certificate of Installation and Functionality Compliance as specified in Section 01756: 1. Provide as specified in this Section.

1.04 WARRANTY

A. Provide warranty as specified in Section 01783.

PART 2 PRODUCTS

2.01 GENERAL

A. As specified in Section 01600.

B. Materials in contact with drinking waters: In accordance with NSF 61 and NSF 372.

2.02 FLEXIBLE RUBBER CONNECTIONS

A. Manufacturers: One of the following or equal: 1. Mercer Rubber Company, Type 150 Vibraflex. 2. Red Valve Company, Inc., Part Number P-5.

B. Provide flexible rubber connections with 3/8 inch thick neoprene rubber tube with full-faced flanged ends suitable to withstand a pressure of 150 pounds per square inch gauge.

C. Provide complete flexible rubber connections, including galvanized retaining rings and control rods.

2.03 BELLOWS TYPE EXPANSION JOINTS

A. Expansion joints for general service: 1. Expansion joints: Flexible bellows type with equalizing rings, or as otherwise

specified or indicated on the Drawings. 2. Manufacturers:

a. Expansion joints: One of the following or equal: 1) Senior Flexonics Pathway, Inc., Controlled Flexing Expansion Joint.

Not to be used for bidding purposes!

Page 193: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15120-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15120 (Bid Set)

2) Flex-Weld, Inc., Keflex, Series 308. 3) Victaulic Depend-o-Lok, Omniflex stainless bellows expansion joint.

b. Pipe alignment guides: One of the following or equal: 1) Senior Flexonics Pathway, Inc. 2) Flex-Weld, Inc.

c. Intermediate supports: Provide with protective saddles. One of the following or equal: 1) Unistrut Corporation, Roller-type. 2) Bergen-Paterson Pipe Support Corp.

3. Design: a. Expansion joint rating: 150 pounds per square inch gauge, at 300 degrees

Fahrenheit. b. Bellows: Multi-ply stainless steel, equipped with a self-draining liner guide. c. Axial travel of expansion joints: Not less than 1.50 inches. d. Ends: 150 pound ASME flanges, Victaulic Depend-o-Lok

Airmaster/Fluidmaster coupled ends, or plain suitable for welding connections, as required for piping in which installed.

B. Expansion joints for steam and hot water: 1. Manufacturers: One of the following or equal:

a. Flex-Weld, Inc., Keflex, Series 308-1215. b. Senior Flexonics Pathway, Inc., Controlled Flexing Expansion Joint. c. Victaulic Depend-o-Lok Omniflex Expansion Join.

2. Design: a. Single reinforced bellows type or Victaulic mechanical couplings. b. Pressure and temperature ratings: 150 pounds per square inch gauge,

and 500 degrees Fahrenheit service. c. Bellows: Multi-ply Type 321 stainless steel, equipped with a Type 321

stainless steel liner. d. Axial travel of expansion joints: 3 inches minimum. e. Ends: 150 pound ASME flanges.

C. Copper piping expansion joints: 1. Expansion joints for copper pipe: As specified before, except externally

guided, without equalizing rings, and provide for 3-1/4 inch expansion per 100 feet of piping.

D. Roof drain expansion joints: 1. Neoprene bellows between roof drain fitting and drain piping. 2. Up to 12-inch static head. 3. Complete with Type 316 stainless steel clamps. 4. Manufacturer: The following or equal:

a. Watts, Model RD-900. b. Flexicraft Industries, DWV.

2.04 SLIP TYPE EXPANSION JOINTS

A. Expansion joints for steam cleaned piping: 1. Manufacturers: One of the following or equal:

a. BTR, Inc./Smith-Blair, Inc., Number 612 with slip pipe and without limit rods.

b. Dresser Industries, Inc., Style 63, Type 2.

Not to be used for bidding purposes!

Page 194: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15120-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15120 (Bid Set)

2. Line and coat slip pipe and interior of body with fusion-bonded epoxy of minimum 0.012-inch thickness.

3. Packing: Suitable for temperatures greater than 212 degrees Fahrenheit.

B. PVC expansion joints: 1. Flexible bellows type with equalizing rings. 2. Manufacturers: One of the following or equal:

a. Flo Control, Flo-Span. b. Chemtrol.

3. Materials: PVC with EPDM O-ring. 4. Design:

a. 150 pound per square inch pressure rating. b. Double O-ring seal. c. Axial travel: Not less than 1.5 inches. d. Ends: 150 pound ASME flanges, or plain end suitable for solvent welding

connections.

2.05 RUBBER EXPANSION JOINTS

A. Manufacturers: One of the following or equal: 1. Mercer Rubber Company, Style 500 or 700. 2. Red Valve Company, Inc., Type J-1.

B. Provide rubber expansion joints complete with control units and split retaining rings.

C. Design: 1. Material: Neoprene rubber, reinforced with embedded steel rings, and a strong

synthetic fabric. 2. Expansion rings, suitable for pressures of at least 125 pounds per square inch

gauge, except as follows: a. Expansion joints in pump suction piping and where indicated on the

Drawings suitable for minimum 90 pounds per square inch gauge pressure, and minimum 30 inches mercury vacuum.

b. Split retaining rings, galvanized. c. Ends of expansion joints, 150 pound ASME flanges with drilling to match

that of the piping.

D. Rubber expansion joints for blowers: Butyl type rubber formulated for service application and for maximum temperature of 250 degrees Fahrenheit, suitable for minimum 40 pounds per square inch gauge pressure, and minimum 15 inches mercury vacuum.

2.06 BALL-TYPE FLEXIBLE JOINT PIPE

A. Manufacturers: The following or equal: 1. U.S. Pipe, USIFLEX Pipe.

B. Design working pressure: 250 pounds per square inch.

C. Minimum joint deflection: 15 degrees from centerline.

D. The ball is machined and the plain end of the pipe and the bell are threaded.

Not to be used for bidding purposes!

Page 195: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15120-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15120 (Bid Set)

E. Critical surfaces of the socket and the retainer ring are accurately machined.

F. The retained ring is then slipped over the barrel of the pipe and the bell is screwed in.

G. 4-inch to 36-inch pipe: 1. Standard wall ductile iron. 2. Centrifugally cast ductile iron meeting requirements in accordance with AWWA

C151. 3. Separately cast ductile iron bell in accordance with the requirements of

ASTM A536, Grade 70-50-05. 4. High strength, corrosion resistant, alloyed steel retainer ring in accordance

with ASTM A148, Grade 90-60. 5. Outside diameter:

a. 4-inch to 12-inch pipe: Outside diameter corresponding with former C-D classes.

b. 14-inch to 36-inch pipe: Standard outside diameter with a reinforcing shoulder behind the ball.

6. Nominal laying lengths: a. 4-inch to 18-inch pipe: 18 feet-6 inches. b. 20-inch to 36-inch pipe: 18 feet-9 inches.

H. 42-inch to 48-inch pipe: 1. Centrifugally cast barrel, statically cast ball, bell, and retainer ring.

a. Ductile iron barrel in accordance with AWWA C151. b. Separately cast ductile iron ball, bell, and retainer ring in accordance with

the requirements of AWWA C110. 2. Nominal laying length:

a. 42-inch pipe: 22 feet. b. 48-inch pipe: 22 feet 3 inches.

2.07 PIPE COUPLINGS FOR STAINLESS STEEL PIPING

A. Flexible hose: 1. General:

a. Type: Flexible stainless steel hose. 1) Unbraided for pressures up to 150 pounds per square inch. 2) Single braided for pressures up to 225 pounds per square inch. 3) Double braided for pressures up to 360 pounds per square inch.

b. End connections: Flanged, or as needed to comply with the specified type of joint: 1) Sizes 2 1/2-inches and smaller may have threaded nipples. 2) Sizes 2-inches through 12-inches may have grooved ends.

2. Design: a. Open pitch spacing of corrugation. b. 1 fixed and 1 floating raised face flanged end connection. c.

3. Materials: a. Hose: Type 316 stainless steel. b. Flanges: Carbon steel.

Not to be used for bidding purposes!

Page 196: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15120-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15120 (Bid Set)

2.08 VIBRATION CONTROL JOINTS

A. Manufacturers: 1. Braided bronze flexible vibration joints 2 inches and less in size: One of the

following or equal: a. Senior Flexonics Canada, Inc., Type BRC bronze connectors. b. Flex-Weld, Inc., Keflex, Type KFCB.

2. Flexible vibration joints larger than 2 inches: One of the following or equal: a. Senior Flexonics Canada, Inc., Type TCS. b. Flex-Weld, Inc., Keflex, Series 151-TR-1215.

3. Corrugated stainless steel with stainless steel braid flexible vibration joints: One of the following or equal: a. Senior Flexonics Canada, Inc., Type BSFS stainless steel connectors. b. Flex-Weld, Inc., Keflex, Type USFNSS-31.

B. Design: 1. Flexible vibration joints 2 inches and smaller: Braided bronze, suitable for

pressures of not less than 250 pounds per square inch gauge. 2. Flexible vibration joints larger than 2 inches: Flexible bellows type, suitable for

pressures of not less than 150 pounds per square inch gauge, at 70 degrees Fahrenheit, except as follows: a. Provide vibration joints in piping subject to test pressures higher than

150 pounds per square inch gauge, suitable for such higher pressures. b. Bellows: Stainless steel, equipped with a stainless steel liner. c. Ends: ASME Class 150 flanges.

3. Vibration joints in high-pressure air piping and in digester gas piping: Corrugated Type 316 stainless steel with stainless steel braid, suitable for pressures of not less than 150 pounds per square inch gauge. a. Ends: ASME Class 150 flanges.

C. Protection: Protect vibration absorbers against end loading and torsional stresses by anchoring attached piping.

2.09 TRANSITION FITTINGS

A. Manufacturers: One of the following or equal: 1. Spears.

B. Materials: 1. Slip socket: Schedule 80 PVC. 2. Collar: Type 316 stainless steel. 3. Threaded insert: Type 316 stainless steel.

2.10 PIPE SADDLES

A. Manufacturers: One of the following or equal: 1. BTR Inc./Smith-Blair, Inc., Style 317. 2. Romac Industries, Inc., Style 202S.

B. Materials: 1. Pipe saddles: Ductile iron. 2. Straps, bolts, and nuts: Type 304 stainless steel with Teflon coating on nuts. 3. Gaskets: Neoprene

Not to be used for bidding purposes!

Page 197: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15120-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15120 (Bid Set)

2.11 TAPPING SLEEVES

A. Manufacturers: One of the following or equal: 1. BTR, Inc./Smith-Blair, Inc., Style 622. 2. Romac Industries, Inc., Style FTS 420.

B. Materials: 1. Tapping sleeves: Steel construction. 2. Bolts and nuts: Type 304 stainless steel. 3. Nuts: Teflon coated. 4. Gaskets: Rubber. 5. Size of tapped boss: As indicated on the Drawings.

2.12 SIGHT GLASSES

A. Assembly: Body casting with ASME standard adapter flanges, borosilicate Pyrex glass section, cleaning assembly with scalloped neoprene wipers, operating rod and handle, packing gland with packing and suitable adapter, and cock with solvent hand pump.

B. Suitable for a minimum pressure of 30 pounds per square inch gauge.

C. Manufacturers: One of the following or equal: 1. EIMCO Process Machinery Division of Envirotech Corporation. 2. Ernst, Type K2 or K3 Cleanable Sight Glass.

2.13 SPRAY NOZZLES

A. Design: 1. Operating pressure 10 pounds per square inch gauge, at which pressure each

nozzle discharges not less than 3.5 gallons per minute, nor more than 5.0 gallons per minute. a. Spray: Flat, heavy sheet, fan with uniform distribution. b. Fan width at the water surface not less than 6.5 feet at 10 pounds per

square inch gauge. c. Spray deflection with a replaceable deflector insert free to rotate away

from the orifice opening and mechanically locked in place and counterweighted.

2. Spray nozzles structurally suitable for pressure up to 200 pounds per square inch gauge.

3. Nozzles, easy flush type.

B. Materials: 1. Spray nozzles: Leaded bronze. 2. Nozzles provided with 1/4 inch national pipe thread, and the orifice diameter

not less than 1/4 inch. 3. Replaceable spray deflector: Neoprene rubber.

Not to be used for bidding purposes!

Page 198: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15120-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15120 (Bid Set)

2.14 WASHDOWN MONITORS

A. Monitor: 1. Design for a minimum water stream reach of 140 feet when operated at a

design rating of 300 gallons per minute at 100 pounds per square inch line pressure.

2. The horizontal rotation shall be 180 degrees, the vertical swivel shall be 90 degrees up from horizontal to 45 degrees down from horizontal plane.

3. 2-1/2-inch discharge. 4. Fabricated from Schedule 40 heavy wall seamless pipe. Pressure tested to a

minimum 300 pounds per square inch for 5 minutes. 5. Horizontal and vertical motion shall be accomplished by a single tiller bar

handle with PVC grip. 6. Horizontal and vertical joints shall be capable of being locked at any position. 7. Swivel joints shall be double sealed and contain 2 rows of Type 304 stainless

steel ball bearings. a. The seal shall be Buna-N cup steel type. b. Provisions shall be made for external lubrication of the swivels through

zerk fittings. 8. The base assembly shall be welded 4-inch 150 pound flange. 9. Redial forces shall be completely balanced through a single sweeping water

way. No division and remating of the waterway shall be allowed. 10. Mount to facilitate ease of operation from the adjacent sidewalk for wash-down

of the basin. Orientation shall be subject to Engineers approval. 11. The finish shall be fusion bonded dry powder epoxy for interior and exterior;

“Fusecoat” or equal.

B. Nozzle: 1. Straight stream tapered nozzle. 2. Molded from rigid Polyurethane. 3. Designed for a burst pressure of 800 pounds per square inch. 4. Inlet: 2-1/2 inch threaded NH metal insert. 5. Outlet: Stainless steel orifice insert available in various diametrical increments. 6. The nozzle shall incorporate straightening vanes to prevent breakup of the

water stream within the reach required.

C. Manufacturers: One of the following or equal: 1. Stang Industrial Products, Huntington Beach CA 2. Akron Brass, equivalent model.

2.15 SHIPPING

A. As specified in Section 01600.

PART 3 EXECUTION

3.01 GENERAL

A. As specified in Section 01600.

B. Drawings supersede conflicts with this Section.

Not to be used for bidding purposes!

Page 199: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15120-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15120 (Bid Set)

C. Bellows type expansion joints and vibration control joints: 1. Protect joints against damage during pressure test.

3.02 INSTALLATION

A. Expansion control joints: 1. Install bellows type expansion control joints at piping connections to

mechanical equipment to prevent damaging stresses due to normal expansion and contraction with temperature changes in piping and connected equipment.

2. Install bellows type expansion joints so as to allow 2-1/4 inch expansion per 100 linear feet of piping.

3. Install expansion joints adjacent to an anchor, and provide 1 concentric guide on piping within 12 pipe diameters, but not more than 5 feet, from the end of the joint opposite the anchor. a. Locate a similar guide approximately 30 diameters but not more than

10 feet from the first. 4. For expansion joints not installed adjacent to an anchor provide 2 concentric

guides similarly located at each end of the joint. 5. Provide control rods and additional guides where indicated on the Drawings,

but at no greater intervals than recommended by the joint manufacturer in published instructions.

6. Space intermediate supports a minimum of 10 feet, and tack weld the protective saddles to the pipe.

B. Expansion joints for steam cleaned piping: 1. Install no less than 1 expansion joint in a run of steam cleaned piping which

exceeds 20 feet in length. a. Do not exceed 200 feet in spacing of expansion joints.

2. Install expansion joints in steam cleaned piping between anchors.

C. Bellows type expansion joints for steam and hot water: 1. Install not less than 1 expansion joint in a run of steam or hot water piping

which exceeds 20 feet in length. a. Do not exceed 150 feet spacing of expansion for steam piping and

200 feet for hot water piping. 2. Where possible, install expansion joints adjacent to an anchor; provide piping

with 2 concentric guides, the first being within 2 feet of the end of the joint opposite the anchor.

3. At expansion joints not installed adjacent to an anchor, provide 2 concentric guides on piping within 2 feet off both ends of the expansion joint.

4. Lock expansion joint against movement until pressure test is completed.

D. Vibration control joints: 1. Install vibration control joints at piping connections to or from mechanical

equipment to prevent transmitting equipment vibration through the piping system.

E. Transition couplings: 1. Application:

a. Use transition couplings with function and design similar to flexible couplings and flanged coupling adapters for connecting piping having different outside diameters.

Not to be used for bidding purposes!

Page 200: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15120-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15120 (Bid Set)

2. Install transition-coupling products specifically designed and manufactured for that application.

F. Pipe saddles: 1. Coat threads on bolts with anti-gall coating prior to installation.

G. Tapping sleeves: 1. Verify existing pipe material and outer diameter prior to ordering materials. 2. Coat threads on bolts with anti-gall coating prior to installation.

H. Surge cushions: 1. Provide surge cushions to dampen shock pressure surges due to power loss,

fast closing valves, or other events that produce water hammer. 2. Install gate valve between surge cushion and piping.

I. Spray nozzles: 1. Install spray nozzles so that elevation of the nozzles is 18 inches above the

water surface.

3.03 COMMISSIONING

A. As specified in Section 01756 and this Section.

B. Manufacturer services: 1. Required only for:

a. Transition couplings. b. Tapping sleeves for large diameter pipe.

2. Provide Manufacturer’s Certificate of Installation and Functionality Compliance.

3. Provide Manufacturer’s Representative Onsite: a. Installation: 1 trip / 1 day each:

1) Installation consultation and advice. 2) Installation inspection.

C. Field testing: 1. As specified in Section 15052. 2. Protect bellows type expansion joints and vibration control joints.

END OF SECTION

Not to be used for bidding purposes!

Page 201: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15121-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15121 (Bid Set)

SECTION 15121

PIPE COUPLINGS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Pipe couplings for ductile iron piping. 2. Pipe couplings for carbon steel piping. 3. Pipe couplings for stainless steel piping.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01600 - Product Requirements. 3. Section 01756 - Commissioning. 4. Section 01783 - Warranties and Bonds. 5. Section 09960 - High-Performance Coatings. 6. Section 15052 - Common Work Results for General Piping.

1.02 REFERENCES

A. American National Standards Institute (ANSI).

B. American Society of Mechanical Engineers (ASME): 1. B31.1 - Power Piping. 2. B31.9 - Building Services Piping.

C. American Water Works Association (AWWA): 1. C111 - Standard for Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and

Fittings. 2. C207 - Standard for Steel Pipe Flanges for Waterworks Service - Sizes 4 In.

Through 144 In. 3. C606 – Standard for Grooved and Shouldered Joints.

D. ASTM International (ASTM): 1. A36 - Standard Specification for Carbon Structural Steel. 2. A53 - Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-

Coated, Welded and Seamless. 3. A193 - Standard Specification for Alloy Steel and Stainless Steel Bolting

Materials for High Temperature or High Pressure Service and Other Special Purpose Applications.

4. A351 - Standard Specification for Castings, Austenitic, for Pressure-Containing Parts.

5. A449 - Standard Specification for Hex Cap Screws, Bolts and Studs, Steel, Heat Treated, 120/105/9 ksi Minimum Tensile Strength, General Use.

6. A536 - Standard Specification for Ductile Iron Castings. 7. A576 - Standard Specification for Steel Bars, Carbon, Hot-Wrought, Special

Quality.

Not to be used for bidding purposes!

Page 202: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15121-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15121 (Bid Set)

8. D2000 - Standard Classification System for Rubber Products in Automotive Applications.

9. F593 - Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs.

E. NSF International (NSF). 1. 61 - Drinking Water System Components - Health Effects. 2. 372 - Drinking Water System Components - Lead Content.

1.03 SUBMITTALS

A. Submit as specified in Section 01330.

B. Product data: 1. For each product in this Section as applicable:

a. Design features. b. Load capacities. c. Material designations by UNS alloy number or ASTM Specification and

Grade. d. Data needed to verify compliance with the Specifications. e. Catalog data. f. Clearly mark submittal information to show specific items, materials, and

accessories or options being furnished.

C. Calculations. 1. Provide calculations in accordance with NSF 372 for materials in contact with

drinking water.

1.04 WARRANTY

A. Provide warranty as specified in Section 01783.

PART 2 PRODUCTS

2.01 GENERAL

A. As specified in Section 01600: 1. Materials in contact with drinking waters: In accordance with NSF 61 and

NSF 372.

B. Known acceptable manufacturers are listed by specific products.

C. Provide references as specified in this Section by specific product.

D. Manufacturer’s representatives requirements as specified in Section 01756 and this Section by specific product.

E. Gaskets for flexible couplings and flanged coupling adapters: 1. Provide gasket materials for piping applications as follows:

a. Low-pressure and high-pressure air, steam, hot water: EPDM. b. All other piping applications: Neoprene rubber or Buna-N.

Not to be used for bidding purposes!

Page 203: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15121-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15121 (Bid Set)

F. Exterior coatings for underground and submerged applications: 1. Manufacturers: One of the following or equal:

a. Tapecoat Company, Inc., T.C. Mastic. b. Kop-Coat Company, Inc., Bitumastic Number 50.

2. Thickness: Minimum 0.040 inch.

2.02 PIPE COUPLINGS FOR DUCTILE IRON PIPING

A. Dismantling joints: 1. Manufacturers: One of the following or equal:

a. Romac Industries, Inc., Style DJ400. b. Smith-Blair, Inc., Series 975.

2. Materials: a. Flanged spool: AWWA C207 steel pipe:

1) ASTM A53 for sizes 3 inches to 12 inches. 2) ASTM A36 for sizes 14 inches to 72 inches.

b. End ring and body: 1) For sizes 3 inches to 12 inches, ductile iron in accordance with

ASTM A536. 2) For sizes 14 inches to 72 inches, steel in accordance with ASTM A36

or A53. c. Follower ring: Ductile iron in accordance with ASTM A536. d. Bolts and hex nuts:

1) Aboveground: High strength, low alloy steel in accordance with AWWA C111.

2) Buried and underwater: Type 316 stainless steel bolts in accordance with ASTM F593.

e. Tie rods: High tensile steel in accordance with ASTM A193 Grade B7. 3. Flange design: Class D steel ring flange in accordance with AWWA C207,

compatible with ANSI Class 125 and 150 bolt circles. 4. Coating and lining: Manufacturer’s standard fusion bonded epoxy, NSF 61

certified.

B. Flanged coupling adapters: 12-inch size and smaller: 1. Manufacturers: One of the following or equal:

a. Dresser, Inc., Style 227. b. Romac Industries, Inc., Style FCA501. c. Smith-Blair, Inc., Series 912.

2. Materials: a. Flanged body: Ductile iron in accordance with ASTM A536. b. Follower ring: Ductile iron in accordance with ASTM A536. c. Bolts and hex nuts:

1) Aboveground: High strength, low alloy steel in accordance with AWWA C111.

2) Buried and underwater: Type 316 stainless steel bolts in accordance with ASTM F593.

3. Flange design: Class D steel ring flange in accordance with AWWA C207 compatible with ANSI Class 125 and 150 bolt circles.

4. Coating and lining: Manufacturer’s standard fusion bonded epoxy, NSF 61 certified.

Not to be used for bidding purposes!

Page 204: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15121-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15121 (Bid Set)

C. Flanged coupling adapters: Greater than 12-inch size: 1. Manufacturers: One of the following or equal:

a. Dresser, Inc., Style 128-W. b. Romac Industries, Inc., Style FC400. c. Smith-Blair, Inc., Series 913.

2. Materials: a. Flange and flanged body: Ductile iron or low carbon steel having a

minimum yield strength of 30,000 pounds per square inch. b. Follower ring: Low carbon steel having a minimum yield strength of

30,000 pounds per square inch. c. Bolts and hex nuts:

1) Aboveground: High strength, low alloy steel in accordance with AWWA C111.

2) Buried and underwater: Type 316 stainless steel bolts in accordance with ASTM F593.

3. Flange design: Class D steel ring flange in accordance with AWWA C207 compatible with ANSI Class 125 and 150 bolt circles.

4. Coating and lining: Manufacturer’s standard fusion bonded epoxy, NSF 61 certified.

D. Flexible couplings: 1. Manufacturers: One of the following or equal:

a. Dresser, Inc., Style 253. b. Romac Industries, Inc., Style 501. c. Smith-Blair, Inc., Series 441.

2. Materials: a. Center rings: Ductile iron in accordance with ASTM A536. b. Follower rings: Ductile iron in accordance with ASTM A536. c. Bolts and hex nuts:

1) Aboveground: High strength, low alloy steel in accordance with AWWA C111.

2) Buried and underwater: Type 316 stainless steel in accordance with ASTM F593.

3. Coating and lining: Manufacturer’s standard fusion bonded epoxy, NSF 61 certified.

4. Center sleeve dimensions: Provide center sleeves with lengths in accordance with following table:

Nominal Pipe Size Sleeve Length 3 inch and smaller Manufacturer’s standard

4 inch through 8 inch 7 inches

10 inch through 14 inch 12 inches

Greater than 16 inch Use steel flexible coupling per Pipe Couplings for Steel Piping

E. Restrained flange coupling adapter: 1. Manufacturers: One of the following or equal:

a. Romac Industries, Inc., Style RFCA. b. Star Pipe Products, 3200 StarFlange.

Not to be used for bidding purposes!

Page 205: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15121-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15121 (Bid Set)

2. Materials: a. Flange and flanged body: Ductile iron in accordance with ASTM A536. b. Follower ring: Lug type restraint system.

1) Follower ring: Ductile iron in accordance with ASTM A536. 2) Restraining lugs: Ductile iron in accordance with ASTM A536.

a) Designed to contact the pipe and apply forces evenly. 3) Restraining bolts:

a) Ductile iron in accordance with ASTM A536. b) Bolt heads shall be designed to twist off when the proper torque

has been applied. c. Bolts and hex nuts:

1) Aboveground: High strength, low alloy steel in accordance with AWWA C111.

2) Buried and underwater: Type 316 stainless steel bolts in accordance with ASTM F593.

3. Flange design: Class D steel ring flange in accordance with AWWA C207 compatible with ANSI Class 125 and 150 bolt circles.

4. Coating and lining: Manufacturer’s standard fusion bonded epoxy, NSF 61 certified.

5. Angular deflection: Restrained flange coupling adapter must allow angular deflection after assembly.

F. Grooved joint couplings: 1. Manufacturers:

a. Victaulic Company, Series 31 or equal. 2. Materials:

a. Housings: Ductile iron in accordance with ASTM A536. b. Gasket:

1) FlushSeal® type, or equal. Elastomer in accordance with ASTM D2000.

2) Neoprene or BUNA-N. c. Bolts and nuts: Electroplated steel in accordance with ASTM A449. d. Coating: As specified in Section 09960.

3. For use with rigid or flexible radius grooved components in accordance with AWWA C606.

4. For connection to IPS steel pipe sizes, Victaulic Style 307.

PART 3 EXECUTION

3.01 INSTALLATION

A. In underground and underwater installations, coat the exterior of coupling with a protective coating in accordance with manufacturer's instructions.

B. Joints and flexible connections shall be installed centered with no angular deflection unless otherwise indicated on the Drawings.

C. Flexible couplings and flange coupling adapters: Install with gap between pipe ends in accordance with the following table unless a greater gap is indicated on the Drawings. Maximum gap tolerance shall be within 1/8 inch. 1. Install flexible coupling with pipe gap located in middle of center sleeve.

Not to be used for bidding purposes!

Page 206: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15121-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15121 (Bid Set)

2. Install flanged coupling adapter with end of plain end pipe in middle of flanged coupling body.

Center Ring Length Gap Dimension and Tolerance 4 inch through 6 inch 3/8 inch

7 inch 5/8 inch

10 inch and greater 7/8 inch

D. Provide harnesses (tie-downs) for flexible couplings unless otherwise indicated on the Drawings with a written note. 1. Design harnesses (tie-downs) for the test pressures as specified in the Piping

Schedule in Section 15052.

E. Grooved joint couplings: 1. Grooved ends: Clean and free from indentations, projections, and roll marks in

the area from pipe end to groove. 2. Gaskets: Elastomer grade suitable for the intended service, and molded and

produced by the coupling manufacturer.

F. Bolted, split-sleeve couplings: 1. Inspect each coupling to insure that there are no damaged portions of the

coupling. a. Pay particular attention to the sealing pad/sealing plate area. b. Before installation, thoroughly clean each coupling of any foreign

substance which may have collected thereon and shall be kept clean at all time.

2. Wrenches: a. Conform to manufacturer instructions. b. Bolts and studs shall be tightened so as to secure a uniform gasket

compression between the coupling and the body of the pipe with all bolts or studs tightened approximately the same amount.

c. Final tightening shall be done by hand (no air impact wrenches) and is complete when the coupling is in uniform contact with the outside surface of the pipe all around the circumference of the pipe.

3. No joint shall be misfit in any plane. 4. On the fixed ends of bolted, split-sleeve couplings, the shoulders shall bear on

the restraint rings all around with no visible gap. 5. Ends of piping where coupler are installed shall be smooth and free of defects.

a. Remove weld splatter and grind smooth. b. Grind pipe seam welds flush with pipe wall and smooth.

END OF SECTION

Not to be used for bidding purposes!

Page 207: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15211-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15211 (Bid Set)

SECTION 15211

DUCTILE IRON PIPE: AWWA C151

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Ductile iron pipe, joints, fittings, gaskets, and pipe linings and coatings.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 02318 - Trenching. 3. Section 09960 - High-Performance Coatings. 4. Section 15052 - Common Work Results for General Process Piping. 5. Section 15956 - Piping Systems Testing.

1.02 REFERENCES

A. American Society of Mechanical Engineers (ASME): 1. B16.1 - Gray Iron Pipe Flanges and Flanged Fittings: Classes 25, 125, and

250.

B. American Water Works Association (AWWA): 1. C104 - Standard for Cement-Mortar Lining for Ductile-Iron Pipe and Fittings. 2. C105 - Polyethylene Encasement for Ductile-Iron Pipe Systems. 3. C110 - Standard for Ductile-Iron and Gray-Iron Fittings. 4. C111 - Standard for Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and

Fittings. 5. C115 - Flanged Ductile Iron Pipe with Ductile-Iron or Gray-Iron Threaded

Flanges. 6. C150 - Standard for Thickness Design of Ductile-Iron Pipe. 7. C151 - Standard for Ductile-Iron Pipe, Centrifugally Cast. 8. C600 - Installation of Ductile Iron Water Mains and Their Appurtenances. 9. C606 - Standard for Grooved and Shouldered Joints.

C. American Welding Society (AWS): 1. D11.2 - Guide for Welding Iron Castings.

D. ASTM International (ASTM): 1. A47 - Standard Specifications for Ferritic Malleable Iron Castings. 2. A183 - Standard Specifications for Carbon Steel Track Bolts and Nuts. 3. A536 - Standard Specifications for Ductile Iron Castings. 4. C283 - Standard Test Methods for Resistance of Porcelain Enameled Utensils

to Boiling Acid. 5. D792 - Standard Test Methods for Density and Specific Gravity (Relative

Density) of Plastics by Displacement.

E. Ductile Iron Pipe Research Association (DIPRA): 1. Thrust Restraint Design Manual.

Not to be used for bidding purposes!

Page 208: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15211-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15211 (Bid Set)

F. NACE International (NACE): 1. SP0188 - Discontinuity (Holiday) Testing of New Protective Coatings on

Conductive Substrates.

G. National Association of Pipe Fabricators, Inc. (NAPF): 1. 500-03 - Surface Preparation Standard for Ductile Iron Pipe and Fittings in

Exposed Locations Receiving Special External Coatings and/or Special Internal Linings.

H. Society for Protective Coatings (SSPC): 1. PA-2 - Measurement of Dry Coating Thickness With Magnetic Gages.

1.03 SYSTEM DESCRIPTION

A. Thrust restraint system design: 1. Design restrained joint thrust restraint system. 2. Determine the length of pipe that must be restrained on each side of the focus

of a thrust load in accordance with the procedures and criteria established by the DIPRA Thrust Restraint Design Manual as specified in Piping Schedule in Section 15052 and the following additional criteria: a. Design pressure: Test pressure. b. Laying condition: Type 2 in accordance with AWWA C150. c. Soil designation: Silt 1 as defined by DIPRA. d. Unit friction resistance: Based upon polyethylene encasement of pipe. e. Safety factor: 1.5 (for thrust restraint calculations only).

1.04 SUBMITTALS

A. Submit as specified in Section 01330.

B. Product data: As specified in Section 15052.

C. Shop drawings: 1. Detailed layout drawings showing alignment of pipes, location of valves,

fittings, and appurtenances, types of joints, and connections to pipelines or structures.

2. Thrust restraint systems layouts. 3. Photographs, drawings, and descriptions of fittings, gaskets, couplings,

grooving of pipe and fittings, pipe linings, and coatings.

D. Calculations: 1. Calculations for thrust restraint system design.

E. Provide manufacturer’s test reports: 1. On glass lining certifying successful performance of holiday detection tests.

a. This documentation shall identify each piece by mark designation, and show the actual test results during the final inspection by the manufacturer prior to shipment.

b. Acceptance criteria for glass lining shall be as specified under Field Quality Control.

2. On glass-lined pipe certifying compliance with specified material requirements for glass-lining.

3. Include Coating Manufacturer’s Technical Representative’s reports.

Not to be used for bidding purposes!

Page 209: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15211-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15211 (Bid Set)

4. At the request of the Engineer, perform a maximum of 2 jobsite test verifications on 12 randomly selected segments per test verification.

1.05 QUALITY ASSURANCE

A. Pre-installation meeting: 1. Arrange for Coating Manufacturer’s Technical Representative to attend

preconstruction conferences, and to make periodic visits to factory or shop to inspect surface preparation of pipe, fittings, and accessories; and to inspect application of linings to interior and coatings to exterior of pipe, fittings, and accessories.

1.06 DELIVERY, STORAGE, AND HANDLING

A. Block piping and associated fittings for shipment to prevent damage to coatings and linings.

B. Carefully handle piping and associated fittings during loading, unloading, and installation: 1. Do not drop piping material from cars or trucks. 2. Lower piping by mechanical means. 3. Do not drop or pound pipe to fit grade.

C. Glass lined pipe and fittings must be handled only from the outside: 1. No forks, chains, straps, hooks, or other lifting device shall be placed inside

the pipe or fittings for lifting, positioning, or laying.

D. Protect gaskets and polyethylene encasement from long-term exposure to sunlight.

E. Store piping, fittings, and other accessories such that they do not accumulate and hold rainwater, dirt, and debris.

PART 2 PRODUCTS

2.01 MANUFACTURED UNITS

A. Ductile iron piping: 1. Manufacturers meeting qualifications as specified in this Section. 2. Typical type:

a. In accordance with AWWA C150 and AWWA C151. b. Pressure class or special thickness class as indicated in the Piping

Schedule provided in Section 15052. c. Manufactured from greater than 90 percent recycled material.

3. Type with screw-on flanges: a. In accordance with AWWA C115 with minimum special thickness

Class 53 wall thickness as required for screw-on flanges. b. Special thickness class as indicated in the Piping Schedule as specified in

Section 15052. c. Manufactured from greater than 90 percent recycled material.

4. Type with grooved couplings: a. Special thickness class as indicated in the Piping Schedule as specified in

Section 15052.

Not to be used for bidding purposes!

Page 210: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15211-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15211 (Bid Set)

b. Manufactured from greater than 90 percent recycled material.

B. Joints: 1. Flanged joints:

a. Screw-on flanges: Comply with the diameter, thickness, drilling, and other characteristics in accordance with ASME B16.1. In addition, comply with the following requirements: 1) Ductile iron. 2) Long hub, threaded, and specially designed for ductile iron pipe. 3) After attaching to pipe, machine flange face to make pipe end and

flange even and perpendicular to the axis of the pipe. b. Bolt holes on flanges: 2-holed and aligned at both ends of pipe. c. Cap screw or stud bolt holes: Tapped. d. Bolts and nuts: As specified in Section 15052. e. Gaskets: Standard styrene butadiene copolymer (SBR) unless specified

otherwise in Section 15052. 2. Grooved joints: In accordance with AWWA C606, as complemented and

modified below, radius-cut type, with following components: a. Couplings: Rigid type, cast from ductile iron in accordance with

ASTM A536, Grade 65-45-12, or malleable iron in accordance with ASTM A47, Grade 32510.

b. Bolts and nuts: In accordance with ASTM A183, Grade 2. c. Gaskets: Capable of being applied on surface of piping with cavities to

provide for an improved seal with the internal piping pressure. Material to be used for following services: 1) For liquid service: NBR.

d. Fittings: In accordance with AWWA C606, rigid radius-cut groove: 1) Center-to-center dimensions: In accordance with AWWA C110. 2) Wall thickness and other characteristics: In accordance with

AWWA C606. e. Flanged unit connections: Flanged to grooved joint adapters or a long

enough spool with one end flanged and the other end grooved to prevent interference with the operation of adjacent valves, pumps, or other items.

3. Mechanical joints: In accordance with AWWA C111. 4. Push-on rubber gasket joints: In accordance with AWWA C111. 5. Integrally restrained mechanical joints:

a. Application: 1) Where designation Mech Rest. 2) Mechanical joint is specified in the Piping Schedule provided in

Section 15052, supply a restrained mechanical joint piping system, which includes restrained mechanical joints where necessary based upon thrust calculations.

3) Standard mechanical joints as specified above can be used where thrust calculations demonstrate restraint is not required.

b. Design: 1) Integral retainer weldment type or lugged type joint with Type 304

stainless steel rods and nuts. 2) Restrained mechanical joints of the configuration which utilizes a

gripping or friction force for restraint will not be acceptable. c. Manufacturers: Where restrained mechanical joints are required, use one

of the following or equal: 1) American Cast Iron Pipe Company, MJ Coupled Joint.

Not to be used for bidding purposes!

Page 211: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15211-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15211 (Bid Set)

2) Pacific States Cast Iron Pipe Company, Lock Mechanical Joint. 3) U.S. Pipe, Bolt-Lok. 4) U.S. Pipe, Mech-Lok.

6. Integrally restrained push-on joints: a. Application:

1) Where designation restrained push-on is specified in the Piping Schedule provided in Section 15052, supply a restrained push-on joint piping system, which includes restrained push-on joints where necessary based upon thrust calculations.

2) Standard push-on rubber gasket joints as specified above can be used where thrust calculations demonstrate restraint is not required.

b. Design: 1) Restrained push-on joints of the configuration which utilizes a

gripping or friction force for restraint will not be acceptable. 2) Suitable for the following working pressures:

a) For 4- through 24-inch pipe: 350 pounds per square inch gauge. b) For 30- through 54-inch pipe: 250 pounds per square inch

gauge. c. Manufacturers: One of the following or equal:

1) U.S. Pipe, TR Flex. 2) McWane Ductile, TR Flex. 3) American Cast Iron Pipe Company, Flex Ring or Lok-Ring.

d. Limit buried joints to half the manufacturer’s published allowable angular joint deflection for purposes of pipeline alignment and elimination of fittings.

C. Fittings: 1. Ductile iron in accordance with AWWA C110. 2. Joint type: Same as that of the associated piping as specified in

Section 15052. 3. Plain end-to-flanged joint connectors using setscrews are not acceptable.

D. Pipe linings: 1. Cement-mortar lining:

a. In accordance with AWWA C104, apply cement-mortar on clean bare metal surfaces. Extend to faces of flanges, ends of spigots, and shoulders of hubs.

b. Minimum lining thickness: Standard in accordance with AWWA C104. c. Type of cement: Type II

2. Asphaltic seal coat: a. Apply over cement mortar linings and to outside surface of pipes that will

not receive another coating. Apply in accordance with AWWA C151. 3. Elastomeric polyurethane (100 percent solids) lining:

a. As specified in Section 09960. 4. Ceramic epoxy lining:

a. Manufacturers: One of the following or equal: 1) PROTECTO 401. 2) SP-2000W.

b. Material: Amine cured Novolac epoxy containing at least 20 percent by volume of ceramic quartz pigment.

c. Minimum dry film thickness (DFT): 40 mills.

Not to be used for bidding purposes!

Page 212: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15211-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15211 (Bid Set)

d. Application: 1) The lining shall only be applied by a manufacturer-authorized

representative with no less than 5 years of experience in applying the specified material.

2) The application of the lining shall be preformed in accordance with manufacturer’s published specifications.

3) Pipe and fittings shall be delivered to application facility with no interior lining.

4) Interior of pipe shall be abrasive blasted per manufacturer’s specifications.

e. Coverage: 1) Gasket and spigot ends-on joints: Provide 6 mils minimum and

10 mils maximum coverage using joint compound as specified by the manufacturer for the gasket area and spigot ends.

2) Mechanical joints: Extend lining from spigot end to edge of gauging ring.

3) Number of coats: As recommended by the lining manufacturer. f. Source quality control:

1) Test pipe and fitting lining with a magnetic film thickness gauge. Perform testing in accordance with the method outlined in SSPC PA-2 Film Thickness Rating.

2) Test lining integrity of pipes using a holiday detection testing instrument set at the voltage as specified by the coating manufacturer: a) Repair all holidays with joint compound in accordance with the

recommendations of the coating manufacturer, and re-test. 3) Discard piping or reline piping when pinholes or discontinuities are

found. 5. Glass lining:

a. Manufacturers: One of the following or equal: 1) Water Works Manufacturing, Ferrock MEH-32 Lining. 2) Vitco Corporation, SG-14 Lining.

b. Material: Special glasses and inorganic materials suited for lining of sewage, sludge, and scum piping with the following characteristics: 1) Thickness: 0.008 to 0.012 inch. 2) Hardness: 5 to 6 on the Mohs Scale. 3) Density: 2.5 to 3.0 grams per cubic centimeter, measured in

accordance with ASTM D792. 4) Thermal shock resistance: Capable of withstanding 350 degrees

Fahrenheit change from 430 degrees Fahrenheit to 80 degrees Fahrenheit without crazing, blistering, or spalling.

5) Gloss retention: Capable of retaining gloss after immersion in an 8 percent sulfuric acid solution at 148 degrees Fahrenheit for 10 minutes.

6) Weight loss: Maximum 3 milligrams per square inch when tested in accordance with ASTM C283.

c. Fabrication: 1) Use piping that is suitable for glass lining with minimum Class 53 wall

thickness after application of glass lining. 2) Machine interior of pipe. Bore or grit blast in accordance with

NAPF 500-03 prior to application of glass lining.

Not to be used for bidding purposes!

Page 213: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15211-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15211 (Bid Set)

3) Screw factory assembled flanges on pipe, align boltholes, and flange faces, unless otherwise specified.

4) Apply lining to surfaces free of chemicals. 5) Place piping in furnaces specially designed for heating piping until

glass melts and fuses with an integral molecular bond to the base metal.

2.02 POLYETHYLENE ENCASEMENT

A. General: 1. Polyethylene encasement shall be supplied by the pipe manufacturer.

B. Materials: Supply one of the following polyethylene encasements: 1. 2 layers of linear low-density polyethylene (LLDPE) film, minimum thickness of

8 mils in accordance with AWWA C105; or 2. Single layer of high-density, cross-laminated polyethylene (HDCLPE) film,

minimum thickness of 4 mils in accordance with AWWA C105. 3. Single layer of V-Bio® enhanced polyethylene encasement (3 layers of co-

extruded LLDPE film with anti-microbial additive and volatile corrosion inhibitor infused on the inside surface), meeting all requirements of AWWA C105.

PART 3 EXECUTION

3.01 INSTALLATION

A. General: 1. Install ductile iron piping in accordance with AWWA C600, modified as

specified in Section 15052. 2. For underground piping, the trenching, backfill, and compaction: As specified

in Section 02318.

B. Polyethylene encasement: 1. Wrap all buried ductile iron pipe and fittings in 2 layers of loose low density

polyethylene wrap or a single layer of high-density polyethylene wrap in accordance with AWWA C105.

2. Polyethylene encasement shall be continuous and terminated neatly at connections to below grade equipment or structures.

3. At wall penetrations, extend encasement to the wall and neatly terminate. 4. At slab penetrations, extend encasement to 2 inches below the top of slab and

neatly terminate. 5. When rising vertically in unimproved areas, extend encasement 6 inches

above existing grade and neatly terminate. 6. Repair tears and make joints with 2 layers of plastic tape. 7. All work shall be inspected prior to backfilling of pipe and associated items.

C. Joints: 1. Install types of joints as specified in the piping schedule provided in

Section 15052. 2. Mechanical joints are not acceptable in above ground applications. 3. Field closure for restrained push-on pipe:

a. Locate field closures in areas where thrust calculations demonstrate restraint is not required.

Not to be used for bidding purposes!

Page 214: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15211-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15211 (Bid Set)

4. Grooved joints: a. Install piping with grooved joints where specified in the piping schedule as

specified in Section 15052 or indicated on the Drawings. b. Assemble grooved joints in accordance with manufacturer's published

instructions. c. Support grooved-end pipe in accordance with manufacturer's published

instructions. 1) Install at least 1 support between consecutive couplings.

D. Tapping ductile iron pipe: 1. Direct tapping of ductile iron pipe may be performed but is limited to the

following conditions: a. Maximum allowable tap diameter by pipe diameter and pressure class:

Pipe Size (inches)

Pressure Class 150 200 250 300 350

Maximum Allowable Direct Tap Size (inches)

3 - - - - 3/4 4 - - - - 3/4 6 - - - - 1 8 - - - - 1

10 - - - - 1 12 - - - - 1-1/4 14 - - 1-1/4 1-1/2 1-1/2 16 - - 1-1/2 2 2 18 - - 2 2 2 20 - - 2 2 2 24 - 2 2 2 2

b. The maximum allowable tap diameter for pipelines greater than 24 inches is 2 inches.

c. Two layers of 3-mil thread sealant are required to minimize the torque required to effect a watertight connection.

2. Direct tapping of glass lined ductile iron pipe may be performed only when approved in writing by the Engineer. Direct tapping of glass lined pipe shall be performed in accordance with the above conditions for tapping ductile iron pipe in addition to the following conditions: a. Drilling and tapping shall be performed using a hole saw.

1) Use of a large drill bit is not acceptable. b. As the hole saw approaches the glass lining, lessen the inward pressure

to avoid excess chipping or cracking of the lining. c. Minor chipping or spalling of the glass lining shall be repaired using an

epoxy resin “glass repair kit” provided by the fabricator. 1) Manufacturers: One of the following or equal:

a) Devoe - Devran 224 HS. b) Sherwin-Williams Co. – Sher-Tile High Solids Epoxy.

Not to be used for bidding purposes!

Page 215: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15211-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15211 (Bid Set)

2) Repair kit use is only allowed for areas of damage less than 1/2 inch in diameter. a) Larger areas of damage will require replacement.

3) Surface shall be prepared and repair kit shall be applied in accordance with manufacturer and/or fabricator’s instructions.

3.02 FIELD QUALITY CONTROL

A. Testing ductile iron piping: 1. Test as specified in Section 15052 and Section 15956. 2. Do not test sections longer than 1/2 mile in total pipe length.

B. Repair damaged cement mortar lining to match quality, thickness, and bonding of original lining in accordance with AWWA C104. 1. When lining cannot be repaired or repairs are defective, replace defective

piping with undamaged piping.

C. Verify that interior surfaces of glass lined pipe and fittings have continuous coverage: 1. Verify with low voltage wet sponge holiday detector in accordance with

NACE SP0188. 2. Discard glass lined ductile iron piping and fittings with voids or casting

anomalies. that exceed the maximum non-visible pinholes allowances below:

Diameter Maximum Pinholes

Fittings Pipe (per 20-foot length of pipe) 4- to 8-inch 3-5 10-12

10- to 18-inch 5-8 18-20 20-inch and Larger 8-10 25-28

3. Discard lined piping and fittings found to have pinholes, crazing, or fish scales, which expose the metal substrate.

END OF SECTION

Not to be used for bidding purposes!

Page 216: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 217: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15234-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15234 (Bid Set)

SECTION 15234

POLYETHYLENE (PE) PIPE: ASTM D2513

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: ASTM D2513 polyethylene piping and fittings.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 15052 - Common Work Results for General Piping. 3. Section 15076 - Pipe Marking. 4. Section 15956 - Piping Systems Testing.

1.02 REFERENCES

A. ASTM International (ASTM): 1. D1248 - Standard Specification for Polyethylene Plastics Extrusion Materials

for Wire and Cable. 2. D2513 - Standard Specification for Polyethylene (PE) Gas Pressure Pipe,

Tubing and Fittings. 3. D2683 - Standard Specification for Socket-Type Polyethylene Fittings for

Outside Diameter-Controlled Polyethylene Pipe and Tubing. 4. D3261 - Standard Specification for Butt Heat Fusion Polyethylene (PE) Plastic

Fittings for Polyethylene (PE) Plastic Pipe and Tubing. 5. F645 - Standard Guide for Selection, Design and Installation of Thermoplastic

Water-Pressure Piping Systems.

1.03 ABBREVIATIONS

A. NPS: Nominal pipe size followed by the size designation.

B. PE: Polyethylene.

C. SDR: Standard dimension ratio; the outside diameter divided by the pipe wall thickness.

1.04 SUBMITTALS

A. Submit as specified in Section 01330.

B. Product data: As specified in Section 15052.

C. Shop drawings.

D. Calculations.

Not to be used for bidding purposes!

Page 218: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15234-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15234 (Bid Set)

1.05 DELIVERY, STORAGE, AND HANDLING

A. Protect from sunlight, scoring, and distortion.

B. Do not allow surface temperatures to exceed 120 degrees Fahrenheit.

C. Store and handle as recommended by manufacturer in published instructions.

PART 2 PRODUCTS

2.01 MATERIALS

A. Extruding and molding material: 1. Virgin material containing no scrap, regrind, or rework material except where

permitted in the referenced standards. 2. Fittings shall be same material as the pipe and of equal or greater pressure

rating.

B. Manufacturers: One of the following or equal: 1. DuPont. 2. Amsted Industries, Inc., Plexco.

C. Manufactured in accordance with ASTM D2513 using a compound in accordance with ASTM D1248, PE 2306/2406:

D. SDR: Maximum of 11.

E. Fittings: In accordance with ASTM D2683 for socked fusion joints, and ASTM D3261 for butt fusion joints.

2.02 SOURCE QUALITY CONTROL

A. Mark pipe and fittings in accordance with ASTM D2513.

PART 3 EXECUTION

3.01 INSTALLATION

A. General: 1. Install piping in accordance with ASTM F645, or manufacturer's published

instructions for installation of piping, as applicable to the particular type of piping.

2. For open cut installations, install underground warning tape as specified in Section 15076.

3. Install pipe with tracer wire as specified in Section 15076. 4. Socket fuse joints for piping equal or less than NPS 2. 5. Butt fuse joints for piping larger than NPS 2.

3.02 FIELD QUALITY CONTROL

A. Test pipe as specified in Section 15052 and Section 15956.

END OF SECTION

Not to be used for bidding purposes!

Page 219: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15245-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15245 (Bid Set)

SECTION 15245

DRAIN, WASTE, AND VENT PIPING

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Plastic drain, waste, and vent pipe and fittings.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 15052 - Common Work Results for General Piping.

1.02 REFERENCES

A. American Society of Mechanical Engineers (ASME): 1. B16.12 - Cast Iron Threaded Drainage Fittings.

B. International (ASTM): 1. B117 - Standard Practice for Operating Salt Spray (Fog) Apparatus. 2. D635 - Standard Test Method for Rate of Burning and/or Extent and Time of

Burning of Plastics in a Horizontal Position. 3. D1248 - Standard Specification for Polyethylene Plastics Extrusion Materials

for Wire and Cable. 4. D1784 - Standard Specification for Rigid Poly(Vinyl Chloride) (PVC)

Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. 5. D1785 - Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe,

Schedules 40, 80, and 120. 6. D2235 - Specification for Solvent Cement for Acrylonitrile-Butadiene-Styrene

(ABS) Plastic Pipe and Fittings. 7. D2321 - Standard Practice for Underground Installation of Thermoplastic Pipe

for Sewers and Other Gravity-Flow Applications. 8. D2412 - Standard Test Method for Determination of External Loading

Characteristics of Plastic Pipe by Parallel-Plate Loading. 9. D2466 - Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe

Fittings, Schedule 40. 10. D2467 - Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe

Fittings, Schedule 80. 11. D2564 - Standard Specification for Solvent Cements for Poly(Vinyl Chloride)

(PVC) Plastic Piping Systems. 12. D2657 - Standard Practice for Heat Fusion Joining of Polyolefin Pipe and

Fittings. 13. D2661 - Standard Specification for Acrylonitrile-Butadiene-Styrene (ABS)

Schedule 40 Plastic Drain, Waste, and Vent Pipe and Fittings. 14. D2665 - Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Drain,

Waste, and Vent Pipe and Fittings. 15. D2683 -Standard Specification for Socket-Type Polyethylene Fittings for

Outside Diameter-Controlled Polyethylene Pipe and Tubing. 16. D2843 - Standard Test Method for Density of Smoke from the Burning of

Decomposition of Plastics.

Not to be used for bidding purposes!

Page 220: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15245-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15245 (Bid Set)

17. D2863 - Standard Test Method for Measuring the Miniman Oxygen Concentration to Support Candle-Like Combustion of Plastics (Oxygen Index).

18. D2855 - Standard Practice for Making Solvent-Cemented Joints with Poly (Vinyl Chloride)(PVC) Pipe and Fittings.

19. D3035 - Standard Specification for Polyethylene (PE) Plastic Pipe (DR-Project Representative) Based on Controlled Outside Diameter.

20. D3138 - Standard Specification for Solvent Cements for Transition Joints Between Acrylonitrile-Butadiene-Styrene (ABS) and Poly(Vinyl Chloride) (PVC) Non-Pressure Piping Components.

21. D3222-Standard Specification for Unmodified Poly(Vinylidene Fluoride)(PVDF) Molding Extrusion and Coating Materials.

22. D3261 -Standard Specification for Butt Heat Fusion Polyethylene (PE) Plastic Fittings for Polyethylene (PE) Plastic Pipe and Tubing.

23. D3350 - Standard Specification for Polyethylene Plastic Pipes and Fittings Materials.

24. D3965 - Specification for Rigid Acrylonitrile-Butadiene-Styrene (ABS) Materials for Pipe and Fittings.

25. D4101 – Standard Specification for Polypropylene Injection and Extrusion Materials.

26. D6713 - Standard Specification for Extruded and Compression Molded Shapes Made from Poly(Vinylidene Fluoride) (PVDF).

27. E84 - Standard Test Method for Surface Burning Characteristics of Building. 28. F402 - 05 Standard Practice for Safe Handling of Solvent Cements, Primers,

and Cleaners Used for Joining Thermoplastic Pipe and Fittings. 29. F628 - Standard Specification for Acrylonitrile-Butadiene-Styrene (ABS)

Schedule 40 Plastic Drain, Waste, and Vent Pipe With a Cellular Core. 30. F645 - Standard Guide for Selection, Design, and Installation of Thermoplastic

Water-Pressure Piping Systems. 31. F714 - Standard Specification for Polyethylene (PE) Plastic Pipe (SDR-PR)

Based on Outside Diameter. 32. F1055 - Standard Specification for Electrofusion Type Polyethylene Fittings for

Outside Diameter Controlled Polyethylene Pipe and Tubing. 33. F1056 - Standard Specification for Socket Fusion Tools for Use in Socket

Fusion Joining Polyethylene Pipe or Tubing and Fittings. 34. F1290 - Standard Practice for Electrofusion Joining Polyolefin Pipe and

Fittings. 35. F1412 - Standard Specification for Polyolefin Pipe and Fittings for Corrosive

Waste Drainage Systems. 36. F1673 - Standard Specification for Polyvinylidene Fluoride (PVDF) Corrosive

Waste Drainage Systems. 37. F1668 - Standard Guide for Construction Procedures for Buried Plastic Pipe. 38. F2620 - Standard Practice for Heat Fusion Joining of Polyethylene Pipe and

Fittings.

C. CSA International (CSA).

D. NSF International (NSF): 1. 61 - Drinking Water System Components - Health Effects.

E. Underwriters Laboratories, Inc. (UL): 1. 94 - Standard for Tests for Flammability of Plastic Materials for Parts in

Devices and Appliances.

Not to be used for bidding purposes!

Page 221: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15245-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15245 (Bid Set)

1.03 ABBREVIATIONS

A. ABS: Acrylonitrile-butadiene-styrene.

B. DWV: Drain, waste, and vent.

C. PE: Polyethylene.

D. PP: Polypropylene.

E. PVC: Polyvinyl chloride.

F. PVDF: Unmodified Poly(Vinylidene Fluoride).

1.04 SUBMITTALS

A. Submit as specified in Section 01330.

B. Product data: As specified in Section 15052.

C. Shop drawings:As specified in Section 15052. 1. Describe materials, pipe, fittings, gaskets, and solvent cement. 2. Installation instructions.

D. Polyethylene pipe submittals: 1. Product data. 2. Installation equipment including details on fusion machine used to join

polyethylene pipe sections. 3. Qualifications of installation crew for use of the fusion machine used for joining

polyethylene pipe.

1.05 QUALITY ASSURANCE

A. Install drain system in accordance with all local and national plumbing codes.

B. Fusion machine technician qualifications: 1-year experience in the installation of similar PE piping systems from the same manufacturer.

C. Plastic pipe in potable water applications: Provide pipe and tubing bearing NSF 61 seal: 1. Mark plastic pipe with nominal size, type, class, schedule, or pressure rating,

manufacturer and all markings required in accordance with AS™ standards.

1.06 SOURCE QUALITY CONTROL

A. PVC piping, Schedule Type: 1. Mark pipe and fittings in accordance with ASTM D1785.

Not to be used for bidding purposes!

Page 222: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15245-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15245 (Bid Set)

B. PP piping: 1. Test samples and testing: Cut test samples of pipe, 6 inches long, from full

length sections and test by the method outlined in accordance with ASTM D2412: a. Deflect pipe at least 35 percent without failure. Stiffness at 5 percent

deflection equals or exceeds 55 pounds per square inch after the test samples have been immersed in a 5 percent solution by weight of sulfuric acid and n-Heptain for a period of 24 hours prior to testing.

b. Failure is defined as rupture of the pipe wall. c. Stiffness factor may be computed by the method outlined in accordance

with ASTM D2412 or by dividing the load in pounds per linear inch by the deflection in inches and 5 percent deflection.

1.07 DELIVERY, STORAGE, AND HANDLING

A. Protect piping materials from sunlight, scoring, and distortion.

B. Do not allow surface temperatures on pipe and fittings to exceed 120 degrees Fahrenheit.

C. Store and handle PE pipe and fittings as recommended by manufacturer in published instructions.

PART 2 PRODUCTS

2.01 MATERIALS

A. Extruding and molding material: Virgin material containing no scrap, regrind, or rework material except where permitted in the referenced standards.

B. Fittings: Same material as the pipe.

C. Unions 2-1/2 inches and smaller: Socket end screwed unions. Make unions 3 inches and larger of socket flanges with 1/8-inch full-face soft neoprene gasket.

2.02 PVC PIPING

A. Materials: 1. PVC Pipe: Designation PVC 1120 in accordance with ASTM D1785 and

appendices: a. Pipe and fittings: Extruded from Type I, Grade 1, Class 12454-B material

in accordance with ASTM D1784. b. PVC Pipe: Schedule 80 unless otherwise indicated on pipe schedule.

2. Fittings: a. Supplied by pipe manufacturer. b. Pressure fittings: In accordance with ASTM D2466 or ASTM D2467. c. DWV fittings: In accordance with ASTM D2665.

3. Solvent cement: In accordance with ASTM D2564: a. Chemical service: For CPVC or PVC pipe in chemical service, provide the

following primer and cement, or equal: 1) Primer: IPS Corp Type P-70™.

Not to be used for bidding purposes!

Page 223: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15245-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15245 (Bid Set)

2) Cement: IPS Corp Type 724™ cement or cement certified by the manufacturer for chemical service.

2.03 POLYPROPYLENE PIPING

A. General: 1. Pipe and fittings: Polypropylene. 2. Dimensions of pipe and fittings: Based on controlled outside diameter in

accordance with ASTM F1412. 3. All pipe is supplied in 10 feet sections. 4. All pipe is to be pre-grooved at factory (for mechanical joints).

B. Materials: 1. Pipe: Schedule 40 dimensions, extruded from Type I-19509 material in

accordance with ASTM D4101. 2. Chemical and Acid resistant PP piping in accordance with ASTM F1412. 3. Flame retardant polypropylene shall be in accordance with ASTM D635,

D2843, D2863, and UL 94. 4. Fittings: Molded from the same PP Type I - 19509 material and have and

equivalent laying length as Cast Iron fittings, in accordance with ASME B16.12: a. Fittings: Manufactured by pipe manufacturer.

C. Manufacturers: One of the following or equal: 1. Acid waste and vent piping is to be IPEX. 2. Zurn. 3. Orion Fittings or equal.

D. Polypropylene Joining Systems: 1. IPEX:

a. Labline™ Mechanical Joining System. b. Enfield™ Electrofusion. c. Plenumline™ PVDF mechanical Joint.

2. Orion Fittings: a. No Hub: metal clamp and bolts shall be of 300 series stainless steel and

in accordance with ASTM B117. b. Socket Fusion (heat fusion joining). c. Rionfuse CF™ Electrofusion.

3. Zurn: a. Mechanical Joining. b. Fusion Lock™.

2.04 PVDF Piping

A. General: 1. Pipe and fittings: Poly(Vinylidene Fluoride). 2. Dimensions of pipe and fittings: Based on controlled outside diameter in

accordance with dimensions and tolerances of ASTM D6713. 3. All pipe is supplied in 10 feet sections. 4. All pipe is to be pre-grooved at factory (for mechanical joints).

Not to be used for bidding purposes!

Page 224: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15245-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15245 (Bid Set)

B. Materials: 1. Pipe: Schedule 40 dimensions, extruded from Type I, Grade II material in

accordance with ASTM D3222. 2. Chemical and Acid resistant PP piping in accordance with ASTM F1673. 3. Flame retardant polypropylene shall be in accordance with ASTM E84, and

UL 94. 4. Fittings: Molded from the same Type I, Grade II material and have and

equivalent laying length as Cast Iron fittings, in accordance with ASME B1612: a. Fittings: Manufactured by pipe manufacturer.

C. Manufacturers: One of the following or equal: 1. Acid waste and vent piping is to be IPEX. 2. Zurn. 3. Orion Fittings or equal.

D. PVDF Joining Systems shall be one of the following or similar: 1. IPEX:

a. Plenumline™ PVDF mechanical Joint. 2. Orion fittings:

a. No Hub: metal clamp and bolts shall be of 300 series stainless steel and in accordance with ASTM B117.

b. Socket Fusion (heat fusion joining). c. Rionfuse CF™ Electrofusion.

3. Zurn: a. Mechanical Joining. b. Fusion Lock™.

2.05 POLYETHYLENE PIPING

A. General: 1. Pipe and fittings: High-density polyethylene. 2. Dimensions:

a. Pipe based on controlled outside diameter in accordance with ASTM D3035 and ASTM F714 (for sizes larger than 3.5 inches).

b. Fittings: based on controlled outside diameter of pipe in accordance with ASTM D2683.

B. Materials: 1. Polyethylene: In accordance with ASTM D1248, Type III, Class C, Category 5,

Grade P34; listed by the Plastic Pipe Institute under the designation PE 3408; and have a minimum cell classification, in accordance with ASTM D3350.

2. Pipe and fittings: Manufactured from material with the same cell classification. 3. Pipe, fittings, and adapters: Furnished by the same manufacturer, and

compatible with components in the same system and with components of other systems to which connected.

C. Manufacturers: One of the following or equal: 1. DuPont, Sclairpipe.

2.06 ABS PIPING

A. General: 1. Pipe and fittings: Acrylonitrile-butadiene-styrene.

Not to be used for bidding purposes!

Page 225: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15245-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15245 (Bid Set)

2. Dimensions of pipe and fittings: Based on controlled outside diameter in accordance with ASTM F628.

3. Piping shall be provided in lengths of 10 feet or 20 feet as required. 4. Pipe shall be tested and listed in accordance with NSF Standard 14.

B. Materials: 1. Cellular core co-extruded ABS drain, waste and vent pipe shall be made in

accordance with ASTM F628 from a compound conforming to a minimum cell classification of 42222 as defined by ASTM D3965

2. Fittings: a. Shall conform to ASTM D2661 and be manufactured from virgin rigid ABS

compounds with a Cell class of 32222 as identified in ASTM D3965. b. Supplied by pipe manufacturer.

3. Solvent cement: In accordance with ASTM D2235: a. E-Z Weld ABS or similar.

C. Manufacturers: One of the following or equal: 1. Charlette Pipe. 2. IPEX Drainaway®.

PART 3 EXECUTION

3.01 INSTALLATION

A. General: 1. Where not otherwise specified, install piping in accordance with ASTM F645,

or manufacturer's published instructions for installation of piping, as applicable to the particular type of piping.

2. Provide molded transition fittings for transitions from plastic to metal or IPS pipe. Do not thread plastic pipe.

3. Locate unions where indicated on the Drawings, and elsewhere where required for adequate access and assembly of the piping system.

4. Provide serrated nipples for transition from plastic pipe to rubber hose. 5. Heat fusion joining shall be in accordance with ASTM D2657. 6. Underground installation shall be installed in accordance with ASTM D2321

and ASTM F1668. 7. Solvent cements shall be handled in accordance with ASTM F402.

B. Installation of PVC piping, Schedule Type: 1. Solvent weld joints in accordance with ASTM D2855:

a. For PVC pipe in chemical service use IPS Corp. Type 724™ cement in accordance with manufacturer's instructions.

2. Install piping in accordance with manufacturer's published instructions.

C. Installation of Polypropylene piping: 1. General:

a. Electrofusion joining shall be in accordance with ASTM F1290.

Not to be used for bidding purposes!

Page 226: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15245-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15245 (Bid Set)

2. Above grade acid waste and vent piping shall be NSF listed CSA certified, flame retardant, schedule 40 polypropylene and be joined by IPEX Labline fitting, Zurn or equal. a. Installation and testing shall be in accordance with the Contract

Documents, the manufactures’ recommendations, and the local plumbing code.

b. Test sections shall not be longer than 1,000 feet. 3. Below grade acid waste and vent piping shall be of NSF listed, CSA certified

schedule 40, flame retardant polypropylene joined by IPEX Enfield™ electrofusion, Zurn Fusion Lock™, or equal. a. Installation and testing shall be in accordance with the Contract

Documents, the manufacture’s recommendations, and the Plumbing Code.

4. Install piping in accordance with manufacturer's published instructions.

D. Installation of PE piping for drain, waste, and vent: 1. Install piping as recommended in manufacturer's published instructions. 2. Heat or Socket fusion for PE shall be in accordance with ASTM F2620 and

ASTM F1056. 3. Electrofusion joints shall be in accordance with ASTM F1055. 4. Butt heat fusion for PE shall be in accordance with ASTM D3261.

a. Pipe or fittings may be joined by but fusion only by technicians who have been trained and qualified in the use of the equipment.

E. Installation of ABS Pipe: 1. Install piping as recommended in the manufactures’ published instructions and

local code requirements. a. Buried pipe shall be installed in accordance with ASTM D2321 and

ASTM F1668. 2. The system shall be protected from chemical agents, fire stopping materials,

tread sealant, or other aggressive chemical agents not compatible with ABS compounds.

3. Transition joints between ABS and PVC shall be in accordance with ASTM D3138.

3.02 FIELD QUALITY CONTROL

A. Test piping as specified in Section 15052.

END OF SECTION

Not to be used for bidding purposes!

Page 227: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15247-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15247 (Bid Set)

SECTION 15247

POLYVINYL CHLORIDE (PVC) GRAVITY SEWER PIPE

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Gravity sewer pipe and fittings in accordance with ASTM D3034 and ASTM F679 standards.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 15052 - Common Work Results for General Piping. 3. Section 15956 - Piping Systems Testing.

1.02 REFERENCES

A. ASTM International (ASTM): 1. C923 - Standard Specification for Resilient Connectors Between Reinforced

Concrete Manhole Structures, Pipes, and Laterals. 2. D1784 - Standard Specification for Rigid Poly(Vinyl Chloride) (PVC)

Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. 3. D2321 - Standard Practice for Underground Installation of Thermoplastic Pipe

for Sewers and Other Gravity-Flow Applications. 4. D3034 - Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC)

Sewer Pipe and Fittings. 5. D3212 - Standard Specification for Joints for Drain and Sewer Plastic Pipes

Using Flexible Elastomeric Seals. 6. F477 - Standard Specification for Elastomeric Seals (Gaskets) for Joining

Plastic Pipe. 7. F679 - Standard Specification for Poly(Vinyl Chloride) (PVC) Large-Diameter

Plastic Gravity Sewer Pipe and Fittings.

1.03 ABBREVIATIONS

A. PVC: Polyvinyl chloride.

B. SDR: Standard dimension ratio; the outside diameter divided by the pipe wall thickness.

1.04 SUBMITTALS

A. Submit as specified in Section 01330.

B. Product data: As specified in Section 15052.

1.05 DELIVERY, STORAGE, AND HANDLING

A. Protect from sunlight, scoring, and distortion.

Not to be used for bidding purposes!

Page 228: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15247-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15247 (Bid Set)

B. Do not allow surface temperatures to exceed 120 degrees Fahrenheit.

C. Store and handle as recommended by manufacturer in published instructions.

PART 2 PRODUCTS

2.01 PIPE

A. Extruding and molding material: Virgin material containing no scrap, regrind, or rework material except where permitted in the referenced standards.

B. PVC compound: Cell classification 12454-C in accordance with ASTM D1784.

C. Stabilizers, antioxidants, lubricants, colorants, and other additives and fillers not to exceed 10 parts by weight per 100 of PVC resin in the compound.

D. Pipe less than or equal to 15-inch diameter: 1. In accordance with ASTM D3034. 2. Wall thickness as indicated in pipe schedule. 3. Joints: Push-on in accordance with ASTM D3212.

a. Integral bell. b. Factory installed gaskets meeting the requirements in accordance with

ASTM F477.

2.02 FITTINGS

A. Same material as the pipe.

B. Minimum wall thickness: Same as the minimum wall thickness of the equivalent size pipe as specified in Table 1 of ASTM F679.

C. Supplied by the pipe manufacturer.

D. Factory molded with joints and gaskets equal to those of the pipe.

E. Gasket: 1. In accordance with ASTM F477. 2. Manhole adapter gasket: Stainless steel clamp with gasket or similar device to

seal the penetration.

F. Flexible gaskets for precast bases with a flexible pipe connection: a. In accordance with ASTM C923. b. Manufacturer: The following or approved equal:

1) Press-Seal Gasket Corporation: PSX. 2) A-Lok Premium.

G. Waterstop grouting rings: 1. Manufacturer: The following or approved equal:

a. NPC. b. Press-Seal Gasket Corporation.

Not to be used for bidding purposes!

Page 229: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15247-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15247 (Bid Set)

2.03 SOURCE QUALITY CONTROL

A. Mark pipe and fittings in accordance with ASTM D3034 and ASTM F679 as appropriate.

B. Mark the production control code on pipe and fittings.

PART 3 EXECUTION

3.01 INSTALLATION

A. General: 1. Install piping in accordance with ASTM D2321 and manufacturer's published

installation instructions. 2. Provide plugs or caps for stubs and branch pipes left unconnected to laterals. 3. Lubricate and assemble joints in accordance with the pipe manufacturer's

published instructions.

B. Connections to manholes: 1. Make connections to manholes with a manhole gasket that prevents infiltration

and exfiltration through the penetrations using 1 of the following methods: a. Precast bases with a flexible pipe connection:

1) Pipe connectors shall be cast into the base. a) Pipe openings shall contain flexible gaskets.

2) Follow manufacturer’s recommendation for lubrication to prevent damage to the gasket during pipe insertion.

3) When PSX gaskets are used, the take-up screws for the gasket clamps shall be positioned a minimum of 90 degrees apart.

4) Install and grout in place per manufacturer's instructions. b. Cast in place or precast bases using grouting rings:

1) Provide opening for connection large enough to allow subsequent grouting around the grouting ring.

2) Grout around the pipe penetration manhole gasket and seal the opening.

3.02 FIELD QUALITY CONTROL

A. Test pipe as specified in Section 15052 and Section 15956.

B. Mandrel tests: 1. Perform initial mandrel test:

a. After cleaning and completion of other tests. b. After placement and compaction of backfill. c. Before construction of pavement or surfacing. d. Not sooner than 30 days after pipe installation. e. Not later than 60 days after installation.

Not to be used for bidding purposes!

Page 230: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15247-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15247 (Bid Set)

2. Utilize a 9 rod mandrel with minimum length equal to NPS and diameter as follows:

Nominal Pipe Size (NPS)

Mandrel Dia (in) (SDR 35/PS46)

Mandrel Dia (in) (SDR 26/PS 115)

6 5.45 5.33

8 7.28 7.11

10 9.08 8.87

12 10.79 10.55

15 13.20 12.90

18 16.13 15.76

21 19.00 18.57

24 21.36 20.87

27 24.06 23.51

30 27.68 27.04

3. Test procedure: Pull the mandrel through the line under test by 1 person, by hand, with reasonable effort, without the aid of mechanical equipment.

4. Failing test: Where the mandrel test is not successful, remove and replace the section of piping with the obstruction; test the piping again, including visible leaks test, pressure test with maximum leakage allowance, mandrel tests, and other specified tests: a. Correction of excessive deflection or obstructions by methods other than

removal of the affected piping and replacement of the removed piping with new piping will not be accepted.

END OF SECTION

Not to be used for bidding purposes!

Page 231: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15249-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15249 (Bid Set)

SECTION 15249

POLYVINYL CHLORIDE (PVC) PIPE: SCHEDULE TYPE

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Schedule type PVC pipe and fittings.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 15052 - Common Work Results for General Piping. 3. Section 15956 - Piping Systems Testing.

1.02 REFERENCES

A. ASTM International (ASTM): 1. D1784 - Standard Specification for Rigid Poly(Vinyl Chloride) (PVC)

Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. 2. D1785 - Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe,

Schedules 40, 80 and 120. 3. D2564 - Standard Specification for Solvent Cements for Poly(Vinyl Chloride)

(PVC) Plastic Piping Systems. 4. D2855 - Standard Practice for Making Solvent-Cemented Joints with Poly

(Vinyl Chloride)(PVC) Pipe and Fittings. 5. F645 - Standard Guide for Selection, Design and Installation of Thermoplastic

Water-Pressure Piping Systems.

B. NSF International (NSF): 1. 61 - Drinking Water System Components – Health Effects.

1.03 SUBMITTALS

A. Submit as specified in Section 01330.

B. Product data: As specified in Section 15052.

1.04 DELIVERY, STORAGE, AND HANDLING

A. Protect from sunlight, scoring, and distortion.

B. Do not allow surface temperatures to exceed 120 degrees Fahrenheit.

C. Store and handle as recommended by manufacturer in published instructions.

Not to be used for bidding purposes!

Page 232: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15249-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15249 (Bid Set)

PART 2 PRODUCTS

2.01 MATERIALS

A. Extruding and molding material: Virgin material containing no scrap, regrind, or rework material except where permitted in the referenced standards. 1. Pipe: Designation PVC 1120 in accordance with ASTM D1785 and

appendices: a. Extruded from Type I, Grade 1, Class 12454-B material in accordance

with ASTM D1784. b. Schedule 80 unless otherwise indicated on the Drawings or specified in

the Piping Schedule in Section 15052. 2. Fittings: In accordance with ASTM D2467.

a. Same material as the pipe and of equal or greater pressure rating. b. Supplied by pipe manufacturer. c. Unions 2-1/2 inches and smaller:

1) Use socket end screwed unions. d. Unions 3 inches and larger:

1) Use socket flanges with 1/8-inch full-face soft neoprene gasket. 3. Solvent cement:

a. In accordance with ASTM D2564. b. Manufacturers: The following or equal:

1) IPS Corporation. c. Certified by the manufacturer for the service of the pipe. d. In potable water applications: Provide solvent cement listed by NSF for

potable water applications. e. Primer: As recommended by the solvent cement manufacturer.

2.02 SOURCE QUALITY CONTROL

A. Meets or exceeds all quality assurance test requirements stated in ASTM D1785.

PART 3 EXECUTION

3.01 INSTALLATION

A. Install piping in accordance with ASTM F645, or manufacturer's published instructions for installation of piping, as applicable.

B. Provide molded transition fittings for transitions from plastic to metal pipe. 1. Do not thread pipe.

C. Locate unions where indicated on the Drawings, and elsewhere where required for adequate access and assembly of the piping system.

D. Provide serrated nipples for transition from pipe to rubber hose.

E. Solvent weld joints in accordance with ASTM D2855.

3.02 FIELD QUALITY CONTROL A. Test pipe as specified in Section 15052 and Section 15956.

END OF SECTION

Not to be used for bidding purposes!

Page 233: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15270-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15270 (Bid Set)

SECTION 15270

STEEL PIPE: GALVANIZED AND BLACK, ASTM A53

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Steel pipe: Galvanized and black, ASTM A 53.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 09960 - High-Performance Coatings. 3. Section 15052 - Common Work Results for General Piping.

1.02 REFERENCES

A. American Society of Mechanical Engineers (ASME): 1. B16.3 - Malleable-Iron Threaded Fittings: Classes 150 and 300. 2. B16.5 - Pipe Flanges and Flanged Fittings. 3. B16.9 - Factory-Made Wrought Buttwelding Fittings.

B. American Water Works Association (AWWA): 1. C110 - Ductile-Iron and Gray-Iron Fittings. 2. C203 - Coal-Tar Protective Coatings and Linings for Steel Water Pipelines-

Enamel and Tape-Hot Applied. 3. C205 - Standard for Cement-Mortar Protective Lining and Coating for Steel

Water Pipe-4 Inches and Larger-Shop Applied. 4. C206 - Field Welding of Steel Water Pipe. 5. C602 - Standard for Cement-Mortar Lining of Water Pipelines in Place-

4 inches and Larger. 6. C606 - Standard for Grooved and Shouldered Joints.

C. ASTM International (ASTM): 1. A47 - Standard Specification for Ferritic Malleable Iron Casting. 2. A53 - Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-

Coated, Welded and Seamless. 3. A105 - Standard Specification for Carbon Steel Forgings for Piping

Applications. 4. A153 - Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel

Hardware. 5. A183 - Standard Specification for Carbon Steel Track Bolts and Nuts. 6. A536 - Standard Specification for Ductile Iron Castings. 7. C150 - Standard Specification for Portland Cement. 8. D2000 - Standard Classification System for Rubber Products in Automotive

Applications.

1.03 SUBMITTALS

A. Submit as specified in Section 01330.

Not to be used for bidding purposes!

Page 234: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15270-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15270 (Bid Set)

B. Product data: As specified in Section15052.

PART 2 PRODUCTS

2.01 MATERIALS

A. Portland cement: In accordance with ASTM C150, Type II, low alkali.

2.02 MANUFACTURED UNITS

A. Steel pipe: 1. General:

a. In accordance with ASTM A53. 1) Type: Type E - electric-resistance welded or Type S - seamless. 2) Grade: Grade A or B.

b. Schedule: 1) As indicated on the Drawings or as specified in Section 15052 pipe

schedule. 2) Minimum Schedule unless otherwise indicated on the Drawings or as

specified in Section 15052 pipe schedule. a) Pipe 6 inches and smaller: Schedule 40. b) Pipe greater than 6 inch to 12 inch: Schedule 20. c) Pipe greater than 12-inch: 0.25 inches.

B. Pipe fittings: 1. Flanged and welding fittings:

a. Butt -welding fittings in accordance with ASME B16.9. Schedule of fittings: same class or thickness as the pipe to which it connects.

2. Screwed fittings: a. Malleable iron:

1) Class 150 or Class 300 in accordance with ASME B16.3, as specified in Section 15052 pipe schedule.

2) Galvanized in accordance with ASTM A153 where used with galvanized pipe.

3. Grooved joint fittings: a. Fittings for grooved joint steel piping: Rigid-grooved type. b. Fittings for grooved joint piping:

1) Manufacturers: One of the following or equal: a) Victaulic Company of America.

2) Ductile iron fittings:

a) Larger than 4 inches in diameter: In accordance with ASTM A536, Grade 65-45-12, long radius, per AWWA C110.

b) Less than 4 inches in diameter: Malleable iron conforming to ASTM A47, Grade 32510.

3) Where cast fittings are not made, forged steel in accordance with ASME B 16.9, ASTM A105, Grade B with 0.375 inch minimum wall thickness. a) Bends: Long radius.

4) Fittings for grooved joint piping shall be furnished by the manufacturer of the grooved joint coupling.

5) Fittings for grooved joint piping shall be for rigid-grooved type joints.

Not to be used for bidding purposes!

Page 235: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15270-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15270 (Bid Set)

6) Connection to flanged units shall be by means of a spool with one end flanged and the other grooved, long enough to prevent interference with adjacent valves, pumps, or other items, minimum length, 4 inches.

C. Pipe joints: 1. General:

a. Use type of pipe joints as indicated on the Drawings or as specified in Section 15052 pipe schedule.

b. In addition to the type of pipe joints indicated on the Drawings or as specified in Section 15052 pipe schedule, use flexible couplings, unions or flanged joints to allow ready assembly and disassembly of the piping.

2. Flanged joints: a. In accordance with ASME B16.5, steel, 150 pounds, slip-on or weld neck,

galvanized in accordance with ASTM A153 where used with galvanized pipe.

b. Companion flanges: 1) In accordance with ASME B16.5, steel. 2) Class 150 pounds, slip-on or welding neck.

c. Weld flanges to pipe or fittings before applying lining. d. Machine flanges or provide tapered filler for changes in grade or to slope

lines for drainage. e. Match pipe flanges to the valve flanges. f. Flange bolts: As specified in Section 15052. g. Gaskets: As specified in Section 15052.

3. Grooved joints: a. Grooves: Cut grooves. Rolled grooves are not acceptable. b. Couplings housing: Cast in 2 or more segments of ductile iron in

accordance with ASTM A536, Grade 65-45-12 or malleable iron in accordance with ASTM A47, Grade 32510.

c. Bolts and nuts: In accordance with ASTM A183, Grade 2. d. Gaskets: Composition water sealing designed so that the internal piping

pressure serves to increase the seal's watertightness. 1) Gaskets for water service and oil-free air systems at temperatures

less than 230 degrees Fahrenheit shall be made of ethylene propylene diene monomers (EPDM) in accordance with ASTM D2000 Line Call Out 2CA615A25B24.

e. Perform grooving of the pipe wall only on standard or heavier schedule weight pipe. 1) For pipe with wall thickness less than standard weight, weld a

shouldered end on the pipe in accordance with AWWA C606. 2) Shoulder: Type B or D in accordance with AWWA C606.

f. Couplings and grooving: Manufacturers: One of the following or equal: 1) Victaulic Company of America.

g. Grooved joint piping shall not be used in the following installations: 1) In underground and underwater installations. 2) In piping subject to test pressures of 150 pounds per square inch

gauge, or more. 3) In steam and gas piping. 4) In sludge and scum piping designed to be steam cleaned.

4. Welded joints: Butt welds, 2 pass, full depth with beveled ends and no backing rings.

Not to be used for bidding purposes!

Page 236: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15270-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15270 (Bid Set)

D. Pipe lining and coating: 1. General:

a. Lining and coating shall be as indicated on the Drawings or as specified in Section 15052 pipe schedule.

2. Pipe coating: a. Extend pipe coating for underground piping 6 inches above finish grade or

finish floor, and neatly terminate. b. Field paint aboveground steel pipe as specified in Execution of this

Section. c. Coat exposed piping as specified in Section 09960. d. Coat submerged piping as specified in Section 15052 pipe schedule and

Section 09960. e. Cement-mortar coating:

1) Cement-mortar coating: In accordance with AWWA C205, modified as follows: a) Sand: In accordance with AWWA C205 except that the total

percentage of deleterious material shall not exceed 3 percent. 3. Pipe lining:

a. Cement-mortar lining: 1) Shop apply cement-mortar lining in accordance with AWWA C205. At

the option of Contractor, field apply with a pipe lining machine. b. Coal-tar enamel lining:

1) Coal-tar enamel lining for interior of steel pipe: In accordance with AWWA C203.

c. Coal-tar epoxy lining: 1) Coal-tar epoxy lining: Epoxy bituminous coating as specified for

submerged metal in Section 09960. d. High solids epoxy:

1) High solids epoxy as specified for submerged metal or exposed metal in Section 09960.

e. Polyurethane lining: 1) Polyurethane as specified for submerged metal in Section 09960.

2.03 FABRICATION

A. Shop coat of primer: 1. Flanges and portions of pipe not covered with cement-mortar shall be given a

shop coating of primer. 2. Primer compatible with finish coating system.

PART 3 EXECUTION

3.01 INSTALLATION

A. Pipe joints: 1. General:

a. Steel pipe joints shall be screwed, welded, flanged, grooved, or made with flexible joints. The type of joint for piping is as specified in Section 15052 pipe schedule or as indicated on the Drawings.

Not to be used for bidding purposes!

Page 237: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15270-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15270 (Bid Set)

b. In addition to the joints indicated on the Drawings, provide unions, flexible couplings, flanged joints, and other types of joints or means necessary to allow ready assembly and disassembly of the piping.

c. Unless otherwise indicated on the Drawings or as specified in Section 15052 pipe schedule, pipe joints shall be as follows: 1) Pipe smaller than 2 inches in nominal diameter shall have screwed

joints, welded joints, unions, or flexible couplings. 2) Pipe 2 inches to 4 inches in nominal diameter shall have screwed

joints, flanged joints, welded joints, or joints made with flexible couplings.

3) Pipe larger than 4 inches in nominal diameter shall have flanged joints, welded joints, or joints made with flexible couplings.

2. Flanged joints: a. Flanges shall come together at the proper orientation with no air gaps

between the flanges after the gaskets are in place. b. Secure welding neck flanges with full penetration butt welds without

backing rings. c. Secure slip-on flanges with both internal and external welds. d. After welding in place, the faces of flanges shall be perpendicular to the

axis of the pipe, or, in the case of fittings, at the proper angle to each other, and bolt holes shall be in proper alignment.

3. Grooved joints: a. Assemble in accordance with manufacturer's published instructions. b. Support grooved joint pipe in accordance with manufacturer's

recommendations. In addition, provide at least 1 support between consecutive couplings.

4. Screwed joints: a. Perform threading with clean, sharp dies.

1) Wavy, rough, or otherwise defective pipe threads are not acceptable. b. Make screwed joints tight and clean with an application of Teflon tape or

paste compound applied to the male threads only, except as follows: 1) Make up liquid and liquefied petroleum gas lines, with litharge and

glycerin. c. Provide railroad type unions with bronze-to-iron seat. Galvanized where

used with galvanized pipe. 1) Flanged joints may be used instead of unions.

5. Welded joints: a. Field welded joints: Electric arc welded in accordance with AWWA C206. b. Welder’s qualification: Qualified in accordance with AWWA C206.

1) Welders' testing shall be at the Contractor's expense, including cost of test nipples, welding rods, and equipment.

c. Do not weld galvanized pipe.

B. Pipe lining and coating: 1. Pipe lining:

a. Field applied cement-mortar lining shall be of the same density, smoothness, and thickness as shop applied lining, and in accordance with AWWA C602.

2. Pipe Coating: a. Plastic tape wrap application:

1) Wrap fittings, valves, and other odd shaped components in the pipeline with first and finish wrapping over the prime coat.

Not to be used for bidding purposes!

Page 238: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15270-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15270 (Bid Set)

2) Wrap joints, fittings, valves, and other irregular shapes of piping with extruded coatings with tape as specified in this subparagraph.

b. Field coat aboveground steel pipe as specified in Section 09960.

3.02 FIELD QUALITY CONTROL

A. Field test fabricated steel manifolds with the pipe to which they connect.

END OF SECTION

Not to be used for bidding purposes!

Page 239: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15732-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15732 (Bid Set)

SECTION 15732

AIR CONDITIONING UNITS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Packaged, electric-cool, gas-heat, air conditioning units.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01410 - Regulatory Requirements. 3. Section 01600 - Product Requirements. 4. Section 01610 - Project Design Criteria. 5. Section 01612 - Seismic Design Criteria. 6. Section 01614 - Wind Design Criteria. 7. Section 01756 - Commissioning. 8. Section 01782 - Operation and Maintenance Data. 9. Section 01783 - Warranties and Bonds. 10. Section 15050 - Common Work Results for Mechanical Equipment. 11. Section 15082 - Piping Insulation. 12. Section 15820 - Ductwork Accessories. 13. Section 15936 - Instrumentation and Control Devices for HVAC. 14. Section 15954 - Testing, Adjusting, and Balancing for HVAC. 15. Section 15958 - Mechanical Equipment Testing. 16. Section 16222 - Low Voltage Motors up to 500 Horsepower. 17. Section 17950 - Testing, Calibration, and Commissioning.

1.02 REFERENCES

A. Air-Conditioning, Heating, and Refrigeration Institute (AHRI): 1. 210-240 - Performance Rating of Unitary Air-Conditioning and Air-Source Heat

Pump Equipment. 2. 270 - Sound Rating of Outdoor Unitary Equipment. 3. 340/360 - Performance Rating of Commercial and Industrial Unitary

Air-Conditioning and Heat Pump Equipment.

B. Air Movement and Control Association International, Inc. (AMCA): 1. 210 - Laboratory Methods for Testing Fans for Certified Aerodynamic

Performance Rating.

C. American Society of Heating, Refrigerating, and Air Conditioning Engineers (ASHRAE): 1. Standard 15 - Safety Standard for Refrigeration System. 2. Standard 52.2 - Methods of Testing General Ventilation Air-Cleaning Devices

for Removal Efficiency by Particle Size. 3. Standard 62.1 - Ventilation for Acceptable Indoor Air Quality.

Not to be used for bidding purposes!

Page 240: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15732-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15732 (Bid Set)

D. American National Standards Institute (ANSI): 1. Z21.47 - Gas Fired Central Furnaces (except Direct Vent Central Furnaces)

with Addenda.

E. Federal Specification (FS): 1. Standard 141 - Paint, Varnish, Lacquer and Related Materials: Methods of

Inspection, Sampling and Testing.

F. National Electrical Code (NEC).

G. National Electrical Manufacturers Association (NEMA): 1. 250 - Enclosures for Electrical Equipment (1000 V Maximum).

H. National Fire Protection Association (NFPA): 1. 54 - National Fuel Gas Code. 2. 90A - Standard for the Installation of Air Conditioning and Ventilating Systems.

I. National Roofing Contractors Association (NRCA).

J. Underwriters’ Laboratories, Inc. (UL).

1.03 DEFINITIONS

A. NEMA Type 3R enclosure in accordance with NEMA 250.

1.04 SYSTEM DESCRIPTION

A. Design requirements: 1. Seismic supports: Design support to meet criteria as specified in

Section 01612. 2. Wind supports: For exterior units, design supports that meet the criteria as

specified in Section 01614. 3. Electrical components: UL listed and met the design and installation

requirements of the NEC. 4. Gas, water piping, drains, and venting: In accordance with building code,

mechanical code, and plumbing code a specified in Section 01410 and in accordance with NFPA 90A.

5. Motors: As specified in Section 16222. 6. Fans: Rated in accordance with AMCA 210. 7. Unit air conditioners: Rated in accordance with AHRI Standards 210-240 or

340/360 and AHRI 270. Conform to the latest version of ASHRAE 15. 8. Unit air conditioners with heating options: Certified in accordance with ANSI

Z21.47. 9. Refrigerant: HFC R-410A.

B. Performance requirements: 1. As specified and as listed on the Air Conditioning Unit Schedule at the end of

this Section.

Not to be used for bidding purposes!

Page 241: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15732-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15732 (Bid Set)

2. Outdoor noise levels: Outdoor noise levels in the 8 octave band range as measured in accordance with AHRI Standard 270 for unit air conditioners and split system condensers shall not exceed the following:

Unit Nominal Capacity (Tons)

OCTAVE BANDS, hertz

63 125 250 500 1,000 2,000 4,000 8,000

3 to 5 64 70 71 74 74 71 67 61

6 79 85 78 74 71 73 66 59

7-1/2 to 10 64 70 73 79 82 78 74 67

12-1/2 and larger 84 88 84 83 84 78 72 68

3. Units shall be capable of starting and running at 125 degrees Fahrenheit ambient outdoor air temperature and exceeding the maximum load criteria of AHRI Standard 210-240 or 340/360.

4. Cooling capacities and energy efficiency ratios: Provide units with the following cooling capacities and energy efficiency ratios (EER) as rated in accordance with AHRI 210-240 or 340/360 and 270, unless scheduled otherwise.

Equipment Type Net Cooling Cap (Btuh) EER(1)

Air Cooled >65,000 and <135,000 11.2

Air Cooled >135,000 and < 240,000 11.0

Air Cooled >240,000 and < 760,000 10.0

Air Cooled > 760,000 9.7

Water Cooled >65,000 and <135,000 12.1

Water Cooled >135,000 and < 240,000 12.5

Water Cooled >240,000 and < 760,000 12.4

Water Cooled > 760,000 12.2

(1) Deduct 0.2 from the required EERs for units with a heating section other than electric resistance heat.

5. Units with heating capabilities: Meet or exceed the following efficiencies: a. Annual fuel utilization efficiency: 80 percent. b. Steady state efficiency: 80 percent.

6. Unit air flows for cooling: A minimum of 300 cubic feet per minute per ton but not exceeding 500 cubic feet per minute per ton of cooling unless scheduled otherwise.

7. Air filters: 25 to 30 percent efficiency when rated in accordance with ASHRAE Standard 52.2.

C. Electrical and control system design: 1. Design and supply necessary electrical power and control systems,

thermostats, components, and wiring to make a complete functioning system.

Not to be used for bidding purposes!

Page 242: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15732-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15732 (Bid Set)

1.05 SUBMITTALS

A. Submit as specified in Section 01330 and Section 15050.

B. Product data: Cut sheets on all primary and ancillary equipment.

C. Shop drawings: 1. System layout, mechanical, electrical power, and control diagrams. 2. Materials. 3. Supports and seismic bracing detail.

D. Calculations: Supports and seismic bracing calculations.

E. Quality control submittals: 1. Noise levels in 8 octave bands showing compliance with specified levels.

F. Manufacturer's installation instructions and Contractor's details for any required cutting and patching.

G. Vendor operation and maintenance manual as specified in Section 01782. 1. Separate set for each type of unit.

H. Commissioning submittals: 1. Provide Manufacturer’s Certificate of Source Testing as specified in Section

01756. 2. Provide Manufacturer’s Certificate of Installation and Functionality Compliance

as specified in Section 01756.

1.06 SITE CONDITIONS

A. As specified in Section 01610.

B. Units shall be capable of starting and operating in ambient temperatures as specified in this Section.

1.07 WARRANTY

A. Provide warranty as specified in Section 01783.

B. Special warranties: 1. Refrigerant compressors and closed or sealed refrigerant systems warranty

duration: Provide 5 year warranty. 2. Gas fired heat exchangers warranty duration: Provide 10 year warranty. 3. Evaporator and condensing coils warranty duration: Provide 10 year warranty.

1.08 MAINTENANCE

A. Spare parts: 1. Provide 2 extra sets of filters per unit installed. 2. Provide 1 extra set of drive belts for each size belt system provided.

Not to be used for bidding purposes!

Page 243: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15732-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15732 (Bid Set)

PART 2 PRODUCTS

2.01 GENERAL

A. As specified in Section 01600 and 15050.

2.02 PACKAGED, ELECTRIC-COOL

A. Manufacturers: One of the following or equal: 1. Daikin, Series MPS 2. Trane, Similar Series 3. Carrier, Similar Series 4. Johnson Controls, Similar Series

B. Compressors: 1. Fully hermetically sealed, high efficiency, reciprocating, or scroll type, with

internal and external vibration isolation. 2. Equipped with high-pressure relief.

C. Fans: 1. Evaporator fan:

a. Direct or belt driven, forward curved, double inlet, centrifugal type, steel with corrosion resistant finish, statically and dynamically balanced.

b. Permanently sealed ball bearings and permanently lubricated. c. Adjustable pitch motor pulley. d. Where the condenser fan exceeds 7.49 horsepower, provide variable

speed or 2-speed fan with low speed at 2/3 of the high speed. 2. Condenser fan:

a. Propeller type, direct drive, aluminum blades, dynamically balanced, and vertical discharge.

b. Permanently sealed ball bearings and permanently lubricated. 3. Induced draft blower:

a. Direct or belt drive, single inlet, forward curved centrifugal type, statically and dynamically balanced.

b. Made from steel with corrosion resistant finish.

D. Coils: 1. Evaporator and condenser coils, seamless copper tubes with mechanically

bonded aluminum plate fins. 2. Evaporator and condenser coils, internal piping, and appurtenances: Factory

applied phenol-formaldehyde thermosetting resinous coating.

E. Refrigerant components: Refrigerant circuit including: 1. Accumulator. 2. Filter drier. 3. Expansion device. 4. Gauge ports. 5. Flow control valves. 6. Circuit feed system. 7. Service gauge connections on suction, discharge, and liquid lines to charge,

evacuate and contain refrigerant.

Not to be used for bidding purposes!

Page 244: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15732-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15732 (Bid Set)

F. Controls and equipment safety features: 1. Provide system controls for a complete and properly functioning system that

operates as described. Provide, as a minimum, the following: a. Condenser fan controls. b. Evaporator fan controls. c. All motor contactors. d. 24-volt control circuit and transformer, if 24-volt control is specified in the

Air Conditioning Unit Schedule. e. Manual reset circuit breakers. f. Power disconnect switch. g. Electronic thermostat. h. 5-minute compressor cycle delay. i. Differential enthalpy economizer control. j. Check filter switch suitable for field connection remote alarm. k. 2 stage cooling.

2. Equipment safety features, include: a. High-pressure switches. b. Compressor overtemperature and overcurrent. c. Loss of charge/low pressure switch. d. Freeze stat on evaporator. e. Lock out protection. f. Heating high temperature limit switch. g. Heating induced draft motor pressure switch. h. Heating flame roll out switch.

3. Control descriptions: As specified in Section 15936. 4. Interface to building HVAC control system:

a. Provide contacts and signals to operate unit with the building control system as specified in Section 15936.

b. If no building control system specified in Section 15936, provide unit interface devices and programmable electronic thermostat: 1) Setpoint range of 60 to 90 degrees Fahrenheit with digital

temperature and setpoint indication. 2) Provide 2 stage heating and 2 stage cooling when specified unit has

2 stages. 3) ON-OFF-AUTO air handler fan selector switch. 4) HEAT-OFF-COOL unit selector switch or automatic switch over. 5) 7 day programming schedule with at least 1 setback period per day. 6) Indicator lights for unit operating mode and unit failure. 7) Wall mounted with insulated backing plate. 8) Time delay for compressor restarts and for automatic switch over. 9) Provide with differential enthalpy economizer control when

economizer scheduled.

G. Electrical: 1. Unit power and control wiring entering unit cabinet at 1 location. 2. Provide 15 amp, 120 volt, single phase, ground fault interrupter convenience

outlet at condenser unit; provide factory installed transformer, and independent fuse or breaker protection for outlet.

3. Provide power disconnect switch at each piece of unit; mount disconnect in NEMA Type 3R enclosure if exterior to unit.

Not to be used for bidding purposes!

Page 245: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15732-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15732 (Bid Set)

H. Unit casing: 1. Manufactured of minimum 22-gauge galvanized steel, bonderized, corrosion

protected, and exterior coated with a baked enamel finish interior primer coated. Coating shall withstand FS Test Method Standard 141 (Method 6061) 500-hour salt spray test.

2. Weatherproof design, reinforced, and braced for maximum rigidity. 3. Indoor air section compartment: Insulated with minimum 1/2 inch thick,

permanent, fireproof, odorless glass fiber material, and coated on the air side. Aluminum foil face fiberglass insulation shall be used in the furnace compartment.

4. Provide gasketed, removable panels or access doors to service equipment components and connections.

5. Provide with: a. Filter rack for 2-inch filters accessible through hinged access door. b. Non-corrosive drain pan in accordance with ASHRAE Standard 62.1. c. Minimum 3/4-inch horizontal drain connection. d. Knockouts for utility and control connections. e. Minimum 16 gauge steel roll formed base rail with lifting holes.

I. Filter section: 1. Provide filter with at least a MERV 8 rating. 2. Low velocity 2-inch thick pleated filters of commercially available sizes. 3. Filter face velocity: Not to exceed 350 feet per minute nominal flow. 4. Filters for any 1 unit shall be the same size. 5. Manufacturer: The following or equal:

a. American Air Filter.

J. Motors: 1. As specified in Section 16222 except as modified in this Section.

a. Compressor motors: Cooled by refrigerant gas passing through windings and provided with line break thermal and current overload protection.

b. Evaporator fan motor, condenser fan motor, and induced draft blower motor: Permanently lubricated ball bearings and inherent automatic reset thermal overload protection.

K. Accessories. 1. Roof curb:

a. Factory fabricated of 16-gauge galvanized steel with wood nailer strip and gaskets.

b. Capable of supporting entire unit weight. c. Suitable for installing and connecting ductwork to curb. d. In accordance with NRCA Standards. e. Shall extend a minimum of 12 inches above top of built up roofing, but

shall be no more than 15 inches high. Flashing shall comply with NRCA Standards.

2. Economizer, when scheduled provide: a. Integrated type capable of compressor operation while modulating to

utilize up to 100 percent outdoor air for cooling when outdoor air and humidity are at set acceptable levels.

b. Including: 1) Differential bulb enthalpy control. 2) Damper drive motor.

Not to be used for bidding purposes!

Page 246: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15732-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15732 (Bid Set)

3) Gravity relief damper. 4) Low leakage dampers, not to exceed 3 percent leakage at 1-inch

static pressure. c. Differential enthalpy sensor for economizer control.

3. Flue hood protector assembly to provide protection from the hot sides of the gas flue hood.

4. Hail guard to protect against damage from hail and other flying debris. 5. NOx reduction kit to reduce NOx emission levels to no more than

40 nanograms per joule. 6. Check filter switch with contacts for field installed remote light or alarm. 7. Coil guard grill to protect condenser coil from penetration by large objects. 8. Provide condensate drain per mechanical code as specified in Section 01410. 9. Provide flexible duct connectors for supply and return ducts as specified in

Section 15820.

2.03 SOURCE TESTING, SPARE PARTS, AND SHIPPING

A. As specified in Section 01600 and 15050.

B. Spare parts. 1. Provide 2 extra sets of filters per unit installed. 2. Provide 1 extra set of drive belts for each size belt system provided.

C. Shipping. 1. Ship as single assembled (internally piped and wired), charged with refrigerant

and compressor oil, and source tested.

PART 3 EXECUTION

3.01 GENERAL

A. Inspect all components for shipping damage, conformance to specifications, and proper torques and tightness of fasteners, as specified in Section 15050.

B. Prior to installation, protect equipment from dust and atmospheric exposure as recommended by the unit manufacturer. 1. Provide temporary closures for equipment openings designed for airflow.

C. During installation and until equipment is operated, protect equipment and ducts from dust and debris by covering openings with tape or plastic.

D. Examine and verify details and sections indicated on the Drawings, ascertain adequacy, and determine conflicts in dimensions and clearances. 1. Take measurements and verify dimensions to ascertain fit of installation. 2. Ascertain structural sufficiency to support installation. 3. Ascertain that supports and openings are correctly located; otherwise cut new

openings where required. 4. Confirm specified thermostat or other controls are compatible with specified

equipment.

Not to be used for bidding purposes!

Page 247: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15732-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15732 (Bid Set)

3.02 INSTALLATION

A. As specified in Section 15050: 1. Before installation, remove dust and debris from equipment and ducts.

B. Anchoring and support: 1. Provide anchoring and support designed in accordance with current

engineering practice for equipment and appurtenances by attaching or connecting to supporting members or by providing other supports.

C. Adjust alignment of ducts where necessary to resolve conflicts with architectural features or to resolve conflicts with the work of other trades.

D. Install and wire unit air conditioners, controls, and thermostats in accordance with manufacturer's recommendations. 1. Provide local disconnect switches.

E. Provide flexible duct and flexible piping connections at connections to unit air conditioners.

F. Install roof curb and unit as recommended by unit manufacturer.

G. Install NRCA approved flashing and counterflashing.

H. Provide venting in accordance with building code, mechanical code, and plumbing code as specified in Section 01410 and in accordance with NFPA 54.

I. Upon completion of installation, clean duct, and debris from ductwork, and equipment.

3.03 FIELD QUALITY CONTROL

A. Test equipment and installation to verify tightness, operation, and outdoor sound power at levels.

B. Test equipment performance and balance equipment as specified in Section 15954.

3.04 COMMISSIONING

A. As specified in Section 01756 and this Section.

B. Manufacturer services: 1. Provide certificates:

a. Manufacturer’s Certificate of Source Testing. b. Manufacturer’s Certificate of Installation and Functionality Compliance.

2. Manufacturer’s Representative onsite requirements: a. Packaged, electric-cool, gas-heat or electric heat air conditioning units

1) Installation: 1 trip, 1 day minimum. 2) Functional Testing: 2 trips, 1 day minimum each.

b. Split system packaged electric-cool air conditioning units. 1) Installation: 1 trip, 1 day minimum. 2) Functional Testing: 2 trips, 1 day minimum each.

Not to be used for bidding purposes!

Page 248: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15732-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15732 (Bid Set)

c. Packaged electric-cool air conditioning units 1) Installation: 1 trip, 1 day minimum. 2) Functional Testing: 1 trips, 1 day minimum each.

d. Mini-split systems 1) Installation: 1 trip, 1 day minimum. 2) Functional Testing: 2 trips, 1 day minimum each.

3. Training: a. Packaged, electric-cool, gas-heat or electric heat air conditioning units

1) Maintenance: 4 hours per session, 2 sessions. 2) Operation: 2 hours per session, 2 sessions.

b. Split system packaged electric-cool air conditioning units. 1) Maintenance: 4 hours per session, 2 sessions. 2) Operation: 2 hours per session, 2 sessions.

c. Packaged electric-cool air conditioning units 1) Maintenance: 2 hours per session, 2 sessions. 2) Operation: 1 hours per session, 2 sessions.

d. Mini-split systems 1) Maintenance: 4 hours per session, 2 sessions. 2) Operation: 2 hours per session, 2 sessions.

C. Source testing: 1. Test as specified in Section 15958. 2. Equipment:

a. Test witnessing: Non-Witnessed. b. Conduct Level 1 General Equipment Performance Test. c. Conduct Level 1 Vibration Test. d. Conduct Level 1 Noise Test.

3. Equipment: a. Test witnessing: Non-Witnessed. b. Conduct Level 1 General Equipment Performance Test. c. Conduct Level 1 Vibration Test. d. Conduct Level 1 Noise Test.

4. Electrical Instrumentation and Controls: a. Test witnessing: Non-Witnessed. b. Conduct testing as specified in Section 17950.

D. Functional testing: 1. Equipment:

a. Test witnessing: Witnessed. b. Conduct Level 2 General Equipment Performance Test. c. Conduct Level 2 Vibration Test. d. Conduct Level 2 Noise Test.

2. Electrical Instrumentation and Controls: a. Test witnessing: Witnessed. b. Conduct testing as specified in Section 17950.

3. System: a. Test witnessing: Witnessed. b. Conduct Level 2 General Equipment Performance Test. c. Conduct Level 2 Vibration Test. d. Conduct Level 2 Noise Test. e. Process test.

Not to be used for bidding purposes!

Page 249: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017

15732-11 10417A

10 pw://Carollo/Documents/Client/IL/RRW

RD/10417A10/Specifications/15732 (Bid Set)

3.05 SCHEDULES

A. Air Conditioning Unit Schedule.

Air Conditioning Unit Schedule

Equip. No. Location

Evaporator Condenser Heating Unit

Power

OSA Minimum

(cfm)

Other Requirements

Total/ Sensible

(MBH)

Air Fan CFM

Fan ESP, "WC

Inlet DB/WB

(°F)

Outlet DB/WB

(°F) Inlet Air DB (°F)

Output Gas MBH

Volts/ Phases/

MCA

See Notes at end of Schedule for

Requirements

ACU-001

Electrical Room

99.8/79.3 4,000 1 76/66 57/57 95 N/A 460/3/24 850 2,5,6,12,16,19,21,26

Notes: 1. Roof Mounted Single Unit Package. 2. Base/floor Mounted Single Unit Package. 3. Roof Mounted Condenser Split System. 4. Base/floor Mounted Condenser Split

System. 5. Side/Top Supply Discharge Connection. 6. Side Return Connection. 7. Bottom Supply Discharge Connection. 8. Bottom Return Connection. 9. Provide Electric Heating. 10. Provide Natural Gas Heating. 11. Provide LPG Gas Heating. 12. 120 Volt Control Voltage. 13. 24 Volt Control Voltage. 14. Provide Indoor Air Handling Unit with

Direct Drive Fan.

15. Provide Indoor Air Handling Unit with Belt Drive Fan and Adjustable Sheaves. 16. Provide Outside Air Manual Damper. 17. Provide Economizer. 18. Provide blank off plate. 19. Thermostat Provided by Contractor. 20. Thermostat Provided by AC Unit Manufacturer. 21. Control system specified in Section 15936. 22. Provide condensing unit sized per air handler manufacturer to provide cooling requirements as

indicated for associated air handler. 23. Provide condensing unit sized per air handler manufacturer to provide cooling requirements as

indicated for associated air handler. 24. Wall mounted unit with self-contained controls 25. Supply/return grilles and ductwork provided by air conditioning manufacturer. 26. Include service option with return-air smoke detector sensor to be wired in field to shut down

unit upon detection of smoke.

END OF SECTION

Not to be used for bidding purposes!

Page 250: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 251: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15763-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15763 (Bid Set)

SECTION 15763

MAKEUP AIR UNIT

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Makeup Air Unit.

B. Related sections: 1. Section 01140 - Work Restrictions. 2. Section 01330 - Submittal Procedures. 3. Section 01410 - Regulatory Requirements 4. Section 01612 - Seismic Design Criteria. 5. Section 01614 - Wind Design Criteria. 6. Section 01756 - Commissioning and Process Start-Up. 7. Section 01782 - Operation and Maintenance Data. 8. Section 05190 - Mechanical Anchoring And Fastening To Concrete And

Masonry. 9. Section 15050 - Common Work Results for Mechanical Equipment. 10. Section 15936 - Instrumentation and Control Devices for HVAC. 11. Section 15958 - Mechanical Equipment Testing. 12. Section 16222 - Low Voltage Motors up to 500 Horsepower

C. Inclusion of a specific manufacturer’s name in the Specifications does not mean that the specific manufacturer’s standard product will be acceptable. Specified manufacturer’s or other manufacturer’s standard product shall be modified as required to meet the Specifications.

1.02 REFERENCES

A. Air-Conditioning, Heating, and Refrigeration Institute (AHRI): 1. Standard 410 - Forced Circulation Air Cooling Air Heating Coils.

B. American National Standards Institute (ANSI): 1. Z83.4/CSA 3.7 - Non-Recirculating Direct Gas-Fired Industrial Air Heaters.

C. Institute of Electrical and Electronics Engineers (IEEE): 1. 841 - IEEE Standard for Petroleum and Chemicla Industry--Premium-

Efficiency, Severe-Duty, Totally Enclosed Fan-Cooled (TEFC) Squirrel Cage Induction Motors--Up to and Including 370 kW(500hp).

D. National Electrical Manufacturers Association (NEMA).

E. Underwriters Laboratories, Inc (UL).

F. Air Moving Air Conditioning Association International, Inc. (AMCA): 1. Standard 210 - Laboratory Methods for Testing Fans for Certified Aerodynamic

Performance Rating.

Not to be used for bidding purposes!

Page 252: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15763-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15763 (Bid Set)

G. American Bearing Manufacturer’s Association (ABMA): 1. 9 - Load Ratings and Fatigue Life for Ball Bearings.

H. American Society of Heating, Refrigeration, and Air Conditioning Engineers (ASHRAE): 1. 52.2 - Method of Testing General Ventilation Air Cleaning Devices for Removal

Efficiency by Particle Size.

I. National Fire Protection Association (NFPA) 1. NFPA 90A - Standard for the Installation of Air Conditioning and Ventilating

Systems. 2. NFPA 90B - Standard for the Installation of Warm Air Heating and Air

Conditioning Systems.

J. American Society of Mechanical Engineers (ASME)

K. American Society for Testing and Materials (ASTM): 1. ASTM C581 - Standard Practice for Determining Chemical Resistance of

Thermosetting Resisn Used in Glass-Fiber-Reinforced Structures Intended for Liquid Service.

2. ASTM C1071 - Standard Specification for Thermal and Acoustical Insulation (Glass Fiber, Duct Lining Materials)

L. National Electric Code (NEC).

M. National Roofing Contractors Association (NRCA).

N. Factory Mutual (FM).

O. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply.

1.03 DEFINITIONS

A. NEMA: 1. Type 3R enclosure in accordance with NEMA 250. 2. Type 4X enclosure in accordance with NEMA 250.

1.04 SYSTEM DESCRIPTION

A. Design requirements: 1. Provide seismic supports as specified in Section 01612. 2. Provide wind supports for exterior units as specified in Section 01614. 3. Electrical components: UL listed and meet the design and installation

requirements of the NEC. 4. In accordance with building code, mechanical code, and plumbing code as

specified in Section 01410. 5. Motor supplied with evaporative units: As specified in Section 16222 - Low

Voltage Motors up to 500 Horsepower. 6. Roof curbs: Designed in accordance with NRCA Standards. 7. Insulation: In accordance with NFPA 90A. 8. Maximum filter face velocity: 300 feet per minute.

Not to be used for bidding purposes!

Page 253: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15763-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15763 (Bid Set)

B. Performance requirements: 1. Supply and return fans: Rated in accordance with AMCA 210. 2. Air filters: 45 to 50 percent dust spot efficiency when rated per ASHRAE Test

Standard 52.2.

C. Electrical and control system design requirements: 1. Design and supply electrical power and control systems, components, and

wiring to make a complete functioning system. a. Design to perform system heating functions as specified in Section 15936

- Instrumentation and Control Devices for HVAC.

1.05 SUBMITTALS

A. Submit as specified in Section 01330 and Section 15050.

B. Shop drawings: 1. System layout, mechanical, electrical power, and control diagrams. 2. Materials. 3. Supports and seismic bracing calculations and details. 4. Cut sheets on primary and ancillary equipment. 5. Proposed cutting and patching, when required. 6. Maximum recommended equipment vibration levels and field-testing method. 7. Copy of factory test results.

C. Operation and maintenance data.

D. Warranties.

1.06 DELIVERY, STORAGE, AND HANDLING

A. As specified in Section 15050.

B. Deliver units in 1 piece (or modular, if required), factory assembled, piped, internally wired, and factory tested.

C. Protect equipment from dust and atmospheric exposure as recommended by the unit manufacturer. 1. Provide temporary closures for equipment openings designed for airflow.

1.07 PROJECT CONDITIONS

A. Provide equipment suitable for project conditions specified in Section 15050.

B. All equipment furnished shall be designed to be located outdoors.

C. MAU shall be installed in a limited space as indicated on the Drawings.

D. Orientation is indicated on the Contract Drawings. MAU manufacturer shall design MAU package to fit within the space indicated on the Contract Drawings, oriented as indicated on the Contract Drawings.

Not to be used for bidding purposes!

Page 254: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15763-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15763 (Bid Set)

1.08 SEQUENCING AND SCHEDULING

A. Coordinate with work restrictions specified in Section 01140.

1.09 WARRANTY

A. Special warranties: Start warranty period at time of acceptance of the project or beneficial use of the equipment by the OWNER: 1. 2 year: All components. 2. 5 years: Indirect gas heat furnace.

1.10 MAINTENANCE

A. Extra materials: See part 2.04 of this Section.

B. Special tools: Deliver 1 set of special tools needed to assemble and disassemble the components of the MAU requiring regular maintenance.

1.11 QUALITY ASSURANCE

A. Regulatory requirements: 1. MAU shall meet all local manufacturing and safety codes.

PART 2 PRODUCTS

2.01 MAKEUP AIR UNIT

A. One of the following or approved equal: 1. Engineered Air 2. Absolut-Aire

B. General: 1. In general, units shall be factory assembled with cabinet fan, heating section,

filters, dampers, access sections with hinged access doors, motor base, drive guard and vibration isolators.

2. Units shall be designed to provide and integrated assembly when all of the components are assembled. All transition sections and filler pieces required between sections are to be provided as part of the unit.

3. Units not mounted on vibration isolators shall have all rotating components internally isolated from the main unit with vibration isolators.

C. Casing: 1. Exterior Casing: Aluminum suitable for outdoor installation in a marine

environment. Minimum panel thickness to be 0.04 inch for aluminum. All fasteners to match panel material.

2. Interior Casing: Aluminum suitable for outdoor installation in a marine environment. Minimum panel thickness to be 0.02 inch. All fasteners to match panel material.

3. Base Rails: Aluminum, formed or extruded, or Stainless Steel. 4. Pressure class rating shall be for the total fan static pressure. All sections of

the unit shall be of the same pressure class. 5. Silicon caulked and watertight joints and seams. 6. Outdoor-Air Intake: Provide weatherhood.

Not to be used for bidding purposes!

Page 255: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15763-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15763 (Bid Set)

7. Service panels to be hinged with neoprene gasketing for an airtight fit. All doors to be designed to maintain an airtight fit while in operation. All doors to have locking handles.

8. Ductwork connections to units that require corrosion-resistant coatings shall be made with flanges. Flanges shall be factory drilled before coating. Resilient washers suitable for the environment shall be used to protect the coating from the bolts in the flange. The use of self-tapping screws or other fastening methods that will damage the coating are not acceptable.

D. Insulation: 1. One-inch Fibrous-glass duct lining applied with adhesive, contained between

interior and exterior casing.

E. Supply air blower: 1. Blower shall be SWSI or DWDI Class I or Class II all aluminum construction

and shall have backward inclined flat or airfoil blades. 2. V-belt drive as specified in Section 15050 - Common Work Results for

Mechanical Equipment. 3. Mounted on adjustable, spring isolated, epoxy painted, welded structural steel

base. Provide seismically restrained isolators with 1” deflection. 4. Dynamically balanced. 5. Pillow block grease lubricated, self-aligning bearings with ABMA 9, L10 life of

200,000 hours minimum. a. High pressure lube lines shall be internally located at a common point on

the drive side. 6. Automatic reset thermal overload protection. 7. Motor shall be inverter duty type capable of operating with a variable

frequency drive.

F. Indirect gas furnace: 1. Heat exchanger construction shall consist of a primary drum and multi-tube

secondary assembly constructed of titanium stainless steel with multi-plane metal turbulators and shall be of a floating stress relieved design.

2. Installation and venting provisions must be in accordance with CAN/CSA Standard B149.1, ANSI Z223.1-NFPA 54, and local authorities having jurisdiction. Indoor units which require installation and condensing vent provisions must be in accordance with CAN/CSA Standard B149.1, ANSI.1-NFPA 54, and local authorities having jurisdiction. Type "BH" category II venting is required on condensing indoor units.

3. Burner shall be a blow through, positive pressure type, including cast iron or aluminum manifold and stainless steel burner plates.

4. The unit shall be provided with fully modulating output. An automatic valve in series with the modulating valve shall be provided. Ignition shall be at full fire (100% rated output) and modulate the gas input from 100 percent to 7 percent rated input. The modulating valve shall operate in response to the discharge temperature sensor which shall be set at the unit and reset by room thermostat or 0-10v input signal.

5. Provide a solid state ignition control system which ignites the pilot by spark during each cycle of operation. When pilot flame is proven, main burner valve shall open to allow flow to burners. Pilot and burners must be extinguished during the off cycle. Ignition system shall be 100% lockout type.

Not to be used for bidding purposes!

Page 256: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15763-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15763 (Bid Set)

6. Furnace shall be factory tested after complete final unit assembly, in accordance with the equipment standard to which the unit is certified. Gas manifold shall be clocked with a dedicated calibrated gas meter. High and low input combustion analysis shall be performed using a calibrated combustion analyzer including O2 and CO.

2.02 ACCESSORY SECTIONS

A. General: 1. Accessory sections shall be as called for on the Drawings and schedules and

as required for the unit type.

B. Sensors: 1. Pressure loss gage across the filter section shall be equal to Dwyer series

EDPS. 2. Vapor-proof service lights and switches in all major compartments requiring

possible field service.

C. Flexible duct connectors: 1. As indicated in plans and specified in Section 15820 - Ductwork Accessories. 2. Provide flexible duct connectors for all ducts connections to unit.

D. Condensate drain pan: 1. Pan shall be formed of welded austenitic stainless steel sheet material. 2. Provide with welded drain connection at the front for connection to a P trap. 3. Pan shall be sloped in two directions to provide positive draining.

E. P trap: 1. Provide engineered P trap assembly for each unit, to include cleanout ports,

cleanout tool, vacuum break device.

F. Filters: 1. 2-inch pleated cotton batting, with an average atmospheric dust spot efficiency

of 30 percent. 2. Filter frame supports: 18 gauge, aluminum. 3. Slide out frame with hinged access door. 4. Manufacturers: The following or equal:

a. American Air Filter.

G. Dampers: 1. Shall be opposed blade type with blades mounted on 1/2-inch minimum steel

rods. 2. Shall be provided with low friction bushings and edge gaskets to reduce air

leakage. 3. Blades shall be sectionalized to limit unsupported blade length and warping at

full system fan static pressures. Maximum damper blade width shall not exceed 6-inch.

4. Automatic dampers shall be provided with a positive locking device. 5. Dampers for all units shall be constructed of corrosion resistant materials and

will not be coated.

H. Face and by-pass sections: 1. Shall be of the type specified on the schedule.

Not to be used for bidding purposes!

Page 257: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15763-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15763 (Bid Set)

2. Deflection plates shall be provided if required to maintain even air flow over coils and prevention of stratification.

2.03 CONTROLS

A. Controls and equipment safety features: 1. Provide system controls for a complete functioning system that operates as

specified in Section 15936 - Instrumentation and Control Devices for HVAC. Include, as a minimum: a. Fan controls. b. Motor contactors. c. Manually resettable circuit breaker. d. Electronic thermostat. e. Check filter switch suitable for field connection to remote alarm. f. Control panel.

B. Electrical control panel: 1. Supply NEMA Type 4X single source control panel. Panel shall have a

through-the-door, fused main disconnect switch. 2. Unit power and control wiring to enter control panel at 1 location. 3. UL labeled. 4. Hinged cover. 5. Interlock controls. 6. Off-Vent-Heat switch. 7. Terminal strips for power and control. 8. Control transformer. 9. Unit disconnect power terminals for smoke detector signal. 10. See control description in Section 15936 - Instrumentation and Control

Devices for HVAC for required operational controls in ventilation and heating modes. Provide heating thermostats.

11. If scheduled to have VFD, provide VFD with the following features as a minimum: a. VFD shall be UL listed, and CSA approved, with 40-Character Multilingual

Alphanumeric Display. b. Ethernet IP Protocol. c. Shall have the following inputs and outputs: Two (2) analog Inputs, Six (6)

Programmable digital Inputs, Two (2) Programmable Analog Outputs, Three (3) Programmable Form C Relay Outputs, All inputs isolated from ground and power.

d. Protection Circuits for Over Current, Ground Fault, Over Voltage, Under Voltage, Over Temperature and Adaptable Electronic Overload.

e. Input Line Fuses.

C. Electrical: 1. Internal wiring to be enclosed inside weatherproof flexible UL listed conduit.

D. The high-to-low voltage transformer shall be provided to power control circuits. All primary and secondary transformer circuits shall be fused as required per NEC.

2.04 EXTRA MATERIALS

A. Anchor bolts: As specified in Section 05190.

Not to be used for bidding purposes!

Page 258: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15763-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15763 (Bid Set)

B. Provide 1 set of sheaves and belts for change-out.

C. Provide 2 extra sets (3 sets total) of filters per installed MAU.

D. Provide 1 extra sets of belts per installed fan.

2.05 PERFORMANCE

A. See Schedule at the end of this Section

2.06 SOURCE QUALITY CONTROL

A. Quality assurance: Firms regularly engaged in the manufacture of units of types and capacities required whose products have been in satisfactory use in similar service for not less than 5 years.

PART 3 EXECUTION

3.01 EXAMINATION

A. Examine and verify that conditions are suitable for installation. 1. Take measurements and verify dimensions to ascertain fit of installation. 2. Verify structural sufficiency to support installation. 3. Verify that chassis, shafts, and openings are correctly located.

a. Otherwise cut new openings where required. 4. Confirm specified thermostat and other controls are compatible with specified

equipment.

B. Examine and verify structural details and sections indicated on the Drawings, verify adequacy, and determine possible conflicts in dimensions and clearances.

3.02 INSTALLATION

A. Anchoring and support: Provide anchoring and support designed in accordance with current engineering practice for equipment and appurtenances by attaching or connecting to supporting members or by providing other supports.

B. Install and wire makeup air unit, controls, and thermostats in accordance with manufacturer's recommendations.

C. Provide drains and venting in accordance with plumbing code as specified, and the Uniform Mechanical Code.

D. Upon completion of installation, clean dust and debris from ductwork and equipment.

3.03 FIELD QUALITY CONTROL

A. Witnessing: All field-testing shall be witnessed by the Owner when indicated; provide advanced notice of source testing as specified in Section 15958.

B. Inspection and checkout: As specified in Section 15958 and Section 15050.

Not to be used for bidding purposes!

Page 259: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15763-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15763 (Bid Set)

C. Equipment performance test: Test Level 1; test as specified in Section 15958.

D. Operational testing: As specified in Section 01756.

E. Field performance testing shall be conducted and reported in accordance with ASME Performance Test Code.

F. Contractor shall furnish and install all materials and any special equipment required to accomplish the performance test.

3.04 MANUFACTURER’S FIELD SERVICES

A. The MAU manufacturer shall inspect the MAU before initial start-up and certify the unit has been correctly installed and prepared for start-up.

B. Training: As specified in Section 01756.

3.05 SCHEDULE

Not to be used for bidding purposes!

Page 260: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017

15763-10 10417A

10 pw://Carollo/Documents/Client/IL/RRW

RD/10417A10/Specifications/15763 (Bid Set)

MAKEUP AIR UNITS WITH ENERGY RECOVERY SCHEDULE

Tag # Location Served

Supply Fan Natural Gas Heating Unit Physical Unit

Electrical ESP Additional Notes

CFM HP Gas

Input Gas

Output Modulating Turndown

EAT / LAT (DB)

Estimated Weight

Volt/Ph/ MCA

Supply FAN

(MBH) (MBH) Ratio EAT (F)

LAT (F) (LBS) (in wc)

MAU-001

New GBT

Building

9,900 / 16,650

20 1,800 1,440 20:1 -6 85 4,300 480/3/32.2 1.0 1, 2, 3, 4, 5, 6, 7, 8

Additional Notes: 1) Side intake for supply air. 2) Side discharge for supply air. 3) 120 volt control voltage 4) Floor mounted. 5) Natural gas heating 6) Disconnect shall be provided by electrical contractor. Refer to electrical specifications for more details. 7) Provide controls to interlock MAU with equipment as specified Section 15936. 8) Provide unit mounted and wired NEMA 4X VFD for two speed fan motor control as scheduled.

END OF SECTION

Not to be used for bidding purposes!

Page 261: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15812-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15812 (Bid Set)

SECTION 15812

METAL DUCTS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Aluminum ductwork.

B. Related section: a. Section 01330 - Submittal Procedures. b. Section 01612 - Seismic Design Criteria. c. Section 01756 - Commissioning. d. Section 15084 - Ductwork Insulation. e. Section 15820 - Ductwork Accessories. f. Section 15954 - Testing, Adjusting, and Balancing for HVAC.

1.02 REFERENCES

A. ASTM International (ASTM): 1. B209 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and

Plate.

B. Sheet Metal and Air Conditioning Contractors' National Association (SMACNA): 1. HVAC Systems-Duct Design. 2. Seismic Restraint Manual Guidelines for Mechanical Systems.

C. Underwriters Laboratories, Inc. (UL): 1. 181A - Closure Systems for Use With Rigid Air Ducts.

1.03 SYSTEM DESCRIPTION

A. Design requirements: 1. Custom design and fabricate metal ductwork for the applications indicated on

the Drawings and for the conditions specified. 2. In accordance with SMACNA Manual for gauge of sheet metal, joint types,

reinforcement, bracing, hangers and supports, fabrication, and installation. a. Sheet metal thicknesses: The greater of that thickness required to in

accordance with SMACNA for the design pressure specified and the following minimum thicknesses:

Diameter or Largest Dimension of Rectangular Duct (Inches)

Minimum Sheet Thickness, Inches (B&S Gauge)

Up to 12 0.025 (22)

13 to 30 0.032 (20)

Larger than 31 0.040 (18)

Not to be used for bidding purposes!

Page 262: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15812-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15812 (Bid Set)

b. Spacing of hangers and supports: 1) Provide supports as indicated on the Drawings. 2) When supports are not shown, provide supports as required in

accordance with SMACNA but no greater than the spacing indicated on the Drawings or the following requirements; whichever is less:

3) Ducts 18 inches and smaller in largest dimension: 8 feet on center. 4) Ducts over 18 inches in largest dimension: 4 feet on center.

c. Support connections: 1) Provide as indicated on the Drawings. 2) When not indicated on the Drawings, provide in accordance with

SMACNA. 3) As a minimum, all support connections to metal or wood roofs shall

be located at roof framing members only. 4) No penetrations through roof deck, roof membrane, or connections to

roof membrane are acceptable. 3. Design pressure: 2 inches water column unless otherwise indicated on the

Drawings or specified. 4. Seismic design criteria: As specified in Section 01612 and in accordance with

SMACNA Seismic Restraint Manual Guidelines for Mechanical Systems. 5. Hanger reinforcement:

a. Ducts 18 inches and smaller in largest dimension: None. b. Ducts over 18 inches and under 30 inches in largest dimension:

1-1/2 inches by 1-1/2 inches by 1/8-inch angles, 8 feet on center. c. Ducts 30 inches and larger in largest dimension: 1-1/2 inches by

1-1/2 inches by 1/8-inch angles, 4 feet on center. 6. When ducts are specified with insulation on interior walls, size duct to provide

clear inside dimensions indicated on the Drawings.

B. Miscellaneous design details: 1. Changes in duct size:

a. Use uniformly tapering sections. b. Taper not more than 1 inch in 5 inches of run unless otherwise indicated

on the Drawings. 2. Bends: With the exception of miter bends, design bends with inside radii equal

to duct width or diameter. a. Install turning vanes at miter bends.

3. Duct sleeves: Install duct sleeve when ducts pass through concrete or masonry walls, slabs, or ceilings.

4. Access openings: Install in locations that allow access to dampers, fusible links, controllers, and similar devices.

5. Flexible connections: Install at connections to air handling equipment and at locations indicated on the Drawings.

1.04 SUBMITTALS

A. Submit as specified in Section 01330.

B. Product data: 1. Duct and component material and details of construction. 2. System layout including floor and wall penetrations. 3. Supports and anchoring details.

Not to be used for bidding purposes!

Page 263: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15812-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15812 (Bid Set)

4. Components used in the duct system including turning vanes, dampers, flexible connections, and access doors.

C. Design data: Seismic design calculations: 1. Design calculations for duct construction as specified in Section 01612 and in

accordance with SMACNA.

D. Provide Manufacturer’s Certificate of Source Testing as specified in Section 01756.

PART 2 PRODUCTS

2.01 MATERIALS

A. Ducts: Aluminum alloy 3003 H14 in accordance with ASTM B209.

B. Flexible connectors: As specified in Section 15084.

C. Turning vanes: Match duct material.

D. Reinforcing: Formed or extruded aluminum angles.

E. Ductwork insulation: As specified in Section 15084.

2.02 COMPONENTS

A. Duct sleeves: 1. Sleeve flanges: 4 inches wide. 2. Size: 2 inches larger than the duct or duct with external insulation.

B. Access openings: 1. Size: 2 inches less than duct size. 2. Doors:

a. Gauge not less than duct sheet. b. Provide continuous hinge and latch on outside.

3. Gasket: Along door periphery. 4. Visual panel: 1/8-inch thick, clear plexiglass.

C. Turning vanes: 1. Material: Same as ductwork. 2. Type:

a. Single-blade vanes for duct widths less than 36 inches. b. Airfoil type vanes for duct widths of 36 inches and greater.

1) No trailing edge. 3. Mounted in side rails. 4. Provide turning vanes for square-turn elbows and splitters. 5. Size: 2-inch blades for ducts up to 18 inches, 4-1/2 inch blades for larger

ducts.

D. Splitter dampers: Provide at branch take-offs where necessary for balancing system.

Not to be used for bidding purposes!

Page 264: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15812-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15812 (Bid Set)

E. Extractors: 1. Components:

a. Synchronized steel curved blades. b. Heavy side rails. c. Screw operator.

2. Provide extractors at take-off from main supply duct adjacent to diffusers, registers, or grilles where splitter is not used.

2.03 FABRICATION

A. Fabricate ductwork to the configuration and dimensions indicated on the Drawings.

B. Dimensions indicate net free area. Increase duct dimensions by thickness of insulation when internal insulation is specified.

C. Do not utilize S clips, duct tape, or externally applied mastic on medium pressure duct systems.

D. Do not use snap lock seams.

E. Provide flexible duct connectors at all connections to fans and other air movement equipment.

PART 3 EXECUTION

3.01 EXAMINATION

A. Examine and verify that Work is in condition to receive metallic ductwork as specified in this Section. 1. Take measurements and verify dimensions on shop drawings to verify fit of

installation. 2. Verify that supports and openings are correctly located.

B. Examine and verify structural details and determine conflicts in dimensions and clearances.

3.02 INSTALLATION

A. Cover ductwork openings with tape, plastic, or sheet metal to reduce the amount of dust or debris which may collect in the system at each of the following times: 1. At the time of rough installation. 2. During storage on the construction site. 3. Until final start-up of the heating and cooling equipment.

B. Before installation remove dust and debris from ducts.

C. Adjust duct alignment where necessary to resolve conflicts with architectural features or to resolve conflicts with the work of other trades.

D. Install ductwork to provide a system free of buckling, warping, or vibration.

Not to be used for bidding purposes!

Page 265: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15812-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15812 (Bid Set)

E. Hangers: 1. Install hangers as indicated on the Drawings. 2. When hangers are not detailed, conform to SMACNA HVAC System Duct

Design and Seismic Restraint Manual standards and the following requirements: a. Rectangular ducts concealed in ceiling spaces:

1) Use metal strap hangers. 2) Fasten to sides of duct with 2 screws. 3) Fasten to bottom of duct with 1 screw.

b. Rectangular ducts in exposed areas: 1) Install shelf angle trapeze hangers or Unistrut type hangers. 2) Install sway bracing as required by seismic calculations, minimum

1 brace at right angle to each duct run. c. Round ducts in exposed areas:

1) Install 2 half-round bands with rods bolted to panels. 2) Install sway bracing as required by seismic calculations, minimum

1 brace at right angle to each duct run. 3. Flexible connections: As specified in Section 15084.

F. Provide closed-cell neoprene gaskets at flanged joints.

G. Tapes and mastics used to seal ductwork shall be listed and labeled in accordance with UL 181A and shall be marked.

3.03 FIELD QUALITY CONTROL

A. Inspect ductwork under operating conditions. 1. Correct audible leaks and leaks that can be felt with the hand.

B. Test and balance ducting systems as specified in Section 15954.

END OF SECTION

Not to be used for bidding purposes!

Page 266: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 267: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15814-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15814 (Bid Set)

SECTION 15814

FIBERGLASS REINFORCED PLASTIC DUCTS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Fiberglass reinforced plastic ductwork system, consisting of ducting and including fasteners, field joints, expansion joints, and supports.

1.02 REFERENCES

A. American Society of Mechanical Engineers (ASME): 1. B16.5 - Pipe Flanges and Flanged Fittings.

B. ASTM International (ASTM): 1. C582 - Standard Specification for Contact-Molded Reinforced Thermosetting

Plastic (RTP) Laminates for Corrosion-Resistant Equipment. 2. D792 - Standard Test Methods for Density and Specific Gravity (Relative

Density) of Plastics by Displacement. 3. D2105 - Standard Test Method for Longitudinal Tensile Properties of

Fiberglass (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe and Tube. 4. D2344 - Standard Test Method for Short-Beam Strength of Polymer Matrix

Composite Materials and Their Laminates. 5. D2412 - Standard Test Method for Determination of External Loading

Characteristics of Plastic Pipe by Parallel-Plate Loading.

C. National Bureau of Standards Voluntary Product Standards (PS): 1. 15-69 - Custom Contact-Molded Reinforced-Polyester Chemical-Resistant

Process Equipment.

D. Sheet Metal and Air Conditioning Contractors' National Association (SMACNA).

1.03 DESIGN CRITERIA

A. Ducting under pressure conditions: 10.0 inches water column.

B. Ducting under vacuum conditions: 6.0 inches water column.

C. Support spacing: As needed to comply with wall thicknesses calculations but not greater than the following: 1. Contact-molded ductwork: Not greater than 5 foot centers.

Not to be used for bidding purposes!

Page 268: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15814-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15814 (Bid Set)

2. Filament-wound ducts: In accordance with SMACNA standards below:

Duct Inside Diameter (Inches) Maximum Span (Feet)

3 to 19 10

20 to 29 15

30 to 35 20

D. Minimum flooding: Design ductwork for water accumulation as follows: 1. Rectangular ductwork: 1 inch deep across bottom of duct. 2. Round ductwork: 2 inches deep across bottom of duct.

E. Physical and mechanical properties: Duct shall meet the following standards for physical and mechanical properties:

Pipe Property Standard Design Properties

Hoop (PSI) Axial (PSI)

Ultimate Flexural Stress ASTM D2412

50,000 18,000

Flexural Modulus 3.05 X 106 1.0 X 106

Ultimate Tensile Stress ASTM D2105

52,000 7,485

Tensile Modulus 1.5 X 106 1.56 X 106

Ultimate Shear Strength Approximate Typical Values (PSI)

Interlaminar ASTM D2344

2130-2730

Cross 15,000

Density ASTM D792 0.065-0.072 lb./In3

F. Design tensile stress: 1. Round ducting: The maximum allowable design tensile stress shall be the

ultimate tensile stress divided by 5. 2. Rectangular ducting: The maximum allowable design tensile stress shall be

the ultimate tensile stress divided by 10.

1.04 SUBMITTALS

A. Product data: Composition of materials, configuration of external stiffeners, and flexible connections.

B. Shop drawings: 1. Drawings showing ductwork layout, dimensions, joint types, and support

locations. 2. Locations of external stiffeners and expansion joints. 3. Fabrication details.

Not to be used for bidding purposes!

Page 269: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15814-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15814 (Bid Set)

4. Support locations, types, and details.

C. Calculations: 1. Wall thickness calculations based upon design criteria. 2. Stresses and reaction loads at supports.

D. Manufacturer's Installation Instructions.

1.05 QUALITY ASSURANCE

A. Qualification of ducting manufacturer: Manufacturer with experienced personnel, physical facilities, and management capacity sufficient to produce custom-made, corrosion resistant fiberglass reinforced plastic products of quality and size specified with a minimum 5 years satisfactory performance record.

B. Submit test results as specified in Section 06_80_15 - Fiberglass Reinforced Plastic verifying that ductwork meets standards specified.

C. Manufacturer shall provide design calculations for FRP ductwork design and construction. Calculations shall be signed and sealed by licensed engineer registered in the state of the project location.

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. Fiberglass reinforced plastic ductwork: One of the following or equal: 1. ECS Environmental Services. 2. Bondstrand. 3. Fibercast. 4. Spunstrand. 5. Belco Manufacturing.

2.02 DUCTWORK MATERIALS

A. Minimum corrosion liner: 1. Interior surfacing "C" or Nexus veil as specified for the service environment. 2. Exterior surfacing: “C” or “A” veil. 3. Remainder 1-1/2 ounce per square foot mat to total minimum thickness of

0.096 inches on surface exposed to the service environment. 4. Duct shall be resistant to the following in accordance with ASTM C 582:

Sulfuric Acid 75 percent At 100 degrees Fahrenheit

Nitric Acid 20 percent At 100 degrees Fahrenheit

Sodium Hydroxide 50 percent At 100 degrees Fahrenheit

Hydrofluoric Acid 20 percent At 100 degrees Fahrenheit

Not to be used for bidding purposes!

Page 270: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15814-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15814 (Bid Set)

B. Ultra violet stabilizer: Add to the exterior surface resin coat of fabrications intended for outside service, in the type and amount recommended by the resin manufacturer.

C. Resin: Fire retardant premium vinyl ester as follows unless otherwise recommended by the resin manufacturer for the service environment: 1. Resin for structural layers: Resin with sufficient antimony trioxide or pentoxide

for Class I fire rating. 2. Manufacturers: One of the following or equal:

a. Ashland, Hetron 992FR. b. Reichhold Dion, VER 9300FR.

D. Color: Add pigment to the exterior surface resin coat such that the color of the duct will be similar to paint used for equipment, except that ducting for air conditioning systems which are concealed above suspended ceilings need not be pigmented. Color selected by Owner.

E. Provide fasteners, field joints, expansion joints, and supports required for complete installation of a duct system.

F. Flanges: 1. All flanges shall be hand laid up to the thickness specified in accordance with

ASTM 3982.

2.03 DUCTWORK FABRICATION

A. Hand lay-up or filament wound construction. Provide wall thickness necessary to comply with design criteria but not less than the following minimum thicknesses:

Duct Size Round Ducting

(wall thickness, inches) Rectangular Ducting

(wall thickness, inches)

For 18 inch & smaller ducts 0.1875 0.25

20 to 36 inch ducts 0.25 0.375

42 to 54 inch ducts 0.375 0.500

60 to 72 inch ducts 0.438 0.625

B. Fittings: 1. Type: Hand lay-up contact molded. 2. Resin: Identical to and with same strength as resin used for FRP ductwork. 3. Wall thickness: At least equal to the thickness of the thickest adjacent ducting. 4. Internal diameter: Equal to the adjacent duct. 5. Tolerance:

a. Angles for all fittings shall be within 1 degree for up to 30-inch diameter duct.

b. Angles for all fittings shall be within 1/2 degree for over 30-inch diameter and above duct.

C. Joints: 1. Flanged:

a. Flanged in accordance with PS 15-69.

Not to be used for bidding purposes!

Page 271: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15814-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15814 (Bid Set)

b. Flanged joints shall be provided at the following locations: 1) At each damper and each item of equipment to facilitate

disassembly. 2) At each change in material. 3) Where indicated on the Drawings.

c. Gaskets for flanged joints: 1/8-inch neoprene over full flange face. d. Bolt nuts and washers: Type 316 stainless steel.

2. Butt and strap welded: a. Field butt and strap welded joints shall be provided at the following

locations: 1) 12 inches from any increasing or decreasing cross-section of pipe. 2) Where the pipe to be joined has the same diameter.

b. Thickness of butt and strap joint overlays: At least equal to the thickness of the thickest adjacent duct.

c. Field weld kits: 1) All necessary fiberglass and reinforcing material shall be supplied

pre-cut and individually packaged for each joint. 2) Bulk Glass rolls will not be acceptable.

2.04 FLEXIBLE CONNECTIONS

A. FL-3, Duct to Equipment Heavy Duty Flexible Connection: 1. Materials: EPDM rubber vulcanized with minimum of 1 ply of reinforcing fabric;

3/16 inch thick. 2. Unit shall have minimum movement of:

a. Axial compression: 2.25 inches. b. Axial extension: 1.25 inches. c. Lateral offset: 1.25 inches.

3. Provide 3/8 inch thick by 2 inch wide pre-drilled retaining rings/back-up bars to clamp the expansion joints into the ducting system.

4. The expansion joint shall be of fully molded construction. Splices will not be allowed in the body of the expansion joint.

5. Manufacturers: One of the following or equal: a. Proco Series 500, Style 530 Fabric Fan Connector. b. Holz Rubber Style 952 Arch Design Expansion Joint.

2.05 DUCT SUPPORTS

A. Provide duct supports as indicated on the Drawings.

B. When duct supports are not indicated on the Drawings provide supports and seismic bracing in accordance with the SMACNA Design Manual.

PART 3 EXECUTION

3.01 INSTALLATION

A. Cover ductwork openings with tape, plastic, or sheet metal to reduce the amount of dust or debris which may collect in the system at each of the following times: 1. At the time of rough installation. 2. During storage on the construction site. 3. Until final start-up of the heating and cooling equipment.

Not to be used for bidding purposes!

Page 272: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15814-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15814 (Bid Set)

B. Before installation remove dust and debris from ducts.

C. Install products in accordance with shop drawings and manufacturer's instructions. Drawings indicate general routing only and shall be modified as necessary.

3.02 FLEXIBLE CONNECTIONS

A. Install flexible connections between ducting and rotating equipment and on maximum spacing of 40 feet centers.

B. Restrain flexible connections by control rods.

END OF SECTION

Not to be used for bidding purposes!

Page 273: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15820-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15820 (Bid Set)

SECTION 15820

DUCTWORK ACCESSORIES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Dampers and damper operators. 2. Diffusers, grilles, and registers. 3. Screens. 4. Flexible duct connectors. 5. Other ductwork accessories.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 15050 - Common Work Results for Mechanical Equipment. 3. Section 15954 - Testing, Adjusting, and Balancing for HVAC.

1.02 REFERENCES

A. National Electrical Manufacturers Association (NEMA): 1. 250 - Enclosures for Electrical Equipment (1000 V Maximum).

B. National Fire Protection Association (NFPA): 1. 90B - Standard for the Installation of Warm Air Heating and Air-Conditioning

Systems. 2. 255 - Standard Method of Test of Surface Burning Characteristics of Building

Materials.

C. Uniform Building Code (UBC).

D. Underwriters Laboratories, Inc. (UL): 1. 555 - Fire Dampers. 2. 555S - Smoke Dampers.

1.03 DEFINITIONS

A. Dampers, diffusers, grilles, and registers specified are indicated on the Drawings by the abbreviations listed below. Each abbreviation is followed by a hyphen and a number to designate the required style of unit: 1. BD: Balancing Damper. 2. BDD: Backdraft Damper. 3. DG: Door Grille. 4. FD: Fire Damper. 5. FL: Flexible Duct Connector. 6. RR: Return Register or Grille. 7. SD: Smoke Damper. 8. SFD: Smoke and Fire Damper combination. 9. SR: Supply Register, Grille, or Diffuser.

Not to be used for bidding purposes!

Page 274: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15820-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15820 (Bid Set)

B. NEMA Type 1 enclosure in accordance with NEMA 250.

C. Return registers: 1. RR designation includes wall, ceiling, and duct mounted air exhaust or return

devices including diffusers and grilles with or without control dampers. 2. When no return register style is indicated on the Drawings, provide Style RR-4;

provide 4 inch flanged drop frame when duct mounting indicated.

D. Supply registers: 1. SR designation includes wall, ceiling, and duct mounted air supply devices

including diffusers and grilles with or without control dampers. 2. When no supply register style is indicated on the Drawings, provide Style

SR-4; provide 4 inch flanged drop frame when duct mounting indicated.

1.04 SUBMITTALS

A. Submit as specified in Section 01330.

B. Product data: As specified in Section 15050.

PART 2 PRODUCTS

2.01 DAMPERS

A. Manufacturers: 1. Provide dampers manufactured by the same manufacturer. 2. Dampers:

a. Manufacturer’s: One of the following or equal: 1) One manufacturer's model is listed with each style, similar models

from other listed vendors are acceptable: a) Ruskin Manufacturing. b) American Warming and Ventilating. c) Swartwout.

B. Materials: 1. Metallic ductwork: Aluminum for aluminum duct work; aluminum or galvanized

steel for galvanized steel ductwork unless specified otherwise with styles. 2. Fiberglass reinforced plastic ductwork: Fiberglass reinforced plastic where not

otherwise specified.

C. Components: Include specified damper type with frame actuators, clips, connectors, and other accessories necessary for mounting; provide locking quadrant manual actuator or electric actuator as indicated on the Drawings.

D. Volume control and balancing dampers (BD): 1. BD-7, Style 7 Balancing Damper, Fiberglass Heavy Duty Industrial Round

Damper: a. Service: Air systems up to 10 inches water column; up to 6,000 feet per

minute velocity and up to 72 inches diameter. b. Size and installation: Size as indicated on the Drawings suitable for flange

mounting in round ducting.

Not to be used for bidding purposes!

Page 275: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15820-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15820 (Bid Set)

c. Frame: Vinyl ester resin fiberglass construction conforming to ASME RTP1 with 30 mil resin rich interior corrosion layer; flanges integral to the web layup.

d. Blade: Vinyl ester resin fiberglass, stiffened as required; provide 30 mil resin rich corrosion layer on both sides; provide Viton elastomer edge seal.

e. Blade axle: Vinyl ester resin fiberglass rod with PTFE bearings and axle shaft seal.

f. Manufacturers: The following or equal: 1) Swartwout, Model 912.

2. BD-8, Style 8 Balancing Damper, Fiberglass Heavy Duty Industrial Rectangular Damper: a. Service: Air systems up to 2.5 inches water column; up to 2,000 feet per

minute velocity and up to 72 by 48 inches size. b. Size and installation: Size as indicated on the Drawings suitable for flange

mounting in rectangular ducting. c. Frame: 0.25 inch thick vinyl ester resin fiberglass construction conforming

to ASME RTP1 with 30 mil resin rich interior corrosion layer; flanges integral to the web layup.

d. Blade: Airfoil shape opposed blade action, vinyl ester resin fiberglass; provide 30 mil resin rich corrosion layer on both sides; provide fiberglass linkage with Monel rivets in the airstream; provide Viton blade edge seal.

e. Blade axle: Vinyl ester resin fiberglass rod with PTFE bearings. f. Manufacturers: One of the following or equal:

1) Swartwout, Model 1108. 2) Hartzell Fan, Model D840.

E. Damper operators: 1. General: Provide manual or electric damper operator for each damper

furnished; type as indicated on the Drawings. 2. Manual operators:

a. Gears or mechanical, to operate damper manually with a force not exceeding 20 pounds.

b. Provide manual operators with locking quadrant. c. Provide 3/8 inch, or larger, square double-ended drive shaft adequate for

required damper torque. d. Provide sufficient number of operators for torque required to operate

damper.

2.02 DIFFUSERS, GRILLES, AND REGISTERS

A. Manufacturers: 1. Provide diffusers, grilles, and registers manufactured by the same

manufacturer. 2. Diffusers, grilles, and registers: One of the following or equal. One

manufacturer's model is listed with each style, similar models from other listed vendors are acceptable: a. Titus Manufacturing Corp. b. Tuttle and Bailey. c. Kees, Inc. d. Metal Industries, Inc. (MetalAire). e. Krueger.

Not to be used for bidding purposes!

Page 276: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15820-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15820 (Bid Set)

B. Materials: 1. For metallic ductwork: Aluminum for aluminum duct work; aluminum or

galvanized steel for galvanized steel ductwork unless specified otherwise with styles.

2. For fiberglass reinforced plastic ductwork: Fiberglass reinforced plastic where not otherwise specified.

C. Components: Include specified style with frame, clips, connectors, and other accessories necessary for mounting.

D. Appearance: Similar for units in same room or space.

E. Supply diffuser, grille, and register styles: 1. SR-3, Supply Register Style 3:

a. Size and installation: Rectangular grille size as indicated on the Drawings framed for surface mounting on gypsum or directly mounted on exposed ducting; provide 4 inch flanged drop frame when duct mounted.

b. Faceplate: Removable grille with double deflection blades spaced at 3/4 inch; front blades parallel to long dimension; provide gasket at frame for sealing.

c. Core: Adjustable vanes with rectangular or round neck to match ducting. d. Damper: Provide opposed blade volume control damper suitable for use

with ducting type; damper to be adjustable through the face of the unit. e. Materials: Aluminum frame, core, damper, and faceplate. f. Manufacturers: The following or equal:

1) Titus, Model 272FL. 2) Krueger, Model 5880H.

F. Return diffuser, grille, and register styles: 1. RR-3, Return Register Style 3:

a. Size and installation: Rectangular grille with size as indicated on the Drawings framed for surface mounting on gypsum or directly mounted on exposed ducting; provide 4 inch flanged drop frame when duct mounted.

b. Faceplate: Removable grille with fixed blades spaced at 3/4 inch; front blades parallel to long dimension with 35 degree deflection; provide gasket at frame for sealing.

c. Core: When connected to ducting, provide suitable rectangular or round neck to match ducting; when filter indicated on the Drawings, provide 1 inch deep filter frame and hinged face with 1/4 turn fasteners.

d. Damper: When connected to ducting, provide opposed blade volume control damper suitable for use with ducting type; damper to be adjustable through the face of the unit.

e. Materials: Aluminum frame, core, damper, and faceplate. f. Manufacturers: The following or equal:

1) Titus, Model 350FL or Model 350FF1.

2.03 SCREENS

A. Characteristics and features: 1. Bird screen: 1/2-inch mesh by 14 gauges. 2. Insect screens: 18 by 14 mesh.

Not to be used for bidding purposes!

Page 277: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15820-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15820 (Bid Set)

3. Screens and frames, same material as ductwork, hood, louver, fan, or equipment connected to screen.

4. Screens secured in frames.

2.04 FLEXIBLE CONNECTIONS

A. Provide flexible duct connectors at all connections to fans and other air movement equipment as indicated on the Drawings.

B. FL-2, Duct to Duct Flexible Connection, Corrosive Environment: 1. Fabric for flexible connections exposed to chemicals shall be glass fabric

coated with Teflon and suitable for a temperature range of -10 degrees Fahrenheit to 500 degrees Fahrenheit and shall have a weight of at least 14 ounces per square yard and a thickness of 0.014 inches.

2. Manufacturers: The following or equal: a. Ventfabrics “Ventel”.

PART 3 EXECUTION

3.01 PREPARATION

A. Before installation, remove dust and debris from ducts and accessories.

3.02 INSTALLATION

A. Install items in accordance with manufacturer’s instructions.

B. FL-2, Flexible Connections: 1. Install at building expansion joints and as indicated on the Drawings. 2. Install with collar and metal band to form airtight joints. 3. Install with minimum 4 inches of slack in fabric. 4. Exterior locations: Install sheet metal weather cover over fabric. 5. Duct alignment shall be a maximum of 1/2 inch offset. 6. The minimum/maximum gap shall be 2-inches and 6-inches. 7. Lap longitudinal joints and glue per manufacturer’s recommendations.

3.03 FIELD QUALITY CONTROL

A. Set grilles, dampers, and diffusers to achieve flows and flow patterns indicated on the Drawings and test finished system as specified in Section 15954.

B. Mark final balance positions on all manual damper actuators with paint pen in a distinctive color.

END OF SECTION

Not to be used for bidding purposes!

Page 278: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 279: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15830-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15830 (Bid Set)

SECTION 15830

FANS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Fans, including: 1. Type 14 - Centrifugal sidewall exhaust fans. 2. Fire/smoke control systems.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01612 - Seismic Design Criteria. 3. Section 01614 - Wind Design Criteria. 4. Section 01756 - Commissioning. 5. Section 01782 - Operation and Maintenance Data. 6. Section 09960 - High-Performance Coatings. 7. Section 15050 - Common Work Results for Mechanical Equipment. 8. Section 15852 - Louvers. 9. Section 15936 - Instrumentation and Control Devices for HVAC. 10. Section 15954 - Testing, Adjusting, and Balancing for HVAC. 11. Section 16050 - Common Work Results for Electrical. 12. Section 16060 - Grounding and Bonding. 13. Section 16123 - 600-Volt or Less Wires and Cables. 14. Section 16130 - Conduits. 15. Section 16140 - Wiring Devices. 16. Section 16222 - Low Voltage Motors up to 500 Horsepower. 17. Section 16411 - Disconnect Switches.

1.02 REFERENCES

A. American Bearing Manufacturers Association (ABMA): 1. 9, Load Ratings and Fatigue Life for Ball Bearings. 2. 11, Load Ratings and Fatigue Life for Roller Bearings.

B. Air Movement and Control Association International, Inc. (AMCA): 1. 210, Laboratory Methods of Testing Fans for Certified Aerodynamic

Performance Rating. 2. 211, Certified Rating Program- Product Rating Manual for Fan Air

Performance. 3. 300, Reverberant Room Method for Sound Testing of Fan. 4. 301, Methods for Calculating Fan Sound Ratings from Laboratory Test Data.

C. American Society of Heating, Refrigerating, and Air-Conditioning Engineers (ASHRAE): 1. 52.2 - Method of Testing General Ventilation Air-Cleaning Devices for

Removal Efficiency by Particle Size. 2. 68 - Laboratory Methods of Testing to Determine Sound Power in a Duct.

Not to be used for bidding purposes!

Page 280: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15830-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15830 (Bid Set)

D. ASTM International (ASTM): 1. A108 - Standard Specification for Steel Bar, Carbon and Alloy, Cold-Finished. 2. D4167 - Standard Specification for Fiber Reinforced Plastic Fans and Blowers. 3. E84 - Standard Test Method for Surface Burning Characteristics of Building

Materials.

E. National Electrical Code (NEC).

F. National Electrical Manufacturers Association (NEMA): 1. 250 - Enclosures for Electrical Equipment (1000 V Maximum).

G. National Fire Protection Association (NFPA): 1. 90A - Standard for Installation of Air Conditioning and Ventilating Systems. 2. 820 - Standard for Fire Protection in Wastewater Treatment and Collection

Facilities.

H. National Roofing Contractors Association (NRCA).

I. Occupational Safety and Health Administration (OSHA).

J. Underwriters' Laboratories, Inc. (UL).

1.03 DEFINITIONS

A. As used in this Section and on the drawings, abbreviations and Fan Schedule headings have the following meaning: 1. SF or SPF: Supply Fan. 2. EF or EXF: Exhaust Fan. 3. Type: Fan type as specified in this Section. 4. SP or ESP: Fan External Static Pressure in inches water column. 5. Size: Nominal fan blade or wheel diameter in inches. 6. Hp: Fan motor horsepower. 7. V/Ph: Fan motor voltage and power phases.

B. Institute of Electrical and Electronics Engineers (IEEE): 1. 841 - IEEE Standard for Petroleum and Chemical Industry--Premium-

Efficiency, Severe-Duty, Totally Enclosed Fan-Cooled (TEFC) Squirrel Cage Induction Motors--Up to and Including 370 kW(500hp).

C. NEMA: 1. Type 1 enclosure in accordance with NEMA 250. 2. Type 3R enclosure in accordance with NEMA 250.

1.04 SYSTEM DESCRIPTION

A. Design requirements: 1. Provide fans that have sharply rising pressure characteristics which extend

throughout the operating range and continue to rise beyond the efficiency peak.

2. Provide fans that peak as close as possible to the maximum efficiency and whose operating range is within the normal fan selection range.

Not to be used for bidding purposes!

Page 281: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15830-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15830 (Bid Set)

3. When scheduled, provide guided vibration isolator for fans, so that not more than 10 percent of the vibration amplitude of the fan and motor is transmitted to the supporting structure.

4. Design fan inner scroll and air stream surfaces to maintain smoothness for entire fan service life.

5. Seismic supports: Seismic design criteria as specified in Section 01612. 6. Wind supports for exterior units: Wind design criteria as specified in

Section 01614. 7. Electrical components: UL listed and meeting the design and installation

requirements of the NEC. 8. Applicable portions as specified in Section 15050. 9. Motors supplied with fans: TEFC, IEEE 841 Compliant, NEMA premium

efficiency, Class F insulation, Class B temperature rise, 1.15 service factor; provide motor voltage phases and speed as scheduled; non-overloading on any point of the fan curve including belt losses.

10. Roof curbs: Designed in accordance with NRCA standards. 11. Insulation and adhesives: Meet NFPA 90A requirements for flame spread and

smoke generation. 12. Belt drive systems: Adjustable for minimum within 5 percent speed change,

rated for 1.5 times maximum horsepower motor available for the scheduled fan size or model.

13. Screens: Provide bird or insect screen as specified with the fan type or as listed on the Fan Schedule: a. Bird screen: Stainless steel; 0.5-inch mesh 18 gauge. b. Insect screen: Stainless steel mesh and frame.

14. Finishes: When not specified with fan type, coat ferrous metals as specified in Section 09960.

15. Accessories: Provide accessories specified and those scheduled. 16. Provide fans with fire/smoke control system as specified under paragraph

Fire/Smoke Control System Design Requirements.

B. Performance requirements: 1. Performance requirements are included in the Fan Schedule located at the

end of this Section. 2. Fan performance: Rated and licensed to bear the AMCA label in accordance

with AMCA 210 and AMCA 211. 3. Total sound power levels in the 8 octave band range as measured in

accordance with ASHRAE 68, AMCA 301, or AMCA 300 as appropriate for each fan: Not to exceed the lesser of the following or the Sones levels on the Fan Schedule.

Sound Power Level, decibel levels referenced to 10-12 watts Frequency, Hz 63 125 250 500 1,000 2,000 4,000 8,000

General 100 98 94 88 84 84 78 75

4. Air filters supplied with fans: 25 to 30 percent dust spot efficiency when rated per ASHRAE Testing Standard 52.2.

5. Bearings: Rated per ABMA 9 or 11 for a L10 life rating of not less than 50,000 hours; provide greater life when specified with each fan type.

Not to be used for bidding purposes!

Page 282: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15830-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15830 (Bid Set)

C. Electrical and control system design: 1. Design and supply necessary electrical power and control systems,

components, and wiring to make a complete functioning system. Design to perform the system ventilating functions with the control systems as specified in Section 15936 or as indicated on the Drawings and as specified in the following Sections: a. Section 16050. b. Section 16060. c. Section 16123. d. Section 16130. e. Section 16140. f. Section 16222. g. Section 16411.

D. Fire control system design requirements: 1. Provide all supply, exhaust, and odor control fans greater than or equal to

2,000 cubic feet per minute with smoke control system including the following minimum components. a. Duct or fan mounted smoke detector as specified in Section 15936. b. Fan interlock to shut down fan upon smoke detection. c. Provide all wire, conduit, end of line resistors, and other electrical

equipment for complete functioning smoke control system. Provide in conformance with the electrical, mechanical, and instrumentation Drawings. When no electrical design for smoke control system is indicated, Contractor shall provide design and installation of the smoke control system.

1.05 SUBMITTALS

A. Submit as specified in Section 01330.

B. Product data: 1. Materials. 2. Primary and ancillary equipment. 3. Sound Power Level in each of 8 octave bands and overall Sones. 4. Fan system layout, mechanical, electrical power, and control diagrams. 5. Supports, vibration isolators, and seismic bracing calculations and details. 6. Calculated fan vibration levels and field-testing method. 7. Bearing life. 8. Fan performance curves showing specified operating condition.

C. Provide vendor operation and maintenance manual as specified in Section 01782. 1. Furnish bound sets of installation, operation, and maintenance instructions for

each type fan.

D. Provide Manufacturer’s Certificate of Source Testing as specified in Section 01756.

1.06 QUALITY ASSURANCE

A. Provide fans: 1. Listed by UL. 2. Rated in accordance with AMCA.

Not to be used for bidding purposes!

Page 283: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15830-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15830 (Bid Set)

1.07 DELIVERY, STORAGE, AND HANDLING

A. Deliver units in 1 piece, factory assembled, internally wired, and lubricated.

B. Protect equipment from dust and atmospheric exposure as recommended by the unit manufacturer. 1. As a minimum provide temporary closures for equipment openings designed

for airflow.

1.08 EXTRA MATERIALS

A. Provide 2 extra sets (3 sets total) of filters per installed fan for fans specified with filters.

B. Provide 1 extra set of belts per installed fan for fans specified with belt drives.

PART 2 PRODUCTS

2.01 TYPE 14, CENTRIFUGAL SIDEWALL EXHAUST FANS

A. Manufacturers: One of the following or equal: 1. Greenheck, Model CWB. 2. Loren Cook, Model ACWB. 3. Penn Ventilator.

B. Characteristics: 1. Wall-mounted, upblast circular exhaust fan unit. 2. Backward inclined centrifugal fan wheel with Venturi inlet; performance as

scheduled. 3. Materials: Aluminum fan, housing, and accessories. 4. Fan bearings: Permanently lubricated ball bearing type. 5. Adjustable belt drive rated for 150 percent of motor horsepower. 6. Motor characteristics: As scheduled. 7. Finishes: Provide Kynar paint coating over compatible primer on all steel

surfaces. 8. Provide duct adapter. 9. Provide other accessories as scheduled.

C. Accessories: 1. Mounting brackets: Necessary for installation. 2. Bird screen: Provide bird screen if no screen is listed on the Fan Schedule.

2.02 SOURCE QUALITY CONTROL

A. Factory test fans listed on the Fan Schedule for proper operation, performance, and electrical controls.

Not to be used for bidding purposes!

Page 284: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15830-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15830 (Bid Set)

PART 3 EXECUTION

3.01 EXAMINATION

A. Examine and verify that Work is in condition to receive installation specified in this Section.

B. Take measurements and verify dimensions to ascertain fit of installation.

C. Ascertain support and openings are correctly located.

3.02 PREPARATION

A. Before installation, remove dust and debris from equipment and ducts.

B. During installation and until equipment is operated, protect equipment and ducts from dust and debris by covering openings with tape or plastic.

3.03 INSTALLATION

A. Observe applicable installation requirements as specified in Section 15050.

B. Anchoring and support: 1. Provide anchoring and support for fans and appurtenances. 2. Provide anchoring to sustain seismic and wind forces as specified in

Sections 01612 and 01614.

C. Adjust alignment of ducts where necessary to resolve conflicts with architectural features or to resolve conflicts with the work of other trades.

D. Install and wire unit fans and controls in accordance with manufacturer's recommendations.

E. Install flexible connections to fans.

F. Install roof curb and fan as recommended by fan manufacturer.

G. For fan housings with threaded water trap drain, provide drain piped from fan housing to the nearest drain channel, floor drain, or sump.

3.04 FIELD QUALITY CONTROL

A. Test equipment and installation to verify tightness, operation, and unit vibration is within manufacturer's submitted maximum.

B. Test equipment performance and balance equipment as specified in Section 15954.

3.05 COMMISSIONING

A. As specified in Section 01756 and this Section.

Not to be used for bidding purposes!

Page 285: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15830-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15830 (Bid Set)

B. Manufacturer(each) services for each type of fan. 1. Provide Manufacturer’s Certificate of Source Testing.

Manufacturer Rep Onsite

Source Testing

(Witnessed or Non-

witnessed)

Training Requirements

Installation Testing

Functional Testing

Process Operational

Period

Maintenance (hrs per session)

Operation (hrs per session) Trips

Days (each trip) Trips

Days (each trip) Trips

Days (each trip)

Non-Witnessed Not Required Not Required Not Required Not Required

Not to be used for bidding purposes!

Page 286: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017

15830-8 10417A

10 pw://Carollo/Documents/Client/IL/RRW

RD/10417A10/Specifications/15830 (Bid Set)

3.06 SCHEDULES

A. Fan Schedule:

Equip. No. Location

Fan Motor Additional Requirements

(See listed Notes) Type Drive Min. CFM

Min. ESP"

Max. RPM

Fan Diam.

Noise Sones Hp V / Ph.

Max. RPM

EF-910 New GBT Room 14 Belt 7500 0.75 1100 25 in 21 3 460/3 1725 1,3,5,8,12,16,22 EF-930 New GBT Room 14 Belt 3500 0.75 1300 17 in 17.4 2 460/3 1725 1,3,5,8,12,16,22 Notes: 1. Provide bird screen. 2. Provide insect screen. 3. Provide backdraft damper, counterbalanced for minimum

pressure loss. 4. Provide exterior weather hood. 5. Provide adjustable belt sheaves. 6. Provide vibration isolators. 7. Provide manufacturer std. motor enclosure. 8. Provide TEFC motor enclosure and wiring suitable for

Class I, Div. 2 locations. 9. Provide explosion proof motor and wiring suitable for Class

I, Div. 1 locations. 10. Provide variable frequency drive speed controller as

specified in this Section. 11. Provide SCR speed controller as specified in this Section. 12. Exterior disconnect switch to be provided by electrical

contractor, NEMA Type 4X. 13. Provide NEMA Type 1 disconnect switch at fan inside

housing.

14. Provide 120 volt, line voltage thermostat Type 2 as specified in Section 15936. 15. Provide 24 volt, low voltage thermostat type T-5 as specified in Section 15936. 16. Interlock fan with motorized louver dampers, other fans, or equipment as

indicated on the Drawings. 17. Provide replaceable filters. 18. Provide motorized backdraft damper. 19. Provide exterior weather louver, Type L-1 as specified in Section 15852. 20. Provide fiberglass canopy hood, size as indicated on the Drawings. 21. Fan selection based on existing opening; field verify opening size and select

maximum sized, slowest rpm fan to fit opening and meet performance conditions.

22. Provide fire/smoke control system for all fans greater than 2,000 cfm.

END OF SECTION

Not to be used for bidding purposes!

Page 287: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15936-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15936 (Bid Set)

SECTION 15936

INSTRUMENTATION AND CONTROL DEVICES FOR HVAC

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Controls for Heating, Ventilating, and Air Conditioning (HVAC) Systems: 1. Thermostats. 2. Airflow switches. 3. Duct mounted smoke detectors. 4. HVAC control descriptions.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01610 - Project Site Conditions. 3. Section 01756 - Commissioning. 4. Section 01782 - Operation and Maintenance Data. 5. Section 15050 - Common Work Results for Mechanical Equipment. 6. Section 15732 - Air Conditioning Units. 7. Section 15812 - Metal Ducts. 8. Section 15830 - Fans. 9. Section 15954 - Testing, Adjusting, and Balancing for HVAC 10. Section 16123 - 600-Volt or Less Wires and Cables. 11. Section 16130 - Conduits. 12. Section 16150 - Low Voltage Wire Connections. 13. Section 16422 - Motor Starters. 14. Section 17710 - Control Systems: Panels, Enclosures, and Panel

Components.

1.02 REFERENCES

A. CSA International (CSA).

B. National Electrical Code (NEC).

C. National Electrical Manufacturers Association (NEMA). 1. 250 - Enclosures for Electrical Equipment (1,000 Volts Maximum).

D. National Fire Protection Association (NFPA): 1. 90A - Standard for the Installation of Air-Conditioning and Ventilating Systems.

E. Underwriters' Laboratories, Inc. (UL). 1. 268A - Standard for Smoke Detectors for Duct Application.

Not to be used for bidding purposes!

Page 288: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15936-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15936 (Bid Set)

2. 1479 - Fire Tests of Through-Penetration Firestops.

1.03 SYSTEM DESCRIPTION

A. General requirements: 1. All electrical components shall be UL listed and meet the design and

installation requirements of the NEC. 2. Complete, functional system: Provide all necessary electrical power and

control systems, components, and wiring to make a complete functioning system.

3. Comply with electrical Sections for electrical power and control systems. 4. System control functions to perform as described in Products. 5. Materials: New, free from defects, and of the quality specified. 6. Common manufacturer: Provide components, component accessories, and

devices, as much as possible, by the same manufacturer throughout the work. 7. Mounting: Mount control components and devices in accessible locations for

maintenance and as recommended by the manufacturer; provide necessary manufacturer approved mounting and configuration hardware for mounting and operation of control components and devices.

B. Fire detection system design requirements: 1. Provide all supply and exhaust fans greater than 2,000 cubic feet per minute

with a smoke control system including the following minimum components. a. Fan and air handling unit interlocks interlock to shut down upon smoke

detection.

1.04 SUBMITTALS

A. Submit as specified in Section 01330.

B. Product data: As specified in Section 15050.

C. Shop drawings: 1. Manufacturer's information including:

a. Catalog information clearly marked to show specific products, models, and sizes being furnished.

b. Component cut sheets.

D. Provide vendor operation and maintenance manual as specified in Section 01782.

E. Provide Manufacturer’s Certificate of Installation and Functionality Compliance as specified in Section 01756.

1.05 QUALITY ASSURANCE

A. The control system shall be designed in accordance with UL and CSA standards.

1.06 DELIVERY, STORAGE, AND HANDLING

A. The system control products shall be stored and handled per manufacturer's recommendations.

Not to be used for bidding purposes!

Page 289: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15936-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15936 (Bid Set)

1.07 SITE CONDITIONS

A. Elevation and ambient conditions as specified in Section 01610.

1.08 WARRANTY

A. Special warranties: Warranty period begins at date of Project Acceptance or first date of Beneficial Use by the Owner: 1. 1 year: Parts and on-site labor for components, systems, and programming.

PART 2 PRODUCTS

2.01 THERMOSTATS

A. General: 1. Thermostat types: Thermostat types are called out on the drawings by the

letter T followed by a number; this designation refers to the specified thermostat types specified in this Section; where no type is called out, provide 1 of the specified types that will match the controlled equipment requirements and provide a functioning system.

2. Manufacturers: One of the following or equal: a. Johnson Controls, model as specified with each type. b. Honeywell, Tradeline, equivalent models.

B. T-1, Type 1 Thermostat, Heating Only, Line Voltage: 1. Johnson Controls Model:

a. Dry locations (no hose bibs or open water processes in room): Model A19BAC-1 in NEMA 1 enclosure.

b. Wet Locations (hose bibs or open water processes in room): Model A19PRC-1 in NEMA 4X enclosure.

2. Switch action: Single pole double throw, open on rising temperature. 3. Sensing element: Coiled bulb and capillary. 4. Setpoint: 30 to 110 degrees Fahrenheit with knob adjuster and visible scale. 5. Electrical ratings: 16 amps alternating current at 120 volts, 9.2 amps

alternating current at 208 volts.

C. T-2, Type 2 Thermostat, Cooling Only, Line Voltage: 1. Johnson Controls Model:

a. Dry locations (no hose bibs or open water processes in room): Model A19BBC-2 in NEMA 1 enclosure.

2. Switch action: Single pole double throw, close on rising temperature. 3. Sensing element: Coiled bulb and capillary. 4. Setpoint: 30 to 110 degrees Fahrenheit with knob adjuster and visible scale. 5. Electrical ratings: 16 amps alternating current at 120 volts, 9.2 amps

alternating current at 208 volts. 6. Differential range: For dry locations, 3 to 12 degrees Fahrenheit adjustable; for

wet locations, 5 degrees Fahrenheit fixed.

Not to be used for bidding purposes!

Page 290: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15936-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15936 (Bid Set)

2.02 AIR FLOW SWITCHES

A. Paddle type: 1. Manufacturers: The following or equal:

a. McDonnell & Miller Division of ITT, Model AF1-E. Design flow rate for velocities up to 2,300 FPM.

2. Characteristics and features: a. Provide 7.25-inch stainless steel paddle suitable for 8 inch and larger

ducts (6 inch with trimmed paddle) or 5.25-inch stainless steel paddle suitable for 8 inch and larger ducts as applicable per design velocities.

b. Provide anti-corrosion treatment of exposed parts. c. Provide field adjustable switch setting from 480 to 1,385 feet per minute in

horizontal duct applications and 700 to 2,230 feet per minute in vertical duct applications; paddle can be trimmed to 5 inches with correspondingly higher velocity ranges.

d. Provide single pole double throw (SPDT) snap switch rated at 7.4 full load amps at 120 volts alternating current.

e. Provide adjustable time delay relay to prevent momentary low flows from tripping the flow switch output.

f. Enclosure: Factory Mutual approved and suitable for National Electric Code Class I, Division 1, Group D locations. NEMA 7 and 9 rated.

2.03 DUCT MOUNTED SMOKE DETECTORS

A. Duct Mounted Smoke Detectors for Electrical Room 1. Manufacturers: The following or equal:

a. System Sensor Series D4120. 2. General:

a. Provide duct mounted smoke detectors in air ducting with flows greater than 2,000 cubic feet per minute whether or not smoke detectors are indicated on the Drawings. 1) Supply ducting: Locate smoke detectors downstream of fans and

ahead of branch connections. 2) Exhaust/Return ducting: Locate smoke detectors after branch

connections and upstream of fans. b. Smoke detectors shall be UL listed for use in air distribution systems and

in accordance with NFPA 90A. c. Connect the smoke detector to:

1) Fan control circuit to shut down respective fan upon detection of smoke.

2) Damper control circuits to close respective air dampers to prevent spread of smoke.

3. Characteristics: a. Photoelectric type.

1) Explosion proof detector enclosure b. Operating temperature range of 32 degrees Fahrenheit to 150 degrees

Fahrenheit. c. Operate at airflow velocities of 100 to 4,000 feet per minute. d. Power supply voltage 120 volts alternating current, 60 hertz. e. Capable of mounting to rectangular or round ducts. f. Integral filter to reduce dust. g. Comply in accordance with UL 268A for air handling systems.

Not to be used for bidding purposes!

Page 291: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15936-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15936 (Bid Set)

4. Accessories: a. Provide metal sampling tube and end cap to match duct width. Sampling

tube shall be able to be installed without use of tools. b. Provide mounting base and hardware. c. Provide duct access door as specified in Section 15812. Provide similar

for nonmetalic ducting. d. Provide a 120 volt 10 amp DPDT auxiliary contact and a 30 VDC 10 amp

DPDT auxiliary contact. e. Provide remote annunciator with alarm and power LEDs. f. Provide remote test station.

B. Duct Mounted Smoke Detectors for GBT Building. 1. Manufacturers: The following or equal:

a. Det-Tronics Model U5016. 2. General:

a. Provide duct mounted smoke detectors in air ducting with flows greater than 2,000 cubic feet per minute whether or not smoke detectors are indicated on the Drawings. 1) Supply ducting: Locate smoke detectors downstream of fans and

ahead of branch connections. 2) Exhaust/Return ducting: Locate smoke detectors after branch

connections and upstream of fans. b. Smoke detectors shall be UL listed for use in air distribution systems and

in accordance with NFPA 90A. c. Connect the smoke detector to:

1) Fan control circuit to shut down respective fan upon detection of smoke.

2) Damper control circuits to close respective air dampers to prevent spread of smoke.

3. Characteristics: a. Photoelectric type.

1) Explosion proof detector enclosure rated for Class I, Division 1 locations.

b. Operating temperature range of -4 degrees Fahrenheit to 149 degrees Fahrenheit.

c. Operate at airflow velocities of 300 to 4,000 feet per minute. d. Power supply voltage 24 Vdc. e. Capable of mounting to rectangular or round ducts. f. Integral filter to reduce dust. g. Comply in accordance with UL 268A for air handling systems.

4. Accessories: a. Provide metal sampling tube and end cap to match duct width. Sampling

tube shall be able to be installed without use of tools. b. Provide mounting base and hardware. c. Provide duct access door as specified in Section 15812. Provide similar

for nonmetalic ducting. d. Provide a 30 VDC 10 amp DPDT auxiliary contact. e. Provide remote annunciator with alarm and power LEDs. f. Provide remote test station.

Not to be used for bidding purposes!

Page 292: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15936-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15936 (Bid Set)

2.04 HVAC CONTROL DESCRIPTIONS

A. General: Provide control systems that will maintain room or area comfort under changing ambient conditions and varying use; descriptions in this Section are general in nature and do not cover every mode of operation.

B. GBT Room HVAC Control Sequences: 1. Makeup Air Unit, MAU-001, shall operate continuously to provide a minimum

of 12 air changes per hour (ACH) to the GBT room. MAU-001 will be provided with a VFD to allow for the unit to be adjusted to an increased airflow in the future when a new gravity belt thickener is added. Provide control switches at MAU-001 to enable airflow selection of the higher or lower scheduled airflows. a. Heating provided by MAU-001 will be controlled by a thermostat with

adjustable set point. The heating set-point shall be 55 degrees Fahrenheit. When the temperature falls 55 degrees below the set point, the unit will energize. When the temperature rises 5 degrees above the set point, the burner shall shut down and safety valve shall close to prevent gas buildup inside the unit. 1) Burner shall be provided with an electronic pressure switch to lockout

the gas valve until the combustion chamber is purged and combustion airflow is established.

b. MAU-001 shall be provided with an airflow switch. When the flow drops below 20% of designed airflow rate a "Low Flow" alarm shall be sent to the SCADA system and the ventilation alarms for the area shall activate.

c. MAU-001 shall be provided with a duct mounted smoke detector. When the detector senses smoke, the unit shall shut down. The detector shall also send a "Smoke" alarm to the PLC.

d. MAU-001 shall be interlocked with EF-001 and EF-002, so that MAU-001 is operating when EF-001 and EF-002 are operating and shutdown when either EF-001 or EF-002 is shutdown.

2. Exhaust Fan, EF-001, shall operate continuously to facilitate in exhausting a minimum of 12 ACH from the GBT room. a. EF-001 shall be provided with an airflow switch. When the flow drops

below 20 percent of designed airflow rate a "Low Flow" alarm shall be sent to the SCADA system and the ventilation alarms for the area shall activate.

b. EF-001 shall be provided with a duct mounted smoke detector. When the detector senses smoke, the unit shall shut down. The detector shall also send a "Smoke" alarm to the PLC.

c. EF-001 shall be interlocked with MAU-001 and EF-002, so that EF-001 is operating when MAU-001 and EF-002 are operating and shutdown when either MAU-001 or EF-002 is shutdown.

3. Exhaust Fan, EF-002, shall operate continuously to facilitate in exhausting a minimum of 12 ACH from the GBT room. a. EF-002 shall be provided with an airflow switch. When the flow drops

below 20% of designed airflow rate a "Low Flow" alarm shall be sent to the SCADA system and the ventilation alarms for the area shall activate.

b. EF-002 shall be provided with a duct mounted smoke detector. When the detector senses smoke, the unit shall shut down. The detector shall also send a "Smoke" alarm to the PLC.

Not to be used for bidding purposes!

Page 293: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15936-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15936 (Bid Set)

c. EF-002 shall be interlocked with MAU-001 and EF-001, so that EF-002 is operating when MAU-001 and EF-001 are operating and shutdown when either MAU-001 or EF-001 is shutdown.

C. Electrical Room HVAC Control Sequences: 1. Air conditioning unit, ACU-001, will provide cooling and heating to the

Electrical room. ACU-001 will be controlled by a thermostat. The cooling setpoint for the thermostat will be 85 degrees Fahrenheit and the heating setpoint will be 55 degrees Fahrenheit. The thermostat shall have a throttling range of ± 5 degrees Fahrenheit so that the unit does not energize until the temperature in the space has deviated 5 degrees Fahrenheit from the setpoint.

2. ACU-001 shall be provided with a duct mounted smoke detector. When the detector senses smoke, the unit shall shut down. The detector shall also send a "Smoke" alarm to the PLC.

PART 3 EXECUTION

3.01 PREPARATION

A. Before installation remove dust and debris from equipment and accessories.

B. During installation and until equipment is operated, protect equipment and accessories from dust and debris.

3.02 INSTALLATION

A. Install as indicated on the Drawings, in accordance with NFPA 90A, and per the manufacturer’s written instructions.

B. Coordinate installation of HVAC control systems with other trades. 1. Prior to installation, coordinate wiring and conduit requirements with electrical

subcontractor.

C. Mount remote annunciator and test station on wall near smoke detector. 1. Devices shall be easily accessible from floor level. 2. Label annunciator and test station.

D. Provide all electrical work to support smoke detector. 1. Coordinate with electrical subcontractor.

E. Sensor and control station mounting: 1. Where not otherwise indicated, mount 5 feet above floor or walking level. 2. Provide insulating back plates when mounting is on an exterior wall or a wall

adjoining an unconditioned space. 3. Shield outside thermostats or sensors from the sun; provide thermostats with

remote bulb and compensated capillary. 4. Install locking covers where indicated on the Drawings.

Not to be used for bidding purposes!

Page 294: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15936-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15936 (Bid Set)

3.03 COMMISSIONING

A. As specified in Section 01756 and this Section.

B. Functional testing: 1. HVAC Instrumentation and Controls:

a. Test witnessing: Witnessed. b. Test each control component and system as part of HVAC system testing,

adjusting, and balancing as specified in Section 15954.

END OF SECTION

Not to be used for bidding purposes!

Page 295: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15954-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15954 (Bid Set)

SECTION 15954

TESTING, ADJUSTING, AND BALANCING FOR HVAC

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Heating, ventilation, and air conditioning systems testing, adjusting, and

balancing.

B. Related sections: 1. Section 01756 - Commissioning.

1.02 REFERENCES

A. Associated Air Balance Council (AABC): 1. National Standards for Field Measurements and Instrumentation, Total System

Balance, Air Distribution-Hydronic Systems.

B. National Environmental Balancing Bureau (NEBB): 1. Procedural Standards for Testing, Adjusting, and Balancing Environmental

Systems.

C. Sheet Metal and Air Conditioning Contractors' National Association (SMACNA): 1. Heating, Ventilating, and Air Conditioning Systems - Testing, Adjusting, and

Balancing.

D. Testing, Adjusting, and Balancing Bureau (TABB): 1. International Standards for Environmental Systems Balance.

1.03 TESTING, ADJUSTING, AND BALANCING WORK REQUIREMENTS

A. Procure the services of an independent air balance and testing agency belonging to and in good standing with the AABC, NEBB, or the TABB to perform air balancing, testing, and adjustment of building and process air conditioning, heating, and ventilating air systems.

B. The Work includes: Balancing new air systems installed as part of this contract and existing air systems affected by the installation of new equipment.

C. Perform testing of heating, ventilating, and air conditioning equipment, balancing of distribution systems, and adjusting of air terminal units and ductwork accessories to ensure compliance with Specifications and Drawings. Perform tests for following: 1. Air conditioning units. 2. Fans. 3. Makeup Air Units 4. Ductwork accessories. 5. Ducting. 6. HVAC controls.

Not to be used for bidding purposes!

Page 296: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15954-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15954 (Bid Set)

7. Other specified HVAC equipment.

D. Test each mode of operation of thermostats, electronic controllers, and pneumatic, electric or electronic heating, ventilating, and air conditioning instruments to ensure operation as specified.

E. Test and adjust room distribution patterns at air outlets.

F. Provide instruments required for testing, adjusting, and balancing operations; retain possession of instruments; remove instruments from site at completion of services.

G. Make instruments available to the Engineer to facilitate spot checks during testing.

H. Provide test holes for pressure and pitot flow measurements; provide plugs for all test holes after testing.

1.04 QUALITY ASSURANCE

A. Test, balance, and adjust environmental systems in accordance with either: 1. AABC: National Standards for Field Measurements and Instrumentation, Total

Systems Balance, Air Distribution-Hydronics System. 2. NEBB: Procedural Standards for Testing, Adjusting, and Balancing of

Environmental Systems. 3. TABB: International Standards for Environmental Systems Balance.

B. Perform services under direction of AABC, NEBB, or TABB certified supervisor.

C. Calibrate and maintain instruments in accordance with requirements of standards. Make calibration histories of instruments available for examination.

D. Make measurements in accordance with accuracy requirements of standards.

E. Testing, adjusting, and balancing performance requirements: 1. Comply with procedural standards of certifying association. 2. Execute each step of prescribed testing, balancing, and adjusting procedures

without omission. 3. Accurately record required data. 4. Make measurements in accordance with recognized procedures and practices

of certifying association. 5. Measure air volume discharged at each outlet and adjust air outlets to design

air volumes within 5 percent over.

1.05 SUBMITTALS

A. Resumes of proposed supervisor and personnel showing training and qualifications.

B. Interim reports: At least 30 days prior to starting field work, submit the following: 1. Set of report forms filled out as to design flow values and installed equipment

pressure drops, and required cubic feet per minute for air terminals. 2. Develop heating, ventilating, and air conditioning system schematic similar to

Figure 6-1 in SMACNA Testing, Adjusting, and Balancing.

Not to be used for bidding purposes!

Page 297: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15954-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15954 (Bid Set)

3. Complete list of instruments proposed to be used, organized in appropriate categories, with data sheets for each showing: a. Manufacturer and model number. b. Description and use when needed to further identify instrument. c. Size or capacity range. d. Latest calibration date.

C. Final report: At least 15 days prior to Contractor's request for final inspection, submit 3 copies of final reports, on applicable reporting forms. Include: 1. Identify instruments which were used and last date of calibration of each. 2. Procedures followed to perform testing, adjusting, and balancing. 3. Identification and succinct description of systems included in report. 4. Initial balance test results made with all dampers and air control devices in full

open positions. 5. Description of final locations and sizes, including opening area and

dimensioned configuration of orifices and other restrictions used to achieve final balanced flows.

6. Description of final location and opening positions of dampers, registers, louvers, and valves.

7. Schematics of systems included in report; use schematics as part of testing, adjusting, and balancing report to summarize design and final balanced flows.

8. Testing, adjusting, and balancing report forms. 9. Final field results established for system balancing including airflow, fan

speeds, and fan static pressures at the fan inlet and outlet. 10. Appendices. 11. Include appendices for:

a. Raw field data taken during testing. b. Sample calculation sheet for each type of calculation made to convert raw

field data to final results. c. Initial air balance results with dampers and registers in full open position;

include airflow at all inlets and outlet, initial fan speed and fan suction and discharge pressures.

D. Proposed schedule for testing and balancing.

E. Provide Manufacturer’s Certificate of Installation and Functionality Compliance as specified in Section 01756.

1.06 SITE CONDITIONS

A. Prior to start of testing, adjusting, and balancing, verify that: 1. Systems installation is complete and in full operation. 2. Outside conditions are within reasonable range relative to design conditions. 3. Lighting fixtures are energized. 4. Special equipment such as computers, laboratory equipment, and electronic

equipment are in full operation. 5. Requirements for preparation for testing and balancing have been met for

elements of each system which require testing.

PART 2 PRODUCTS Not Used.

Not to be used for bidding purposes!

Page 298: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15954-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15954 (Bid Set)

PART 3 EXECUTION

3.01 FIELD QUALITY CONTROL

A. Perform Functional Tests as specified in Section 01756.

B. Testing, adjusting, and balancing acceptance criteria: Consider testing, adjusting, and balancing procedures successful and complete when heating, ventilating, and air conditioning systems and components are functioning properly and system air flows are within specified tolerances of design flows.

3.02 TESTING, ADJUSTING, AND BALANCING

A. Test, adjust, and balance separate complete heating, ventilating, and air conditioning systems.

B. Include in testing, adjusting, and balancing related existing heating, ventilating, and air conditioning components.

C. Perform testing, adjusting, and balancing cycles until airflows meet acceptance criteria. 1. Ascertain airflow balance between overall requirements and flow in individual

supply and exhaust grilles.

D. Initial testing, adjusting, and balancing: Perform first test on each system with dampers, grilles, orifices, and other variable airflow devices in their full open position; measure and report initial airflows, fan speed, and fan static pressures at fan inlet and outlet. 1. Adjust total system flow downward or upward by adjusting fan speed until

1 inlet or outlet is at indicated flow and all other flows exceed indicated flows. 2. Adjust fan speed by changing fan drives or sheaves as necessary.

E. Subsequent testing, adjusting, and balancing: Perform adjustments in subsequent testing, adjusting, and balancing by adjusting dampers, louvers, or size of orifices or plates. 1. Measure and record air volume discharged at each inlet and outlet and adjust

air inlets and outlets to design air volumes within 0 to 5 percent over design rates.

2. Adjust fan speeds and motor drives within drive limitations, for required air volume.

3. Measure cubic feet per minute and static pressures and adjust air supply and exhaust fan units to deliver at least 100 to 105 percent of the design air volume.

4. Measure and record static air pressure conditions on fans, including filter and coil pressure drops, and total pressure across the fan.

5. Evaluate building and room pressure conditions to determine adequate supply and return air conditions.

6. Evaluate space and zone temperature of conditions to determine adequate performance of the systems to maintain temperatures without draft.

7. Permanently mark final balance positions of balancing dampers.

F. Develop heating, ventilating, and air conditioning system schematics similar to Figure 6-1 in SMACNA Testing, Adjusting, and Balancing.

Not to be used for bidding purposes!

Page 299: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15954-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15954 (Bid Set)

G. Accurately record the required data on AABC, NEBB, or TABB test and balance report forms.

H. Measure amperage draw of fan and pump motors for final balance.

I. Test primary source equipment in accordance with AABC, NEBB, or TABB procedures. 1. Primary source equipment includes items listed in this Section not previously

tested as part of this testing, adjusting, and balancing work. 2. Complete appropriate AABC, NEBB, or TABB equipment test forms for each

piece of equipment. 3. Calculate cooling and heating capacities to show conformance with specified

capacities. 4. Adjust equipment as needed to deliver specified cooling and heating loads. 5. Record final equipment performing characteristics and adjustment settings in

the final design report.

END OF SECTION

Not to be used for bidding purposes!

Page 300: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 301: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15956-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15956 (Bid Set)

SECTION 15956

PIPING SYSTEMS TESTING

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Test requirements for piping systems.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01330 - Submittal Procedures. b. Section 01410 - Regulatory Requirements. c. Section 01500 - Temporary Facilities and Controls. d. Section 15052 - Common Work Results for General Piping.

1.02 REFERENCES

A. National Fuel Gas Code (NFGC).

B. American Society of Mechanical Engineers (ASME): 1. B31.1 - Power Piping. 2. B31.3 - Process Piping. 3. B31.8 - Gas Transmission and Distribution Piping Systems.

C. Underwriters Laboratories Inc. (UL).

1.03 TESTING REQUIREMENTS

A. General requirements: 1. Testing requirements are stipulated in Laws and Regulations; are included in

the Piping Schedule in Section 15052; are specified in the specifications covering the various types of piping; and are specified in this Section.

2. Requirements in Laws and Regulations supersede other requirements of Contract Documents, except where requirements of Contract Documents are more stringent, including higher test pressures, longer test times, and lower leakage allowances.

3. Test plumbing piping in accordance with Laws and Regulations, the plumbing code, as specified in Section 01410, and UL requirements.

Not to be used for bidding purposes!

Page 302: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15956-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15956 (Bid Set)

4. Test natural gas or digester gas piping: a. For less than 125 pounds per square inch gauge working pressure, test in

accordance with mechanical code, as specified in Section 01410, or the National Fuel Gas Code, whichever is more stringent.

b. For 125 pounds per square inch gauge or greater working pressure, test per ASME B31.3 or ASME B31.8, whichever is more stringent.

5. When testing with water, the specified test pressure is considered to be the pressure at the lowest point of the piping section under test. a. Lower test pressure as necessary (based on elevation) if testing is

performed at higher point of the pipe section.

B. Furnish necessary personnel, materials, and equipment, including bulkheads, restraints, anchors, temporary connections, pumps, water, pressure gauges, and other means and facilities required to perform tests.

C. Water for testing, cleaning, and disinfecting: 1. Water for testing, cleaning, and disinfecting will be provided as specified in

Section 01500.

D. Pipes to be tested: Test only those portions of pipes that have been installed as part of this Contract. Test new pipe sections prior to making final connections to existing piping. Furnish and install test plugs, bulkheads, and restraints required to isolate new pipe sections. Do not use existing valves as test plug or bulkhead.

E. Unsuccessful tests: 1. Where tests are not successful, correct defects or remove defective piping and

appurtenances and install piping and appurtenances that comply with the specified requirements.

2. Repeat testing until tests are successful.

F. Test completion: Drain and leave piping clean after successful testing.

G. Test water disposal: Dispose of testing water upstream of primary clarifier tanks in accordance with requirements of federal, state, county, and city regulations governing disposal of wastes in the location of the Project and disposal site.

1.04 SUBMITTALS

A. Submit as specified in Section 01330.

B. Schedule and notification of tests: 1. Submit a list of scheduled piping tests by noon of the working day preceding

the date of the scheduled tests. 2. Notification of readiness to test: Immediately before testing, notify Engineer in

writing of readiness, not just intention, to test piping. 3. Have personnel, materials, and equipment specified in place before submitting

notification of readiness.

1.05 SEQUENCE

A. Clean piping before pressure or leak tests.

Not to be used for bidding purposes!

Page 303: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15956-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15956 (Bid Set)

B. Test gravity piping underground, including sanitary sewers, for visible leaks before backfilling and compacting.

C. Underground pressure piping may be tested before or after backfilling when not indicated or specified otherwise.

D. Backfill and compact trench, or provide blocking that prevents pipe movement before testing underground piping with a maximum leakage allowance.

E. Test underground piping before encasing piping in concrete or covering piping with slab, structure, or permanent improvement.

PART 2 PRODUCTS Not Used.

PART 3 EXECUTION

3.01 TESTING ALIGNMENT, GRADE, AND DEFLECTION

A. Alignment and grade: 1. Visually inspect the interior of gravity piping with artificial light, reflected light,

or laser beam. 2. Consider inspection complete when no broken or collapsed piping, no open or

poorly made joints, no grade changes that affect the piping capacity, or no other defects are observed.

B. Deflection test: 1. Pull a mandrel through the clean piping section under test. 2. Perform the test not sooner than 30 days after installation and not later than

60 days after installation. 3. Use a 9-rod mandrel with a contact length of not less than the nominal

diameter of the pipe within 1 percent plus or minus. 4. Consider test complete when the mandrel can be pulled through the piping

with reasonable effort by 1 person, without the aid of mechanical equipment.

3.02 AIR TESTING METHOD FOR PRESSURE PIPING

A. Air test piping, indicated with "AM" in the Piping Schedule, with air or another nonflammable or inert gas.

B. Test gas, air, liquefied petroleum gas, liquid chlorine, and chlorine gas piping by the air test method: 1. Test chlorine piping with dry air or nitrogen having a dew point of minus

40 degrees Fahrenheit or less. Supply temporary air dryers as necessary.

C. Test at pressure as specified in Piping Schedule in Section 15052: 1. Provide temporary pressure relief valve for piping under test:

a. Set at the lesser of 110 percent of the test pressure or 50 pounds per square inch gauge over the test pressure.

Not to be used for bidding purposes!

Page 304: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15956-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15956 (Bid Set)

2. Air method test pressures shall not exceed 110 percent of the piping maximum allowable working pressure calculated in accordance with the most stringent of ASME B31.1, ASME B31.3, ASE B31.8, or the pipe manufacturer's stated maximum working pressure.

3. Gradually increase test pressure to an initial test pressure equal to the lesser of 1/2 the test pressure or 25 pounds per square inch gauge.

4. Perform initial check of joints and fittings for leakage. 5. Gradually increase test pressure in steps no larger than the initial pressure.

Check for leakage at each step increase until test pressure reached. 6. At each step in the pressure, examine and test piping being air tested for leaks

with soap solution. 7. Consider examination complete when piping section under test holds the test

pressure for 15 minutes without losses.

3.03 TESTING GRAVITY FLOW PIPING

A. Test gravity flow piping indicated with "GR" in the Piping Schedule, as follows: 1. Unless specified otherwise, subject gravity flow piping to the following tests:

a. Alignment and grade. b. For plastic piping test for deflection. c. Visible leaks and pressure with maximum leakage allowance, except for

storm drains and culverts. 2. Inspect piping for visible leaks before backfilling. 3. Provide temporary restraints when needed to prevent movement of piping. 4. Pressure test piping with maximum leakage allowance after backfilling. 5. With the lower end plugged, fill piping slowly with water while allowing air to

escape from high points. Keep piping full under a slight head for the water at least 24 hours: a. Examine piping for visible leaks. Consider examination complete when no

visible leaks are observed. b. Maintain piping with water, or allow a new water absorption period of

24 hours for the performance of the pressure test with maximum leakage allowance.

c. After successful completion of the test for visible leaks and after the piping has been restrained and backfilled, subject piping to the test pressure for minimum of 4 hours while accurately measuring the volume of water added to maintain the test pressure: 1) For polyvinyl chloride (PVC) gravity sewer pipe: 25 gallons per day

per inch diameter per mile of piping under test: a) Consider the test complete when leakage is equal to or less

than the following maximum leakage allowances: (1) For concrete piping with rubber gasket joints: 80 gallons per

day per inch of diameter per mile of piping under test: (a) Advise manufacturer of concrete piping with rubber

gasket joints of more stringent than normal maximum leakage allowance.

(2) For vitrified claypiping: 500 gallons per day per inch of diameter per mile of piping under test.

(3) For other piping: 80 gallons per day per inch diameter per mile of piping under test.

Not to be used for bidding purposes!

Page 305: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15956-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15956 (Bid Set)

3.04 TESTING HIGH-HEAD PRESSURE PIPING

A. Test piping for which the specified test pressure in the Piping Schedule is 20 pounds per square inch gauge or greater, by the high head pressure test method, indicated "HH" in the Piping Schedule.

B. General: 1. Test connections, hydrants, valves, blowoffs, and closure pieces with the

piping. 2. Do not use installed valves for shutoff when the specified test pressure

exceeds the valve's maximum allowable seat differential pressure. Provide blinds or other means to isolate test sections.

3. Do not include valves, equipment, or piping specialties in test sections if test pressure exceeds the valve, equipment, or piping specialty safe test pressure allowed by the item's manufacturer.

4. During the performance of the tests, test pressure shall not vary more than plus or minus 5 pounds per square inch gauge with respect to the specified test pressure.

5. Select the limits of testing to sections of piping. Select sections that have the same piping material and test pressure.

6. When test results indicate failure of selected sections, limit tests to piping: a. Between valves. b. Between a valve and the end of the piping. c. Less than 500 feet long.

7. Test piping for minimum 2 hours for visible leaks test and minimum 2 hours for the pressure test with maximum leakage allowance.

C. Testing procedures: 1. Fill piping section under test slowly with water while venting air:

a. Use potable water for all potable waterlines and where noted on the Piping Schedule.

2. Before pressurizing for the tests, retain water in piping under slight pressure for a water absorption period of minimum 24 hours.

3. Raise pressure to the specified test pressure and inspect piping visually for leaks: a. Consider visible leakage testing complete when no visible leaks are

observed.

D. Pressure test with maximum leakage allowance: 1. Leakage allowance is zero for piping systems using flanged, National Pipe

Thread threaded and welded joints. 2. Pressure test piping after completion of visible leaks test. 3. For piping systems using joint designs other than flanged, threaded, or welded

joints, accurately measure the makeup water necessary to maintain the pressure in the piping section under test during the pressure test period: a. Consider the pressure test to be complete when makeup water added is

less than the allowable leakage and no damage to piping and appurtenances has occurred.

b. Successful completion of the pressure test with maximum leakage allowance shall have been achieved when the observed leakage during the test period is equal or less than the allowable leakage and no damage to piping and appurtenances has occurred.

Not to be used for bidding purposes!

Page 306: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15956-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15956 (Bid Set)

c. When leakage is allowed, calculate the allowable leakage by the following formula: L = S x D x P1/2 x 133,200-1 wherein the terms shall mean: L = Allowable leakage in gallons per hour. S = Length of the test section in feet. D = Nominal diameter of the piping in inches. P = Average observed test pressure in pounds per square inches gauge, at the lowest point of the test section, corrected for elevation of the pressure gauge. x = The multiplication symbol.

3.05 TESTING LOW-HEAD PRESSURE PIPING

A. Test piping for which the specified test pressure is less than 20 pounds per square inch gauge, by the low head pressure test method, indicated "LH" in the Piping Schedule.

B. General: 1. Test pressures shall be as scheduled in Section 15052. 2. During the performance of the tests, test pressure shall not vary more than

plus or minus 2 pounds per square inch gauge with respect to the specified test pressure.

3. Test connections, blowoffs, vents, closure pieces, and joints into structures, including existing bell rings and other appurtenances, with the piping.

4. Test piping for minimum 2 hours for visible leaks test and minimum 2 hours for the pressure test with maximum leakage allowance.

C. Visible leaks test: 1. Subject piping under test to the specified pressure measured at the lowest

end. 2. Fill piping section under test slowly with water while venting air:

a. Use potable water for all potable waterlines and where noted on the Piping Schedule.

3. Before pressurizing for the tests, retain water in piping under slight pressure for the water absorption period of minimum 24 hours.

4. Raise pressure to the specified test pressure and inspect piping visually for leaks. Consider testing complete when no visible leaks are observed.

D. Pressure test with maximum leakage allowance: 1. Pressure test piping after completion of visible leaks test.

Not to be used for bidding purposes!

Page 307: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15956-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15956 (Bid Set)

2. Accurately measure the makeup water necessary to maintain the pressure in the piping section under test during the pressure test period: a. Consider the pressure test to be complete when makeup water added is

less than the allowable leakage of 80 gallons per inch of nominal diameter, per mile of piping section under test after 24 hours, and no damage to piping and appurtenances has occurred.

b. Successful completion of the leakage test shall have been achieved when the observed leakage is equal or less than the allowable leakage and no damage to piping and appurtenances has occurred.

E. Optional joint test: 1. When joint testing is allowed by note in the Piping Schedule, the procedure

shall be as follows: a. Joint testing will be allowed only for low head pressure piping. b. Joint testing does not replace and is not in lieu of any testing of the piping

system or trust restraints. 2. Joint testing may be performed with water or air. 3. Joint test piping after completion of backfill and compaction to the top of the

trench. 4. Joint testing with water:

a. Measure test pressure at the invert of the pipe. Apply pressure of 4 feet plus the inside diameter of the pipe in water column within 0.20 feet in water column.

b. Maintain test pressure for 1 minute. c. Base the allowable leakage per joint on 80 gallons per inch nominal

diameter, per mile of piping, per 24 hours equally distributed to the actual number of joints per mile for the type of piping.

d. Consider the pressure test to be complete when makeup water added is less than the allowable leakage.

e. Successful completion of the joint test with water shall have been achieved when the observed leakage is equal or less than the allowable leakage.

5. Joint testing with air: a. Apply test pressure of 3 pounds per square inch gauge with a maximum

variation of plus 0.20 and minus 0.00 pounds per square inch. b. Maintain test pressure for 2 minutes. c. Consider the pressure test to be complete when the test pressure does

not drop below 2.7 pounds per square inch for the duration of the test.

END OF SECTION

Not to be used for bidding purposes!

Page 308: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 309: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15958-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15958 (Bid Set)

SECTION 15958

MECHANICAL EQUIPMENT TESTING

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Testing of mechanical equipment and systems.

B. Related sections: 1. Section 01756 - Commissioning. 2. Section 15956 - Piping Systems Testing. 3. Section 16222 - Low Voltage Motors up to 500 Horsepower.

1.02 REFERENCES

A. American National Standards Institute (ANSI): 1. S1.4 Specification for Sound Level Meters.

B. Hydraulic Institute (HI).

C. National Institute of Standards and Technology (NIST).

1.03 SUBMITTALS

A. Project closeout documents: 1. Provide vendor operation and maintenance manual as specified in

Section 01782.

PART 2 PRODUCTS Not Used.

PART 3 EXECUTION

3.01 GENERAL

A. Commissioning of equipment as specified in: 1. This Section. 2. Section 01756. 3. Equipment sections:

a. If testing requirements are not specified, provide Level 1 Tests.

B. Test and prepare piping as specified in Section 15956.

C. Operation of related existing equipment: 1. Owner will operate related existing equipment or facilities necessary to

accomplish the testing.

Not to be used for bidding purposes!

Page 310: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15958-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15958 (Bid Set)

2. Schedule and coordinate testing as required by Section 01756.

D. Provide necessary test instrumentation that has been calibrated within 1 year from date of test to recognized test standards traceable to the NIST or approved source. 1. Properly calibrated field instrumentation permanently installed as a part of the

Work may be utilized for tests. 2. Prior to testing, provide signed and dated certificates of calibration for test

instrumentation and equipment.

E. Test measurement and result accuracy: 1. Use test instruments with accuracies as recommended in the appropriate

referenced standards. When no accuracy is recommended in the referenced standard, use 1 percent or better accuracy test instruments. a. Improved (lower error tolerance) accuracies specified elsewhere prevail

over this general requirement. 2. Do not adjust results of tests for instrumentation accuracy.

a. Measured values and values directly calculated from measured values shall be the basis for comparing actual equipment performance to specified requirements.

3.02 VARIABLE SPEED EQUIPMENT TESTS

A. Establish performance over the entire speed range and at the average operating condition.

B. Establish performance curves for the following speeds: 1. The speed corresponding to the rated maximum capacity. 2. The speed corresponding to the minimum capacity. 3. The speed corresponding to the average operating conditions.

3.03 PUMP TESTS, ALL LEVELS OF TESTING

A. Test in accordance with the following: 1. Applicable HI Standards. 2. This Section. 3. Equipment sections.

B. Test tolerances: In accordance with appropriate HI Standards, except the following modified tolerances apply: 1. From 0 to plus 5 percent of head at the rated design point flow. 2. From 0 to plus 5 percent of flow at the rated design point head. 3. No negative tolerance for the efficiency at the rated design point flow. 4. No positive tolerance for vibration limits. Vibration limits and test methods in HI

Standards do not apply, use limits and methods specified in this or other Sections of the Specifications.

3.04 DRIVERS TESTS

A. Test motors as specified in Section 16222.

B. Test other drivers as specified in the equipment section.

Not to be used for bidding purposes!

Page 311: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15958-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15958 (Bid Set)

3.05 NOISE REQUIREMENTS AND CONTROL

A. Perform noise tests in conjunction with vibration test analysis.

B. Make measurements in relation to reference pressure of 0.0002 microbar.

C. Make measurements of emitted noise levels on sound level meter meeting or exceeding ANSI S1.4, Type II.

D. Set sound level meter to slow response.

E. Unless otherwise specified, maximum free field noise level not to exceed 85 dBA measured as sound pressure level at 3 feet from the equipment.

3.06 PRESSURE TESTING

A. Hydrostatically pressure test pressure containing parts at the appropriate standard or code required level above the equipment component specified design pressure or operating pressure, whichever is higher.

3.07 INSPECTION AND BALANCING

A. Statically and dynamically balance each of the individual rotating parts as required to achieve the required field vibration limits.

B. Statically and dynamically balance the completed equipment rotating assembly and drive shaft components.

C. Furnish copies of material and component inspection reports including balancing reports for equipment system components and for the completed rotating assembly.

D. Critical speed of rotating equipment: 1. Satisfy the following:

a. The first lateral and torsional critical speed of all constant, variable, and 2-speed driven equipment that is considered rigid such as horizontal pumps, all non-clog pumps, blowers, air compressors, and engines shall be at least 25 percent above the equipment’s maximum operating speed.

b. The first lateral and torsional critical speed of all constant, variable, and 2-speed driven equipment that is considered flexible or flexibly mounted such as vertical pumps (vertical in-line and vertical non-clog pumps excluded) and fans shall at least 25 percent below the equipment’s lowest operating speed.

c. The second lateral and torsional critical speed of all constant, variable, and 2-speed equipment that is considered flexible or flexibly mounted shall be at least 25 percent above the maximum operating speed.

E. Vibration tests: 1. Definitions:

a. Root mean square: for pumps operating at speeds greater than 600 rpm, the vibration measurement shall be measured as the overall velocity in inches per second root mean square (RMS).

b. Peak-to-peak displacement: The root means squared average of the peak-to-peak displacement multiplied by the square root of 2.

Not to be used for bidding purposes!

Page 312: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15958-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15958 (Bid Set)

c. Peak velocity: The root mean squared average of the peak velocity multiplied by the square root of 2.

d. Peak acceleration: The root mean squared average of the peak acceleration multiplied by the square root of 2.

e. High frequency enveloping: A process to extract very low amplitude time domain signals associated with impact or impulse events such as bearing or gear tooth defects and display them in a frequency spectrum of acceleration versus frequency. 1) Manufacturers: One of the following or equal:

a) Rockwell Automation, Entek Group, "Spike Energy" analysis. b) CSI, "PeakVue."

f. Low speed equipment: Equipment or components of equipment rotating at less than 600 revolutions per minute.

g. High speed equipment: Equipment and equipment components operating at or above 600 revolutions per minute.

h. Preferred operating range: Manufacturer’s defined preferred operating range (POR) for the equipment.

i. Allowable operating range: Manufacturer’s defined allowable operating range (AOR) for the equipment.

2. Vibration instrumentation requirements: a. Analyzers: Use digital type analyzers or data collectors with anti-aliasing

filter, 12 bit A/D converter, fast fourier transform circuitry, phase measurement capability, time wave form data storage, high frequency enveloping capabilities, 35 frequency ranges from 21 to 1,500,000 cycles per minute, adjustable fast fourier transform resolution from 400 to 6,400 lines, storage for up to one hundred 3,200 line frequency spectra, data output port, circuitry for integration of acceleration data to velocity or double integration to displacement. 1) Manufacturers: One of the following or equal:

a) Computational Systems Inc., (CSI) Division of Emerson Process Management, Model 2120A, Data Collector/analyzer with applicable analysis software.

b) Pruftechnik, VIBXPERT II. b. Analyzer settings:

1) Units: English, inches/second, mils, and gravitational forces. 2) Fast fourier transform lines: Most equipment 1,600 minimum; for

motors, enough lines as required to distinguish motor current frequencies from rotational frequencies, use 3,200 lines for motors with a nominal speed of 3,600 revolutions per minute; 3,200 lines minimum for High Frequency Enveloping; 1,600 lines minimum for low speed equipment.

3) Sample averages: 4 minimum. 4) Maximum frequency (Fmax): 40 times rotational frequency for rolling

element bearings, 10 times rotational frequency for sleeve bearings. 5) Amplitude range: Auto select but full scale not more than twice the

acceptance criteria or the highest peak, whichever is lower. 6) Fast fourier transform windowing: Hanning Window. 7) High pass filter: Minus 3 dB at 120 cycles per minute for high speed

equipment. Minus 3 dB at 21 cycles per minute for low speed equipment.

Not to be used for bidding purposes!

Page 313: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15958-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15958 (Bid Set)

c. Accelerometers: 1) For low speed equipment: Low frequency, shear mode

accelerometer, 500 millivolts per gravitational force sensitivity, 10 gravitational force range, plus/minus 5 percent frequency response from 0.5 hertz to 850 hertz, magnetic mount. a) Manufacturers: One of the following or equal:

(1) Wilcoxon Research, Model 797L. (2) PCB, Model 393C.

2) For high speed equipment: General purpose accelerometer, 100 millivolts per gravitational force sensitivity, 50 gravitational force range, plus/minus 3dB frequency response range from 2 hertz to 12,000 hertz when stud mounted, with magnetic mount holder. a) Manufacturers: One of the following or equal:

(1) Wilcoxon Research, Model 793. (2) Entek-IRD Model 943.

3. Accelerometer mounting: a. Use magnetic mounting or stud mounting. b. Mount on bearing housing in location with best available direct path to

bearing and shaft vibration. c. Remove paint and mount transducer on flat metal surface or epoxy mount

for High Frequency Enveloping measurements. 4. Vibration acceptance criteria:

a. Testing of rotating mechanical equipment: Tests are to be performed by an experienced, factory trained, and independent authorized vibration analysis expert.

b. Vibration displacement limits: Unless otherwise specified, equipment operating at speeds 600 revolutions per minute or less is not to exhibit unfiltered readings in excess of following:

Operating Conditions and Application Data

Overall Peak-to-Peak Displacement

Field, mils Factory, mils

Operation within the POR 3.0 4.0

Operation within the AOR 4.0 5.0

Additive value when measurement location is greater than 5 feet above foundation. 2.0 2.0

Additive value for solids-handling pumps 2.0 N/A

Additive value for slurry pumps 2.0 N/A

Not to be used for bidding purposes!

Page 314: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15958-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15958 (Bid Set)

c. Vibration velocity limits: Unless otherwise specified, equipment operating at speeds greater than 600 revolutions per minute is not to exceed the following peak velocity limits:

HI Pump Type Horsepower

Field Test Factory Test

Overall RMS Overall RMS Horizontal Solids Handling Centrifugal Pumps

Below 33 hp 0.25 0.28

Horizontal and Vertical In-Line Centrifugal Pumps (other than Non-Clog type) Vertical Solids Handling Centrifugal Pumps

Between 33 and 100 hp

0.28 0.31

100 hp and above 0.31 0.34

Below 33 hp 0.30 0.33

Vertical Turbine, Mixed Flow, and Propeller Pumps

Between 33 and 100 hp

0.32 0.35

100 hp and above 0.34 0.35

Non-Solids Handling Centrifugal Pumps HI Types BB1, BB2, BB3, BB4, BB5, OH1, OH2, OH3, OH4, OH5, and OH7

Below 268 hp 0.15 0.19

268 hp and above 0.19 0.22

Vertical Turbine, Mixed Flow, and Propeller Pumps HI Types VS1, VS2, VS3, VS4, VS5, VS6, VS7, and VS8

Below 268 hp 0.13

Gear Reducers, Radial 268 hp and above 0.17

Slurry Pumps 0.25 0.30

Motors See Applicable Motor Specification

See Applicable Motor

Specification

Gear Reducers, Radial Not to exceed AGMA 6000-B96 limits

Not to exceed AGMA 6000-

B96 limits

Other Reducers, Axial 0.1 N/A

d. Equipment operation: Measurements are to be obtained with equipment installed and operating within capacity ranges specified and without duplicate equipment running.

Not to be used for bidding purposes!

Page 315: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15958-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15958 (Bid Set)

e. Additional criteria: 1) No narrow band spectral vibration amplitude components, whether

sub-rotational, higher harmonic, or synchronous multiple of running speed, are to exceed 40 percent of synchronous vibration amplitude component without manufacturer's detailed verification of origin and ultimate effect of such excitation.

2) The presence of discernable vibration amplitude peaks in Test Level 2 or 3 vibration spectra at bearing inner or outer race frequencies shall be cause for rejection of the equipment.

3) For motors, the following shall be cause for rejection: a) Stator eccentricity evidenced by a spectral peak at 2 times

electrical line frequency that is more than 40 percent of the peak at rotational frequency.

b) Rotor eccentricity evidenced by a spectral peak at 2 times electrical line frequency with spectra side bands at the pole pass frequency around the 2 times line frequency peak.

c) Other rotor problems evidenced by pole pass frequency side bands around operating speed harmonic peaks or 2 times line frequency side bands around rotor bar pass frequency or around 2 times the rotor bar pass frequency.

d) Phasing problems evidenced by 1/3 line frequency side band spectral peaks around the 2 times electrical line frequency peak.

4) The presence of peaks in a High Frequency Enveloping spectra plot corresponding to bearing, gear or motor rotor bar frequencies or harmonics of these frequencies shall be cause for rejection of the equipment; since inadequate lubrication of some equipment may be a cause of these peaks, lubrication shall be checked, corrected as necessary and the high frequency envelope analysis repeated.

5. Vibration testing results presentation: a. Provide equipment drawing with location and orientation of measurement

points indicated. b. For each vibration measurement take and include appropriate data on

equipment operating conditions at the time vibration data is taken; for pumps, compressors, and blowers record suction pressure, discharge pressure, and flow.

c. When Vibration Spectra Data required: 1) Plot peak vibration velocity versus frequency in cycles per minute. 2) Label plots showing actual shaft or part rotation frequency, bearing

inner and outer race ball pass frequencies, gear mesh frequencies and relevant equipment excitation frequencies on the plot; label probable cause of vibration peaks whether in excess of specification limits or not.

3) Label plots with equipment identification and operating conditions such as tag number, capacity, pressure, driver horsepower, and point of vibration measurement.

4) Plot motor spectra on a log amplitude scale versus frequency. d. For low speed equipment, plot peak vibration displacement versus

frequency as well as velocity versus frequency. e. Provide name of manufacturer and model number of the vibration

instrumentation used, including analyzer and accelerometer used together with mounting type.

Not to be used for bidding purposes!

Page 316: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15958-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15958 (Bid Set)

3.08 TESTING LEVELS

A. Level 1 Tests: 1. Level 1 General Equipment Performance Test:

a. For equipment, operate, rotate, or otherwise functionally test for 15 minutes minimum after components reach normal operating temperatures.

b. Operate at rated design load conditions. c. Confirm that equipment is properly assembled, equipment moves or

rotates in the proper direction, shafting, drive elements, and bearings are installed and lubricated in accordance with proper tolerances, and that no unusual power consumption, lubrication temperatures, bearing temperatures, or other conditions are observed.

2. Level 1 Pump Performance Test: a. Measure flow and head while operating at or near the rated condition; for

factory testing, testing may be at reduced speeds with flow and head corresponding to the rated condition when adjusted for speed using the appropriate affinity laws.

b. Use of a test driver is permitted for factory tests when actual driver is given a separate test at its point of manufacture as specified in Section 16222 or the applicable equipment section. Use actual driver for field tests.

c. Record measured flow, suction pressure, discharge pressure, and make observations on bearing temperatures and noise levels.

3. Level 1 Vibration Test: a. Test requirement:

1) Measure filtered vibration spectra versus frequency in 3 perpendicular planes at each normally accessible bearing housing on the driven equipment, any gears and on the driver; 1 plane of measurement to be parallel to the axis of rotation of the component.

2) Vibration spectra versus frequency shall be in accordance with Vibration Acceptance Criteria.

b. Equipment operating condition: Test at specified maximum speed. 4. Level 1 Noise Test:

a. Measure unfiltered overall A-weighted sound pressure level in dBA at 3 feet horizontally from the surface of the equipment and at a mid-point of the equipment height.

B. Level 2 Tests: 1. Level 2 General Performance Test:

a. For equipment, operate, rotate, or otherwise functionally test for at least 2 hours after components reach normal operating temperatures.

b. Operate at rated design load conditions. c. Confirm that equipment is properly assembled, equipment moves or

rotates in the proper direction, shafting, drive elements, and bearings are installed and lubricated in accordance with proper tolerances, and that no unusual power consumption, lubrication temperatures, bearing temperatures, or other conditions are observed.

Not to be used for bidding purposes!

Page 317: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15958-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15958 (Bid Set)

2. Level 2 Pump Performance Test: a. Test 2 hours minimum for flow and head at the rated condition; for factory

testing, testing may be at a reduced speeds with flow and head corresponding to the rated condition when adjusted for speed using the appropriate affinity laws.

b. Use of a test driver is permitted for factory tests when actual driver is given a separate test at its point of manufacture as specified in Section 16222. Use actual driver for field tests.

c. Test for flow and head at 2 additional conditions; 1 at 25 percent below the rated flow and 1 at 10 percent above the rated flow.

d. Record measured flow, suction pressure, discharge pressure, and observations on bearing temperatures and noise levels at each condition.

3. Level 2 Vibration Test: a. Test requirement:

1) Measure filtered vibration spectra versus frequency and measure vibration phase in 3 perpendicular planes at each normally accessible bearing housing on the driven equipment, any gears and on the driver; 1 plane of measurement to be parallel to the axis of rotation of the component; measure actual rotational speeds for each vibration spectra measured using photometric or other tachometer input connected directly to the vibration data collector.

2) Vibration spectra versus frequency shall be in accordance with Vibration Acceptance Criteria.

b. Equipment operating condition: Repeat test requirements at design specified maximum speed and at minimum speed for variable speed equipment.

c. Natural frequency test of field installed equipment: 1) Excite the installed equipment and support system in 3 perpendicular

planes, use same planes as operating vibration measurement planes, and determine the as-installed natural resonant frequency of the driven equipment, the driver, gears, and supports.

2) Perform test at each bearing housing, at each support pedestal, and for pumps on the suction and discharge piping.

3) Perform with equipment and attached piping full of intended service or process fluid.

4. Level 2 Noise Test: a. Measure filtered A-weighted overall sound pressure level in dBA for each

of 8 octave band mid-points beginning at 63 hertz measured at 3 feet horizontally from the surface of the equipment at mid-point height of the noise source.

C. Level 3 Tests: 1. Level 3 General Equipment Performance Tests:

a. For equipment, operate, rotate, or otherwise functionally test for at least 4 hours after components reach normal operating temperatures.

b. Operate at rated design load conditions for 1/2 the specified time; operate at each of any other specified conditions for a proportionate share of the remaining test time.

c. Confirm that equipment is properly assembled, equipment rotates in the proper direction, shafting and bearings are installed and lubricated in accordance with proper tolerances, and that no unusual noise, vibration, or temperatures are observed.

Not to be used for bidding purposes!

Page 318: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15958-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15958 (Bid Set)

d. Take appropriate capacity, power or fuel consumption, torque, revolutions per minute, pressure, and temperature readings using appropriate test instrumentation to confirm equipment meets specified performance requirements at the design rated condition.

e. Bearing temperatures: During maximum speed or capacity performance testing, measure and record the exterior surface temperature of each bearing versus time.

2. Level 3 Pump Performance Test: a. Test 4 hours minimum for flow and head at or near the rated condition; for

factory testing, testing may be at a reduced speeds with flow and head corresponding to the rated condition when adjusted for speed using the appropriate affinity laws.

b. Use of a test driver is permitted for factory tests when actual driver is given a separate test at its point of manufacture as specified in Section 16222. Use actual driver for field tests.

c. Test each specified flow and head condition at the rated speed and test at minimum as well as maximum specified speeds; operate at each test condition for a minimum of 15 minutes; for factory testing, test at other speeds may be omitted if test driver at reduced speeds is used for rated condition testing.

d. Record measured shaft revolutions per minute, flow, suction pressure, discharge pressure; record measured bearing temperatures (bearing housing exterior surface temperatures may be recorded when bearing temperature devices are not required by the equipment section) and record observations on noise levels.

3. Level 3 Vibration Test: a. Requirements: Same as Level 2 vibration test except data taken at each

operating condition tested and with additional requirements below. b. Perform High Frequency Enveloping Analysis for gears and bearings.

1) Measure bearing element vibration directly on each bearing cap in a location close as possible to the bearing load zone that provides a smooth surface and direct path to the bearing to detect bearing defects.

2) Report results in units of acceleration versus frequency in cycles per minute.

c. Perform Time Wave Form analysis for gears, low speed equipment and reciprocating equipment; plot true peak amplitude velocity and displacement versus time and label the period between peaks with the likely cause of the periodic peaks (relate the period to a cause).

d. Plot vibration spectra on 3 different plots; peak displacement versus frequency, peak acceleration versus frequency and peak velocity versus frequency.

4. Level 3 Noise Test: Measure filtered, un-weighted overall sound pressure level in dB at 3 feet horizontally from the surface of the equipment at mid-point height and at 4 locations approximately 90 degrees apart in plan view; report results for each of 8 octave band mid-points beginning at 63 hertz.

D. Level 4 Tests: 1. Level 4 General Equipment Performance Test:

a. For equipment, operate, rotate, or otherwise functionally test for at least 8 hours after components reach normal operating temperatures.

Not to be used for bidding purposes!

Page 319: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 15958-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/15958 (Bid Set)

b. Operate at rated design load conditions for 1/2 the specified time; operate at each of any other specified conditions for a proportionate share of the remaining test time.

c. Confirm that equipment is properly assembled, equipment rotates in the proper direction, shafting and bearings are installed and lubricated in accordance with proper tolerances, and that no unusual noise, vibration, or temperatures are observed.

d. Take appropriate capacity, power or fuel consumption, torque, revolutions per minute, pressure and temperature readings, using appropriate test instrumentation to confirm equipment meets specified performance requirements at the design rated condition.

e. Bearing temperatures: During maximum speed or capacity testing, measure and record the exterior surface temperature of each bearing versus time.

2. Level 4 Pump Performance Test: a. Test 8 hours minimum for flow and head; begin tests at or near the rated

condition; for factory and field-testing, test with furnished motor at full speed.

b. Test each specified flow and head condition at the rated speed and test at minimum as well as maximum specified speeds; operate at each test condition for a minimum of 20 minutes or longer as necessary to measure required performance, vibration, and noise data at each test condition.

c. Record measured shaft revolutions per minute, flow, suction pressure, discharge pressure; record measured bearing temperatures (bearing housing exterior surface temperatures may be recorded when bearing temperature devices not required by the equipment section) and record observations on noise levels.

d. Bearing temperatures: During maximum speed or capacity testing, measure and record the exterior surface temperature of each bearing versus time.

e. Perform efficiency and/or Net Positive Suction Head Required (NPSHr) and/or priming time tests when specified in the equipment section in accordance with the appropriate HI standard and as follows: 1) Perform NPSHr testing at maximum rated design speed, head and

flow with test fluids at ambient conditions; at maximum rated speed, test at 15 percent above rated design flow, and 25 percent below rated design flow.

2) Perform efficiency testing with test fluids at maximum rated speed. 3) Perform priming time testing with test fluids at maximum rated speed.

3. Level 4 Vibration Test: Same as Level 3 vibration test. 4. Level 4 Noise Test: Same as Level 3 Noise Test except with data taken at

each operating condition tested.

END OF SECTION

Not to be used for bidding purposes!

Page 320: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 321: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16050-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16050 (Bid Set)

SECTION 16050

COMMON WORK RESULTS FOR ELECTRICAL

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. General requirements applicable to all Electrical Work. 2. General requirements for electrical submittals.

B. Related sections: 1. Section 01140 - Work Restrictions. 2. Section 01292 - Schedule of Values. 3. Section 01312 - Project Meetings. 4. Section 01329 - Safety Plan. 5. Section 01330 - Submittal Procedures. 6. Section 01410 - Regulatory Requirements. 7. Section 01450 - Quality Control. 8. Section 01500 - Temporary Facilities and Controls. 9. Section 01600 - Product Requirements. 10. Section 01610 - Project Design Criteria. 11. Section 01612 - Seismic Design Criteria. 12. Section 01614 - Wind Design Criteria. 13. Section 01738 - Selective Alterations and Demolition. 14. Section 01756 - Commissioning. 15. Section 01770 - Closeout Procedures. 16. Section 01782 - Operation and Maintenance Data 17. Section 16130 - Conduits. 18. Section 16262 - Variable Frequency Drives 0.50- 50 Horsepower. 19. Switchgear. 20. Section 16422 - Motor Starters. 21. Section 16444 - Low Voltage Motor Control Centers.

C. Interfaces to equipment, instruments, and other components: 1. The Drawings, Specifications, and overall design are based on preliminary

information furnished by various equipment manufacturers which identify a minimum scope of supply from the manufacturers. This information pertains to, but is not limited to, instruments, control devices, electrical equipment, packaged mechanical systems, and control equipment provided with mechanical systems.

2. Provide all material and labor needed to install the actual equipment furnished, and include all costs to add any additional conduit, wiring, terminals, or other electrical hardware to the Work, which may be necessary to make a complete, functional installation based on the actual equipment furnished: a. Make all changes necessary to meet the manufacturer’s wiring

requirements. 3. Submit all such changes and additions to the Engineer for acceptance as

specified in Document 00700.

Not to be used for bidding purposes!

Page 322: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16050-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16050 (Bid Set)

4. Review the complete set of Drawings and Specifications in order to ensure that all items related to the electrical power and control systems are completely accounted for. Include any such items that appear on the Drawings or in the Specifications from another discipline in the scope of Work: a. If a conflict between Drawings and Specifications is discovered, refer

conflict to the Engineer as soon as possible for resolution.

D. All electrical equipment and systems for the entire Project must comply with the requirements of the Electrical Specifications, whether referenced in the individual Equipment Specifications or not: 1. The requirements of the Electrical Specifications apply to all Electrical Work

specified in other sections. 2. Inform all vendors supplying electrical equipment or systems of the

requirements of the Electrical Specifications. 3. Owner is not responsible for any additional costs due to the failure of

Contractor to notify all subcontractors and suppliers of the Electrical Specifications requirements.

E. Contract Documents: 1. General:

a. The Drawings and Specifications are complementary and are to be used together in order to fully describe the Work.

2. Specifications: a. The General and Supplementary Conditions of the Contract Documents

govern the Work. b. These requirements are in addition to all General Requirements.

3. Contract Drawings: a. The Electrical Drawings show desired locations, arrangements, and

components of the Electrical Work in a diagrammatic manner. b. Locations of equipment, control devices, instruments, boxes, panels, etc.

are approximate only; exercise professional judgment in executing the Work to ensure the best possible installation: 1) The equipment locations and dimensions indicated on the Drawings

are approximate. Use the shop drawings to determine the proper layout, foundation, and pad requirements, etc. for final installation. Coordinate with all subcontractors to ensure that all electrical equipment is compatible with other equipment and space requirements. Make changes required to accommodate differences in equipment dimensions.

2) The Contractor has the freedom to select any of the named manufacturers identified in the individual specification sections; however, the Engineer has designed the spatial equipment layout based upon a single manufacturer and has not confirmed that every named manufacturer’s equipment fits in the allotted space. It is the Contractor’s responsibility to ensure that the equipment being furnished fits within the defined space.

c. Installation details: 1) The Contract Drawings include typical installation details the

Contractor is to use to complete the Electrical Work. For cases where a typical detail does not apply, develop installation details that may be necessary for completing the Work, and submit these details for review by the Engineer.

Not to be used for bidding purposes!

Page 323: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16050-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16050 (Bid Set)

2) Not all typical installation details are referenced within the Drawing set. Apply and use typical details where appropriate.

d. Schematic diagrams: 1) All controls are shown de-energized. 2) Schematic diagrams show control function only. Incorporate other

necessary functions for proper operation and protection of the system.

3) Add slave relays, where required, to provide all necessary contacts for the control system or where needed to function as interposing relays for control voltage coordination, equipment coordination, or control system voltage drop considerations.

4) Mount all devices shown on motor controller schematic diagrams in the controller compartment enclosure, unless otherwise noted or indicated.

5) Schematic diagrams are to be used in conjunction with the descriptive operating sequences in the Contract Documents. Combine all information and furnish a coordinated and fully functional control system.

F. Alternates/Alternatives: 1. Coordinate with Document 00700 for substitute item provisions.

G. Changes and change orders: 1. As specified in Document 00700.

1.02 REFERENCES

A. Code compliance: 1. As specified in Section 01410. 2. The publications are referred to in the text by the basic designation only. The

latest edition accepted by the Authority Having Jurisdiction of referenced publications in effect at the time of the bid governs.

3. The standards listed are hereby incorporated into this Section. a. American National Standards Institute (ANSI). b. American Society of Civil Engineers (ASCE):

1) ASCE 7 - Minimum Design Loads for Buildings and Other Structures. c. ASTM International (ASTM). d. Illuminating Engineering Society (IES). e. Institute of Electrical and Electronics Engineers (IEEE). f. Insulated Cable Engineers Association (ICEA). g. International Code Council (ICC).

1) International Code Council Evaluation Service (ICC-ES). a) AC 156 – Acceptance Criteria for Seismic Certification by Shake

Table Testing of Non-Structural Components (ICC-ES AC 156). h. International Society of Automation (ISA). i. National Electrical Manufacturers Association (NEMA):

1) 250 - Enclosures for Electrical Equipment (1000 V Maximum). j. National Fire Protection Association (NFPA):

1) 70 - National Electrical Code (NEC). k. National Institute of Standards and Technology (NIST). l. Underwriters' Laboratories, Inc. (UL).

Not to be used for bidding purposes!

Page 324: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16050-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16050 (Bid Set)

B. Compliance with laws and regulations: 1. As specified in Document 00700.

1.03 DEFINITIONS

A. Definitions of terms and other electrical and instrumentation considerations as set forth by: 1. IEEE. 2. NETA. 3. IES. 4. ISA. 5. NEC. 6. NEMA. 7. NFPA. 8. NIST.

B. Specific definitions: 1. FAT: Factory acceptance test. 2. ICSC: Instrumentation and controls subcontractor. 3. LCP: Local control panel: Operator interface panel that may contain an HMI,

pilot type control devices, operator interface devices, control relays, etc. and does not contain a PLC or RIO.

4. PCM: Process control module: An enclosure containing any of the following devices: PLC, RTU, or RIO.

5. PCIS: Process control and instrumentation system. 6. RTU: Remote telemetry unit: A controller typically consisting of a PLC, and a

means for remote communications. The remote communications devices typically are radios, modems, etc.

7. Space: That portion of the switchgear, motor control center, panelboard, switchboard or control panel that does not physically contain a device but is capable of accepting a device with no modifications to the equipment, i.e., provide all standoffs, bus, and hardware, as part of the space.

8. Spare: That portion of the switchgear, motor control center, panelboard, switchboard or control panel that physically contains a device with no load connections to be made.

9. System supplier: Refer to Quality Assurance in this Section. 10. VCP: Vendor control panel: Control panels that are furnished with particular

equipment by a vendor other than the ICSC. These panels may contain PLCs, RIO, OIT, HMI, etc.

11. Unequipped space: That portion of the switchgear, motor control center, panelboard, switchboard or control panel that does not physically contain a device, standoff, bus, hardware, or other equipment.

1.04 SYSTEM DESCRIPTION

A. General requirements: 1. The Work includes everything necessary for and incidental to executing and

completing the Electrical Work indicated on the Drawings and specified in the Specifications and reasonably inferable there from: a. The Electrical Drawings are schematic in nature; use the Structural,

Architectural, Mechanical, and Civil Drawings for all dimensions and scaling purposes.

Not to be used for bidding purposes!

Page 325: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16050-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16050 (Bid Set)

2. It is the intent of these Specifications that the entire electrical power, instrumentation, and control system be complete and operable. Provide all necessary material and labor for the complete system from source of power to final utilization equipment, including all connections, testing, calibration of equipment furnished by others as well as equipment furnished by the Contractor, whether or not specifically mentioned but which are necessary for successful operation.

3. Provide all Electrical Work, including conduit, field wiring, and connections by the electrical subcontractor under the provisions of the Electrical Specifications for all aspects of the Work.

4. Coordinate all aspects of the Work with the electrical subcontractor and other subcontractors before bidding in order to ensure that all costs associated with a complete installation are included. The Owner is not responsible for any change orders due to lack of coordination of the Work between the Contractor, the electrical subcontractor, the other subcontractors or suppliers.

5. Demolition: a. Where demolition is specified or indicated on the Drawings, disconnect all

associated electrical equipment and render the equipment safe. b. Remove and dispose of all conduit, wire, electrical equipment, controls,

etc. associated with the items and/or areas to be demolished as indicated on the Drawings unless otherwise indicated.

c. Salvage electrical equipment as specified in Section 01738. d. For each piece of equipment to be removed, remove all ancillary

components (e.g. instruments, solenoid valves, disconnect switches, etc.). e. Conduit:

1) Where conduit removal, other than associated with equipment to be removed, is indicated on the Drawings: a) Remove exposed conduit to the point of encasement or burial. b) Cut conduit flush and plug or cap encased or buried conduit.

2) Where conduits are to remain in place and removal is not indicated on the Drawings: a) Cap conduit open ends. b) Re-label empty conduits as spare.

f. Remove all wire back to the source for all conduits to be removed or abandoned in place.

g. Provide new nameplates for modified electrical distribution equipment, motor control centers etc. to identify equipment and circuits that are no longer used as spares.

h. Provide new typewritten schedules for all modified panelboards. 6. Portions of this Project involve installation in existing facilities and interfaces to

existing circuits, power systems, controls, and equipment: a. Perform and document comprehensive and detailed field investigations of

existing conditions (circuits, power systems, controls, equipment, etc.) before starting any Work. Determine all information necessary to document, interface with, modify, upgrade, or replace existing circuits, power systems, controls, and equipment.

b. Provide and document interface with, modifications to, upgrades, or replacement of existing circuits, power systems, controls, and equipment.

7. Provide all trenching, forming, rebar, concrete, back filling, hard surface removal and replacement, for all items associated with the Electrical Work and installation: a. As specified in the Contract Documents.

Not to be used for bidding purposes!

Page 326: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16050-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16050 (Bid Set)

8. Defective work: a. As specified in Document 00700.

B. Existing system: 1. New Air Conditioning Unit and equipment is being installed in the basement of

the existing GBT Building. Power, Signal and Control conduits will be routed from the basement to the main Electrical Room.

C. New system: 1. New Gravity Builder Thickener is being installed in a new GBT building.

Control, Signal and Power conduits will be routed from the new GBT building to the existing GBT Building's Electrical Room.

D. Operating facility: 1. As specified in Section 01140. 2. The Rock River Water Reclamation District is an operating facility. Portions of

this facility must remain fully functional throughout the entire construction period. In consideration of this requirement, comply with the following guidelines: a. All outages must be of minimal duration and fully coordinated and agreed

to by the Owner. Adjust the construction schedule to meet the requirements of the Owner. All changes in schedule and any needs to reschedule are included in the Work.

b. As weather and water demand conditions dictate, re-adjust the construction schedule to meet the demands placed upon Owner by its users.

c. Coordinate the construction and power renovation, bear all costs, so that all existing facilities can continue operation throughout construction.

3. According to individual circumstances and in compliance with the Drawings, extend or replace conduit and cable connections from existing locations.

4. The standards of documentation, instrument tagging, cable and conductor ferruling, terminal identification and labeling that apply to the new installation apply equally to the existing installation which forms part of the modified system.

1.05 SUBMITTALS

A. Furnish submittals as specified in Section 01330 and this Section.

B. General: 1. Instruct all equipment suppliers of submittals and operation and maintenance

manuals of the requirements in this Section. 2. Furnish the submittals required by each section in the Electrical Specifications. 3. Adhere to the wiring numbering scheme throughout the Project:

a. Uniquely number each wire. b. Wire numbers must appear on all Equipment Drawings.

4. Use equipment and instrument tags, as indicated on the Drawings, for all submittals.

C. Seismic requirements: 1. Provide electrical equipment with construction and anchorage to supporting

structures designed to resist site seismic loads based on the seismic design criteria in Section 01612.

Not to be used for bidding purposes!

Page 327: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16050-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16050 (Bid Set)

2. For equipment installed in structures designated as seismic design category C, D, E or F, prepare and submit the following: a. Statement of seismic qualification, and special seismic certification:

1) “Statement of seismic qualification:” Provide manufacturer’s statement that the equipment satisfies the seismic design requirements of the building code indicated in Section 01410, including the requirements of ASCE 7, Chapter 13.

2) “Special seismic certification:” Provide manufacturer’s certification that the equipment, when subjected to shake table testing in accordance with ICC-ES AC 156, meets the “Post-Test Functional Compliance Verification” requirements of ICC-ES AC 156 for “Components with Ip = 1.5.” Compliance shall include both operability and containment of hazardous materials as appropriate to the unit being tested.

b. Substantiating test data: With seismic qualification and special seismic certification statements, submit results of testing in accordance with ICC-ES AC 156.

c. Anchoring design calculations and details: 1) Submit project-specific drawings and supporting calculations,

prepared and sealed by a professional engineer licensed in the state where the Project is being constructed, and showing details for anchoring electrical equipment to its supports and for anchoring supports provided with the equipment to the structure. Prepare calculations in accordance with the requirements of Section 01612.

3. Exemptions: A “statement of seismic qualification” and a “special seismic certification” are not required for the following equipment: a. Temporary or moveable equipment. b. Equipment anchored to the structure and having a total weight of

20 pounds or less. c. Distribution equipment anchored to the structure and having a total unit

weight of 3 pounds per linear foot, or less.

D. Submittal organization: 1. First page:

a. Specification section reference. b. Name and telephone number of individual who reviewed submittal before

delivery to Engineer. c. Name and telephone number of individual who is primarily responsible for

the development of the submittal. d. Place for Contractor’s review stamp and comments.

2. Next pages: a. Provide confirmation of specification compliance:

1) Specification section: Include with each submittal a copy of the relevant specification section. a) Indicate in the left margin, next to each pertinent paragraph,

either compliance with a check (√) or deviation with a consecutive number (1, 2, 3).

b) Provide a list of all numbered deviations with a clear explanation and reason for the deviation.

Not to be used for bidding purposes!

Page 328: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16050-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16050 (Bid Set)

b. Include a response in writing to each of the Engineer’s comments or questions for submittal packages which are re-submitted: 1) In the order that the comments or questions were presented

throughout the submittal. 2) Referenced by index section and page number on which the

comment appeared. 3) Acceptable responses to Engineer’s comments are either:

a) Engineer’s comment or change is accepted and appropriate changes are made.

b) Explain why comment is not accepted or requested change is not made.

c) Explain how requirement will be satisfied in lieu of comment or change requested by Engineer.

4) Any re-submittal, which does not contain responses to the Engineer’s previous comments shall be returned for Revision and Re-submittal.

5) No further review by the Engineer will be performed until a response for previous comments has been received.

3. Remaining pages: a. Actual submittal data:

1) Organize submittals in exactly the same order as the items are referenced, listed, and/or organized in the specification section.

2) For submittals that cover multiple devices used in different areas under the same specification section, the submittal for the individual devices must list the area where the device is intended to be used.

E. Submittal requirements: 1. Furnish submittals that are fully indexed with a tabbed divider for every

component. 2. Sequentially number pages within the tabbed sections. Submittals and

operation and maintenance manuals that are not fully indexed and tabbed with sequentially numbered pages, or are otherwise unacceptable, will be returned without review.

3. Edit all submittals and operation and maintenance manuals so that the submittal specifically applies to only the equipment furnished. a. Neatly cross out all extraneous text, options, models, etc. that do not

apply to the equipment being furnished, so that the information remaining is only applicable to the equipment being furnished.

4. Submit copies of shop drawings, and product data: a. Show dimensions, construction details, wiring diagrams, controls,

manufacturers, catalog numbers, and all other pertinent details. 5. Where submittals are required, provide a separate submittal for each

specification section. In order to expedite construction, the Contractor may make more than 1 submittal per specification section, but a single submittal may not cover more than 1 specification section: a. The only exception to this requirement is when 1 specification section

covers the requirements for a component of equipment specified in another section. (For example, circuit breakers are a component of switchgear. The switchgear submittal must also contain data for the associated circuit breakers, even though they are covered in a different specification section.)

Not to be used for bidding purposes!

Page 329: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16050-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16050 (Bid Set)

6. Exceptions to Specifications and Drawings: a. Include a list of proposed exceptions to the Specifications and Drawings

along with a detailed explanation of each. b. If there is insufficient explanation for the exception or deviation, the

submittal will be returned requiring revision and re-submittal. c. Acceptance of any exception is at the sole discretion of the Engineer.

1) Provide all items (materials, features, functions, performance, etc.) required by the Contract Documents that are not accepted as exceptions.

d. Replace all items that do not meet the requirements of the Contract Documents, which were not previously accepted as exceptions, even if the submittals contained information indicating the failure to meet the requirements.

7. Specific submittal requirements: a. Shop drawings:

1) Required for materials and equipment listed in this and other sections.

2) Furnish sufficient information to evaluate the suitability of the proposed material or equipment for the intended use, and for compliance with these Specifications.

3) Shop drawings requirements: a) Front, side, and, rear elevations, and top and bottom views,

showing all dimensions. b) Locations of conduit entrances and access plates. c) Component layout and identification. d) Schematic and wiring diagrams with wire numbers and terminal

identification. e) Connection diagrams, terminal diagrams, internal wiring

diagrams, conductor size, etc. f) Anchoring method and leveling criteria, including manufacturer’s

recommendations for the Project site seismic criteria. g) Weight. h) Finish. i) Nameplates j) Temperature limitations, as applicable.

b. Product data: 1) Submitted for non-custom manufactured material listed in this and

other sections and shown on shop drawings. 2) Include:

a) Catalog cuts. b) Bulletins. c) Brochures. d) Quality photocopies of applicable pages from these documents. e) Identify on the data sheets the Project name, applicable

specification section, and paragraph. f) Identify model number and options for the actual equipment

being furnished. g) Neatly cross out options that do not apply or equipment not

intended to be supplied. c. Detailed sequence of operation for all equipment or systems.

Not to be used for bidding purposes!

Page 330: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16050-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16050 (Bid Set)

F. Operation and maintenance manuals: 1. As specified in Section 01782. 2. Furnish the Engineer with a complete set of written operation and maintenance

manuals 8 weeks before Functional Acceptance Testing. 3. Additional operation and maintenance manual requirements:

a. Completely index manuals with a tab for each section: 1) Each section containing applicable data for each piece of equipment,

system, or topic covered. 2) Assemble manuals using the approved shop drawings, and include,

the following types of data: a) Complete set of 11-inch by 17-inch drawings of all equipment. b) Complete set of control schematics. c) Complete parts list for all equipment being provided. d) Catalog data for all products or equipment furnished.

G. Material and equipment schedules: 1. Furnish a complete schedule and/or matrix of all materials, equipment,

apparatus, and luminaries that are proposed for use: a. Include sizes, names of manufacturers, catalog numbers, and such other

information required to identify the items.

H. Schedule of values: 1. In addition to completing all items referred to in the schedule of values,

Section 01292, submit per unit material and labor costs used in developing the final bid for the electrical system, for the express purpose of pricing and cost justification for any proposed change orders. In addition to the items shown on the schedule of values, provide per unit material and labor costs for conduit and wire installation for specific types, sizes, and locations as indicated on the Drawings and Conduit Schedule. It is the responsibility of the electrical subcontractor to prove to the Engineer’s satisfaction that said per unit costs were used in the development of the final Bid amount.

I. Roof penetrations: 1. Submit details of all portions of the electrical installation that penetrate the

roof. Include details showing support of the penetrating component, and the sealing means to be utilized.

J. Record Documents: 1. Furnish as specified in Section 01770. 2. Provide Record Documents of all Electrical Drawings. 3. Record Drawing requirements:

a. Update Record Drawings weekly. b. Record Drawings must be fully updated as a condition of the monthly

progress payments. c. Submit Record Drawings upon completion of the Work for final review. d. Clearly and neatly show all changes including the following:

1) All existing pipe, conduit, wire, instruments or other structures encountered or uncovered during construction.

Not to be used for bidding purposes!

Page 331: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16050-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16050 (Bid Set)

4. Shop drawings: a. Upon completion of the Work, update all shop drawings to indicate the

final as-built configuration of the systems: 1) Provide as-built shop drawings for all electrical equipment on 11-inch

by 17-inch paper. a) Size all drawings to be readable and legible on 11 by 17 inch

media. 2) Provide electronic copies of these documents on CD-ROM or DVD

disks in PDF format. 5. Review and corrections:

a. Correct any record documents or other documents found to be incomplete, not accurate, of poor quality, or containing errors.

b. Promptly correct and re-submit record documents returned for correction.

K. Test reports: 1. As specified in Section 01330. 2. Additional requirements for field acceptance test reports are specified in

Sections 01756.

L. Calculations: 1. Where required by specific Electrical Specifications:

a. Because these calculations are being provided by a registered professional engineer, they will be reviewed for form, format, and content but will not be reviewed for accuracy and calculation means.

1.06 QUALITY ASSURANCE

A. Furnish all equipment listed by and bearing the label of UL or of an independent testing laboratory acceptable to the Engineer and the Authority Having Jurisdiction.

B. System supplier responsibilities: 1. Requirements as specified in the Instrumentation and Control Specifications. 2. System supplier:

a. Due to the critical and complex technical requirements of this Project, all Work (materials, equipment, products, submittals, labor, services, etc.) specified in the Electrical, and Instrumentation and Control Specifications, and shown on the Electrical and Instrumentation Drawings is to be furnished by a single system supplier who has single source responsibility for both the process control and instrumentation systems and the electrical power system.

3. Contractual relationship: a. Form a contractual relationship between the electrical subcontractor and

the ICSC. b. Requirements for the first tier subcontractor:

1) Contract directly with the Contractor. 2) Be either the electrical subcontractor or the ICSC.

c. Requirements for the second tier subcontractor: 1) A division of the first tier subcontractor, or 2) A joint venture with the first tier subcontractor, or 3) A subcontractor to the first tier subcontractor.

Not to be used for bidding purposes!

Page 332: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16050-12 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16050 (Bid Set)

d. The system supplier manages, directs, and supervises all of the Work of its second tier subcontractor. The system supplier is solely responsible for the entire electrical and instrumentation system, including, but not limited to, all Electrical, Instrumentation, and Process Contract Drawings, Electrical Specifications, and Instrumentation and Control Specifications: 1) Provide any additional conduit, wire, etc. 2) Any additional I/O, programming, screens, interface devices needed

by the system supplier are to be provided by the electrical subcontractor or the ICSC, under the above outlined working agreement.

3) Ensure compatibility between the PCIS system and the electrical system being installed.

1.07 DELIVERY, STORAGE, AND HANDLING

A. As specified in Section 01600.

B. Delivery and inspection: 1. Deliver products in undamaged condition, in manufacturer’s original container

or packaging with identifying labels intact and legible. Include date of manufacture on label.

C. Special instructions: 1. Securely attach special instructions for proper field handling, storage, and

installation to each piece of equipment before packaging and shipment.

1.08 PROJECT OR SITE CONDITIONS

A. Site conditions: 1. Provide an electrical, instrumentation and control system, including all

equipment, raceways, and any other components required for a complete installation that meets the environmental conditions for the Site as specified in the General Requirements and below.

2. Seismic load resistance: a. Provide electrical equipment with construction and anchorage to

supporting structures designed to resist site seismic loads as specified in Section 01612.

3. Wind load resistance: a. Provide electrical equipment with construction and anchorage to

supporting structures designed to resist site wind loads as specified in Section 01614.

4. Altitude, temperature and humidity: a. As specified in Section 01610. b. Provide all electrical components and equipment fully rated for continuous

operation at this altitude, with no additional derating factors applied.

Not to be used for bidding purposes!

Page 333: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16050-13 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16050 (Bid Set)

c. Provide additional temperature conditioning equipment to maintain all equipment in non-conditioned spaces subject to these ambient temperatures, with a band of 10 degrees Fahrenheit above the minimum operating temperature and 10 degrees Fahrenheit below maximum operating temperature, as determined by the equipment manufacturer’s guidelines: 1) Provide all power conduits wiring for these devices (e.g. heaters,

fans, etc.) whether indicated on the Drawings or not. 5. Site security:

a. Abide by all security and safety rules concerning the Work on the Site, as specified in Sections 01329 and 01500.

6. Outdoor installations: a. Provide electrical, instrumentation and control equipment suitable for

operation in the ambient conditions where the equipment is located. b. Provide heating, cooling, and dehumidifying devices incorporated into and

included with electrical equipment, instrumentation and control panels to maintain the enclosures within the rated environmental operating ranges as specified in this Section for the equipment: 1) Provide all wiring necessary to power these devices.

B. Provide enclosures for electrical, instrumentation and control equipment, regardless of supplier or subcontractor furnishing the equipment, that meet the requirements outlined in NEMA Standard 250 for the following types of enclosures: 1. NEMA Type 1: Intended for indoor use, primarily to provide a degree of

protection from accidental contact with energized parts or equipment. 2. NEMA Type 4: Intended for indoor or outdoor use, primarily to protect

equipment from exposure to windblown dust and rain, splashing or hose directed water, ice formation and freezing.

3. NEMA Type 4X: Made from corrosion resistant materials (fiberglass reinforced plastic, 316 stainless steel or equal) and are intended for indoor or outdoor use, primarily to protect equipment from exposure to windblown dust and rain, splashing or hose directed water, ice formation and freezing, and corrosion.

4. NEMA Type 12: Intended for indoor use, primarily to provide a degree of protection from dust, falling dirt and dripping non-corrosive liquids.

5. NEMA Type 6: Rated for submergence. 6. NEMA Type 6P: Rated for prolonged submergence. 7. NEMA Type 7: Intended for installation in locations where explosive or

combustible gas or vapors may be present (Class I Division 1 or Class I Division 2) meeting the requirements outlined in Section 16052.

Not to be used for bidding purposes!

Page 334: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16050-14 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16050 (Bid Set)

C. Plant area Electrical Work requirements: 1. Provide all Electrical Work in accordance with the following table, unless

otherwise specifically indicated on the Drawings:

PLANT AREA

NEMA ENCLOSURE

TYPE

EXPOSED CONDUIT

TYPE

ENVIRONMENT W = WET D = DAMP

C = CLEAN/DRY X = CORROSIVE H = HAZARDOUS

SUPPORT MATERIALS

NEW GBT BLDG 7 PVC COATED RIGID STEEL

H

EXISTING GBT BLDG 4X PVC COATED RIGID STEEL

C

2. Modify exposed conduit runs as specified in Section 16130.

1.09 SCHEDULING

A. General: 1. As specified in Sections 01312 and 01756. 2. Testing requirements are specified in Section 01756. 3. General scheduling requirements are specified in Section 01324B. 4. Work restrictions and other scheduling requirements are specified in

Section 01140. 5. Commissioning and Process Start-up requirements as specified in

Section 01756.

B. Pre-submittal conference: 1. Before producing any submittals, schedule a pre-submittal conference for the

purposes of reviewing the entire Project, equipment, control philosophy, schedules, and submittal requirements.

2. Contractor, electrical subcontractor, all suppliers, and individual equipment manufacturers furnishing major pieces of equipment must attend.

1.10 WARRANTY

A. Warrant the Electrical Work as specified in Document 00700: 1. Provide additional warranty as specified in the individual Electrical

Specifications.

1.11 SYSTEM START-UP

A. Replace or modify equipment, software, and materials that do not achieve design requirements after installation in order to attain compliance with the design requirements: 1. Following replacement or modification, retest the system and perform

additional testing to place the complete system in satisfactory operation and obtain compliance acceptance from the Engineer.

Not to be used for bidding purposes!

Page 335: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16050-15 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16050 (Bid Set)

1.12 MAINTENANCE

A. Before Substantial Completion, perform all maintenance activities required by any sections of the Specifications including any calibrations, final adjustments, component replacements or other routine service required before placing equipment or systems in service.

B. Furnish all spare parts as required by other sections of the Specifications.

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. Provide similar items of same manufacturer throughout the electrical and instrumentation portion of the Project.

B. Allowable manufacturers are specified in individual Electrical Specifications.

2.02 MATERIALS

A. Furnish all materials under this Contract that are new, free from defects, and standard products produced by manufacturers regularly engaged in the production of these products and that bear all approvals and labels as required by the Specifications.

B. Provide materials complying with the applicable industrial standard as specified in Document 00700.

C. Stainless steel: 1. Where stainless steel is indicated or used for any portion of the Electrical

Work, provide a non-magnetic, corrosion-resistant alloy, ANSI Type 316, satin finish.

2. Provide exposed screws of the same alloys. 3. Provide finished material free of any burrs or sharp edges. 4. Use only stainless steel hardware, when chemically compatible, in all areas

that are or could be in contact with corrosive chemicals. 5. Use stainless steel hardware, when chemically compatible, in all chemical

areas or areas requiring NEMA Type 4X construction. 6. Do not use stainless steel in any area containing chlorine, gas or solution,

chlorine products or ferric chloride.

2.03 SOURCE QUALITY CONTROL

A. Provide all equipment that is new, free from defects, and standard products produced by manufacturers regularly engaged in the production of these products.

Not to be used for bidding purposes!

Page 336: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16050-16 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16050 (Bid Set)

PART 3 EXECUTION

3.01 EXAMINATION

A. The electrical subcontractor is encouraged to visit the site to examine the premises completely before bidding.

B. It is the electrical subcontractor's responsibility to be fully familiar with the existing conditions and local requirements and regulations.

C. Comply with pre-bid conference requirements.

D. Review the site conditions and examine all shop drawings for the various items of equipment in order to determine exact routing and final terminations for all wiring and cables.

3.02 INSTALLATION

A. Equipment locations shown on Electrical Drawings may change due to variations in equipment size or minor changes made by others during construction: 1. Verify all dimensions indicated on the Drawings:

a. Actual field conditions govern all final installed locations, distances, and levels.

2. Review all Contract Documents and approved equipment shop drawings and coordinate Work as necessary to adjust to all conditions that arise due to such changes.

3. Make minor changes in location of equipment before rough in, as directed by the Owner or Engineer.

4. Provide a complete electrical system: a. Install all extra conduits, cables, and interfaces as may be necessary to

provide a complete and operating electrical system.

B. Install the equipment in accordance with the accepted installation instructions and anchorage details to meet the seismic and wind load requirements at the Project site.

C. Cutting and patching: 1. Perform all cutting, patching, channeling, core drilling, and fitting required for

the Electrical Work, except as otherwise directed: a. Secure the permission of the Engineer before performing any operation

likely to affect the strength of a structural member such as drilling, cutting or piercing: 1) Before cutting, channeling, or core drilling any surface, ensure that

no penetration of any other systems will be made: a) Verify that area is clear and free of conduits, cables, piping,

ductwork, post-tensioning cables, etc. b) Use tone-locate system or X-ray to ensure that area is clear of

obstructions. b. Review the complete Drawing set to ensure that there are no conflicts or

coordination problems before cutting, channeling, or core drilling any surface.

Not to be used for bidding purposes!

Page 337: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16050-17 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16050 (Bid Set)

2. Perform all patching to the same quality and appearance as the original work. Employ the proper tradesmen to secure the desired results. Seal around all conduits, wires, and cables penetrating walls, ceilings, and floors in all locations with a fire stop material, typically: a. 3M: CP 25WB+: Caulk. b. 3M: Fire Barrier: Putty.

3. Use the installation details indicated on the Drawings as a guide for acceptable sealing methods.

D. Install all conduits and equipment in such a manner as to avoid all obstructions and to preserve headroom and keep openings and passageways clear: 1. Install all conduits and equipment in accordance with working space

requirements in accordance with the NEC. a. This includes any panel, disconnect switch or other equipment that can be

energized while open exposing live parts regardless of whether it is likely to require examination or has serviceable parts.

2. Where the Drawings do not show dimensions for locating equipment, install equipment in the approximate locations indicated on the Drawings. a. Adjust equipment locations as necessary to avoid any obstruction or

interferences. 3. Where an obstruction interferes with equipment operation or safe access,

relocate the equipment. 4. Where the Drawings do not indicate the exact mounting and/or supporting

method to be used, use materials and methods similar to the mounting details indicated on the Drawings.

E. Earthwork and concrete: 1. Install all trenching, shoring, concrete, backfilling, grading and resurfacing

associated with the Electrical Work: a. Requirements as specified in the Contract Documents.

F. Roof penetrations: 1. Seal conduit penetrations in accordance with roofing manufacturer’s

instructions.

G. Terminations: 1. Provide and terminate all conductors required to interconnect power, controls,

instruments, panels, and all other equipment.

H. Miscellaneous installation requirements: 1. In case of interference between electrical equipment indicated on the

Drawings and the other equipment, notify the Engineer as specified in Document 00700.

2. Location of manholes and pullboxes indicated on the Drawings are approximate. Coordinate exact location of manholes and pullboxes with Mechanical and Civil Work.

3. Provide additional manholes or pullboxes to those shown where they are required to make a workable installation.

4. Circuits of different service voltage: a. Voltage and service levels:

1) Medium voltage: greater than 1.0 kV. 2) Low voltage: 120 V to 480 V.

Not to be used for bidding purposes!

Page 338: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16050-18 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16050 (Bid Set)

3) Instrumentation: Less than 50 VDC. b. Install medium voltage circuits and different service voltage circuits in

separate raceways,junction boxes, manholes, hand holes, and pullboxes. c. In manholes, install all cables operating at less than 50 VDC in PVC

coated flexible metallic conduit, with corrosion resistant fittings.

I. Labeling: 1. Provide nameplates and labels for all equipment.

J. Equipment tie-downs: 1. Anchor all instruments, control panels, and equipment by methods that comply

with seismic and wind bracing criteria, which apply to the Site. 2. All control panels, VCPs, LCPs, RTUs, PCMs, etc., must be permanently

mounted and tied down to structures in accordance with the Project seismic criteria.

3.03 COMMISSIONING

A. As specified in Section 01756.

B. For Owner and Engineer witnessed FAT: 1. Contractor is responsible for the Owner’s and Engineer’s costs associated with

FAT as specified in Section 01756.

C. Owner training: 1. As specified in Section 01756 and in this Section.

D. Source testing (FAT): 1. Provide source testing and owner training on electrical equipment as defined

in the table below: Table: Source Testing and Owner Training Requirements:

Section Number Section Title

Source Testing

Owner Training Requirements

(Witnessed or Non-

witnessed)

Maintenance (hrs per session)

Operation (hrs per session)

16262 Variable Frequency Drives 0.50- 50 Horsepower

Non-Witnessed

8 8

16422 Motor Starters Non-Witnessed

8 8

16444 Low Voltage Motor Control Centers

Non-Witnessed

N/A N/A

3.04 FIELD QUALITY CONTROL

A. Inspection: 1. Allow for inspection of electrical system installation as specified in

Section 01450. 2. Provide any assistance necessary to support inspection activities. 3. Engineer inspections may include, but are not limited to, the following:

Not to be used for bidding purposes!

Page 339: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16050-19 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16050 (Bid Set)

a. Inspect equipment and materials for physical damage. b. Inspect installation for compliance with the Drawings and Specifications. c. Inspect installation for obstructions and adequate clearances around

equipment. d. Inspect equipment installation for proper leveling, alignment, anchorage,

and assembly. e. Inspect equipment nameplate data to verify compliance with design

requirements. f. Inspect raceway installation for quality workmanship and adequate

support. g. Inspect cable terminations. h. Schedule structural engineer to inspect all mounting of electrical devices

and all penetration and connections to structures. 4. Inspection activities conducted during construction do not satisfy inspection or

testing requirements.

B. Field acceptance testing (Functional Testing): 1. Notify the Engineer when the Electrical Work is ready for field acceptance

testing. 2. Record results of the required tests along with the date of test:

a. Use conduit identification numbers to indicate portion of circuit tested.

C. Workmanship: 1. Leave wiring in panels, manholes, boxes, and other locations neat, clean, and

organized: a. Neatly coil and label spare wiring lengths. b. Shorten, re-terminate, and re-label excessive used as well as spare wire

and cable lengths, as determined by the Engineer.

3.05 CLEANING

A. As specified in Section 01770.

B. Remove all foreign material and restore all damaged finishes to the satisfaction of the Engineer and Owner.

C. Clean and vacuum all enclosures to remove all metal filings, surplus insulation and any visible dirt, dust or other matter before energization of the equipment or system start-up: 1. Use of compressors or air blowers for cleaning is not acceptable.

D. Clean and re-lamp all new and existing luminaries that were used in the areas affected by the construction, and return all used lamps to the Owner.

E. As specified in other sections of the Contract Documents.

3.06 PROTECTION

A. Protect all Work from damage or degradation until Substantial Completion.

B. Maintain all surfaces to be painted in a clean and smooth condition.

END OF SECTION

Not to be used for bidding purposes!

Page 340: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 341: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16052-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16052 (Bid Set)

SECTION 16052

HAZARDOUS CLASSIFIED AREA CONSTRUCTION

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Executing and completing Work in hazardous and/or classified areas as

defined by the NEC Articles 500 through 516, NFPA 820, and as indicated on the Drawings and specified in the Specifications.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01756 - Commissioning. 3. Section 16050 - Common Work Results for Electrical. 4. Section 16130 - Conduits. 5. Section 16140 - Wiring Devices. 6. Section 16150 - Low Voltage Wire Connections.

1.02 REFERENCES

A. As specified in Section 16050.

1.03 DEFINITIONS

A. As specified in Section 16050.

B. Specific definitions: 1. For the purposes of these Specifications, the terms “Hazardous” and

“Classified” will be considered synonymous.

1.04 SYSTEM DESCRIPTION (NOT USED)

1.05 SUBMITTALS

A. Furnish submittals as specified in Sections 01330 and 16050.

1.06 QUALITY ASSURANCE

A. As specified in Section 16050.

B. Regulatory requirements: 1. All wiring in hazardous and/or classified locations shall comply with all

applicable articles of the NEC, in particular Articles 500 through 516. 2. Except as modified in Articles 500 through 516, all other applicable rules

contained in the NEC shall apply to electric equipment and wiring installed in hazardous and/or classified locations.

Not to be used for bidding purposes!

Page 342: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16052-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16052 (Bid Set)

3. All devices used in Class I Division 1 or Division 2 areas must have visible manufacturer installed nameplates specifically stating the Class, Division, and Group for which the device is approved.

1.07 DELIVERY, STORAGE, AND HANDLING

A. As specified in Section 16050.

1.08 PROJECT OR SITE CONDITIONS

A. The following areas are classified Class I, Division 2: 1. New Gravity Belt Thickener Building.

PART 2 PRODUCTS

2.01 COMPONENTS

A. Conduit and sealing fittings: 1. As specified in Section 16130.

B. Wiring devices: 1. As specified in Section 16140.

PART 3 EXECUTION

3.01 INSTALLATION

A. As specified in Section 16050.

B. Conduit installation: 1. As specified in Section 16130. 2. Wrench tighten all conduit joints to minimize sparking when fault current flows

through the conduit system. 3. Make all conduit connections so that there are a minimum of 5 threads fully

engaged in the connection. 4. Flexible conduit:

a. Class I Division 2 areas: 1) Liquidtight metal conduit with approved fittings.

b. Maximum length as specified in Section 16130.

C. Sealing fittings: 1. Provide an approved seal, no more than 12 inches from the enclosure, for all

conduits entering an enclosure containing switches, circuit breakers, fuses, relays, resistors, or any other apparatus which may produce arcs, sparks, or high temperatures: a. Only explosion proof unions, couplings, elbows, capped elbows, and

conduit bodies similar to “L”, “T”, and “X” may be installed between the sealing fitting and the enclosure.

Not to be used for bidding purposes!

Page 343: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16052-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16052 (Bid Set)

2. Provide entire assemblies approved for Class I locations for self-sealing or factory sealed assemblies where the equipment that may produce arcs, sparks, or high temperatures is located in a compartment separate from the compartment containing splices or taps, and an integral seal is provided where conductors pass from one compartment to the other: a. Seals are required in all conduit connections to the compartment

containing splices and must be within 12 inches of the enclosure. 3. Install a conduit seal within 12 inches of the boundary in each conduit run

entering or leaving a classified location. No union, coupling, box, or fitting is allowed in the conduit between the sealing fitting and the point at which the conduit leaves the classified location.

4. For underground conduits entering or leaving a classified location or between Class I Division 1 and Division 2 locations: a. Provide a conduit seal at both points where the conduit emerges from the

ground: 1) Place the conduit seal within 18 inches of finished grade. 2) No union, coupling, box, or fitting is allowed in the conduit system

between the seal fitting and the point at which the conduit enters the ground.

5. Separate all conductors within the conduit system and seal using an approved packing dam installed to both hold the sealing compound and to maintain the separation between the wires: a. Remove the outer jacket of multi-conductor non-shielded cables in the

area of the sealing fitting and separate each conductor from the cable and seal individually.

6. Install seals with drains in all electrical control stations, low points of conduit or any place where moisture may condense and accumulate.

7. Install the sealing compound with a minimum thickness of 5/8 inch or the trade size of the conduit, whichever is greater.

D. Boxes and fittings: 1. Class I Division 2 areas:

a. Provide approved grounding bushings on conduits entering and exiting metallic boxes to bond the conduits together.

E. Outlet boxes and bodies: 1. Provide conduits bodies and boxes suitable for the conduit system as specified

in Section 16130. 2. Class I Division 2 areas:

a. Boxes not containing arcing parts: 1) Material and NEMA ratings as specified in Section 16050. 2) Pressed metal boxes are not allowed.

b. Provide heavy duty cast construction type conduit fittings and joints: 1) Explosion proof rated fittings and joints are not necessary.

c. Any enclosure containing arcing parts, etc. shall have all construction associated with the enclosure, conduit system, etc. conforming to Class I Division 1 construction.

F. Motor connections: 1. Conduit installation in Class I Division 2 locations for motors that contain

arcing parts, shall proceed as follows: a. First - Conduit.

Not to be used for bidding purposes!

Page 344: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16052-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16052 (Bid Set)

b. Second - Explosion proof flexible coupling. c. Third - Sealing fitting. d. Fourth - Explosion proof union. e. Fifth - Connection to the motor terminal box.

2. Wiring connections to motor leads shall be as specified in Section 16150. 3. Bond the non-current-carrying metal parts of equipment, raceways and other

enclosures as required by the NEC to ensure electrical continuity.

3.02 ERECTION, INSTALLATION, APPLICATION, CONSTRUCTION (NOT USED)

3.03 REPAIR/RESTORATION (NOT USED)

3.04 RE-INSTALLATION (NOT USED)

3.05 COMMISSIONING

A. As specified in Section 01756.

3.06 FIELD QUALITY CONTROL

A. As specified in Section 16050.

3.07 ADJUSTING (NOT USED)

3.08 CLEANING (NOT USED)

3.09 PROTECTION (NOT USED)

3.10 SCHEDULES (NOT USED)

END OF SECTION

Not to be used for bidding purposes!

Page 345: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16060-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16060 (Bid Set)

SECTION 16060

GROUNDING AND BONDING

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Grounding materials and requirements.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01756 - Commissioning. 3. Section 16050 - Common Work Results for Electrical.

1.02 REFERENCES

A. As specified in Section 16050.

B. ASTM International (ASTM): 1. B3 - Standard Specification for Soft or Annealed Copper Wire. 2. B8 - Standard Specification for Concentric-Lay-Stranded Copper Conductors,

Hard, Medium-Hard, or Soft.

C. Institute of Electrical and Electronics Engineers (IEEE): 1. 81 - IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and

Earth Surface Potentials of a Grounding System.

D. Underwriters Laboratories, Inc. (UL): 1. 467 - Ground and Bonding Equipment.

1.03 DEFINITIONS

A. As specified in Section 16050.

1.04 SYSTEM DESCRIPTION

A. Ground equipment and raceway systems so that the completed installation conforms to all applicable code requirements.

B. Provide a complete electrical grounding system as indicated on the Drawings and as specified including but not limited to: 1. Grounding electrodes. 2. Bonding jumpers. 3. Ground connections.

C. Provide bonding jumpers and wire, grounding bushings, clamps and appurtenances required for complete grounding system to bond equipment and raceways to equipment grounding conductors.

Not to be used for bidding purposes!

Page 346: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16060-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16060 (Bid Set)

D. The ground system resistance (electrode to ground) of the completed installation, as determined by tests shall be: 1. 5 ohms or less for industrial systems.

1.05 SUBMITTALS

A. Furnish submittals as specified in Sections 01330 and 16050.

B. Product data: 1. Catalog cut sheets.

1.06 QUALITY ASSURANCE

A. As specified in Section 16050.

B. All grounding components and materials shall be UL listed and labeled.

1.07 DELIVERY, STORAGE, AND HANDLING

A. As specified in Section 16050.

1.08 PROJECT/SITE CONDITIONS (NOT USED)

1.09 SEQUENCING (NOT USED)

1.10 SCHEDULING (NOT USED)

1.11 WARRANTY

A. As specified in Section 16050.

1.12 SYSTEM START-UP

A. As specified in Section 16050.

1.13 OWNER’S INSTRUCTIONS (NOT USED)

1.14 MAINTENANCE (NOT USED)

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. Compression connectors: One of the following or equal: 1. FCI Burndy. 2. Thomas & Betts.

B. Exothermic connectors: One of the following or equal: 1. Erico. 2. Harger. 3. Burndy Weld.

Not to be used for bidding purposes!

Page 347: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16060-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16060 (Bid Set)

C. Ground rods: One of the following or equal: 1. Erico. 2. Harger. 3. Conex.

D. Ground cable: One of the following or equal: 1. Nehring. 2. Harger. 3. Southwire.

E. Precast ground well boxes: One of the following or equal: 1. Brooks Products, 3-RT Valve Box. 2. Christy Concrete Products, G12 Valve Box.

2.02 EXISTING PRODUCTS (NOT USED)

2.03 MATERIALS

A. Ground rod: 1. Minimum: 3/4-inch diameter, 10 feet long. 2. Uniform 10 mil covering of electrolytic copper metallically bonded to a rigid

steel core: a. The copper-to-steel bond shall be corrosion resistant.

3. In accordance with UL 467. 4. Sectional type joined by threaded copper alloy couplings. 5. Fit the top of the rod with a threaded coupling and steel-driving stud.

B. Ground cable: 1. Requirements:

a. Soft drawn (annealed). b. Concentric lay, coarse stranded in accordance with ASTM B8. c. Bare copper in accordance with ASTM B3.

2. Size is as indicated on the Drawings, but not less than required by the NEC.

C. Compression connectors: 1. Manufactured of high copper alloy specifically for the particular grounding

application. 2. Suitable for direct burial in earth and concrete. 3. Identifying compression die number inscription to be impressed on

compression fitting.

D. Exothermic welds: 1. Current carrying capacity equal to that of the conductor. 2. Permanent molecular bond that cannot loosen or corrode over time. 3. Will not deteriorate with age.

E. Equipment grounding conductors: 1. Conductors shall be the same type and insulation as the load circuit

conductors: a. Use 600-volt insulation for the equipment grounding conductors for

medium voltage systems. 2. Minimum size in accordance with the NEC.

Not to be used for bidding purposes!

Page 348: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16060-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16060 (Bid Set)

F. Grounding electrode conductors: 1. Minimum size in accordance with the NEC.

G. Main bonding jumpers and bonding jumpers: 1. Minimum size in accordance with the NEC.

2.04 MANUFACTURED UNITS (NOT USED)

2.05 EQUIPMENT (NOT USED)

2.06 COMPONENTS (NOT USED)

2.07 ACCESSORIES

A. Precast ground well boxes: 1. Minimum 10 inch interior diameter. 2. Traffic-rated cast iron cover. 3. Permanent “GROUND” marking on cover.

2.08 MIXES (NOT USED)

2.09 FABRICATION (NOT USED)

2.10 FINISHES (NOT USED)

2.11 SOURCE QUALITY CONTROL (NOT USED)

PART 3 EXECUTION

3.01 EXAMINATION (NOT USED)

3.02 PREPARATION (NOT USED)

3.03 INSTALLATION

A. As specified in Section 16050.

B. Provide a separate, green insulated, grounding conductor in each raceway independent of raceway material: 1. Multi-conductor power and control cables shall include an integral green

insulated grounding conductor. 2. Provide a separate grounding conductor in each individual raceway for parallel

feeders.

C. Provide a separate grounding conductor for each motor and connect at motor terminal box. Do not use bolts securing motor box to frame or cover for grounding connectors: 1. When grounding motors driven by variable frequency drives (VFD) comply with

the requirements of the VFD manufacturer.

Not to be used for bidding purposes!

Page 349: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16060-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16060 (Bid Set)

D. Provide a grounding type bushing with lug for connection of grounding conductor for conduits that originate from each motor control center section, switchboard, or panelboard: 1. Individually bond these raceways to the ground bus in the equipment.

E. Provide grounding type bushings with lugs for connection of grounding conductor at both ends of metallic conduit runs. Bond ground bushings to the grounding system.

F. Provide a green insulated wire-grounding jumper from the ground screw to a box grounding screw and, for grounding type devices, to equipment grounding conductor.

G. Interconnect the secondary switchgear, switchboard, or panelboard neutral bus to the ground bus in the secondary switchgear, switchboard, or panelboard compartment, only at service entrance point or after a transformer.

H. Duct bank ground system: 1. Provide a bare copper grounding conductor the entire length of each duct

bank, embedded in the concrete of the duct bank as indicated on the Drawings and specified in the Specifications.

2. Bond duct bank ground conductors together where duct banks join, merge, intersect, or split.

I. Grounding at service (600 V or Less): 1. Connect the neutral to ground only at one point within the enclosure of the first

disconnecting means on the load side of the service transformer.

J. Ground connections: 1. All connections to the ground grid system, the duct bank grounding system,

equipment, ground rods, etc., shall be made using exothermic welds as indicated on the Drawings, UL listed, and labeled for the application.

2. Make ground connections in accordance with the manufacturer's instructions. 3. Do not conceal or cover any ground connections until the Engineer or

authorized representative has established and provided written confirmation that every grounding connection is as indicated on the Drawings and specified in the Specifications.

K. Grounding electrode system: 1. Ground ring:

a. Provide all trenching and materials necessary to install the ground ring as indicated on the Drawings.

b. Ground ring conductor shall be in direct contact with the earth, or where embedded, concrete, of the size as indicated on the Drawings.

c. Minimum burial depth 36 inches or as indicated on the Drawings. d. Re-compact disturbed soils to original density in 6-inch lifts.

2. Ground rods: a. Locations as indicated on the Drawings. b. Length of rods forming an individual ground array shall be equal in length. c. Drive ground rods and install grounding conductors before construction of

concrete slabs and duct banks. 3. Metal underground water pipe:

a. Bond metal underground domestic water pipe to grounding electrode system.

Not to be used for bidding purposes!

Page 350: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16060-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16060 (Bid Set)

4. Metal frame of building or structure: a. Bond metal frame of building or structure to grounding electrode system.

5. Extend grounding conductors through concrete to accessible points for grounding equipment and electrical enclosures.

6. Where grounding conductors are not concrete-encased or direct buried, install in Schedule 40 PVC conduit for protection.

7. Install grounding system at each structure where switchgear, motor control centers, switchboards, panelboards, panels, or other electrical equipment are installed.

L. Shield grounding: 1. Shielded instrumentation cable shall have its shield grounded at one end only

unless shop drawings indicate otherwise: a. The grounding point shall be at the control panel or at the power source

end of the signal carried by the cable. 2. Terminate the shield drain wire on a dedicated terminal block. 3. Use manufacturer’s terminal block jumpers to interconnect ground terminals. 4. Connection to the panel main ground bus shall be via a green No. 12

conductor to the main ground bus for the panel.

M. Antenna ground: 1. Install individual ground rod or ground system for communication system

antenna: a. Install a dedicated grounding electrode conductor from the antenna

ground to the grounding electrode system. b. Do not connect any other grounds to the antenna grounding electrode

conductor. 2. Install ground rod or ground system in accordance with the radio

manufacturer's requirements.

N. Where indicated on the Drawings, install ground rods in precast ground wells.

3.04 ERECTION, INSTALLATION, APPLICATION, CONSTRUCTION (NOT USED)

3.05 REPAIR/RESTORATION (NOT USED)

3.06 RE-INSTALLATION (NOT USED)

3.07 COMMISSIONING

A. As specified in Section 01756.

3.08 FIELD QUALITY CONTROL

A. As specified in Section 16050.

B. Measure grounding electrode system resistance to ground in accordance with IEEE 81.

Not to be used for bidding purposes!

Page 351: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16060-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16060 (Bid Set)

3.09 ADJUSTING

A. Under the direction of the Engineer, add additional parallel connected ground rods and/or deeper driven rods until the ground resistance measurement meets the specified resistance requirements: 1. Use of salts, water, or compounds to attain the specified ground resistance is

not acceptable.

3.10 CLEANING (NOT USED)

3.11 PROTECTION

A. As specified in Section 16050.

3.12 SCHEDULES (NOT USED)

END OF SECTION

Not to be used for bidding purposes!

Page 352: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 353: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16123-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16123 (Bid Set)

SECTION 16123

600-VOLT OR LESS WIRES AND CABLES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. 600 volt class or less wire and cable.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01756 - Commissioning. 3. Section 16050 - Common Work Results for Electrical. 4. Section 16060 - Grounding and Bonding.

1.02 REFERENCES

A. As specified in Section 16050.

B. ASTM International (ASTM): 1. B3 - Standard Specification for Soft or Annealed Copper Wire. 2. B8 - Standard Specification for Concentric-Lay–Stranded Copper Conductors,

Hard, Medium-Hard, or Soft.

C. CSA International (CSA).

D. Insulated Cable Engineers Association (ICEA): 1. NEMA WC 70/ICEA S-95-658-1999 - Standard for Nonshielded Power Cables

Rated 2000 Volts or Less for the Distribution of Electrical Energy. 2. NEMA WC 57/ICEA S-73-532 - Standard for Control, Thermocouple

Extension, and Instrumentation Cables.

E. National Fire Protection Association (NFPA): 1. 70 - National Electrical Code (NEC). 2. 72 - National Fire Alarm and Signaling Code. 3. 101 - Life Safety Code.

F. Underwriter's Laboratories Inc., (UL): 1. 44 - Thermoset-Insulated Wires and Cables. 2. 1277 - Standard for Electrical Power and Control Tray Cables with Optional

Optical-Fiber Members. 3. 1424 - Standard for Cables for Power-Limited Fire-Alarm Circuits. 4. 1569 - Standard for Metal-Clad Cables. 5. 2196 - Standard for Tests for Fire Resistive Cables. 6. 2225 - Standard for Cables and Cable-Fittings For Use in Hazardous

(Classified) Locations.

Not to be used for bidding purposes!

Page 354: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16123-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16123 (Bid Set)

1.03 DEFINITIONS

A. As specified in Section 16050.

B. Definitions of terms and other electrical considerations as set forth in the: 1. ASTM. 2. ICEA.

1.04 SYSTEM DESCRIPTION

A. Furnish and install the complete wire and cable system.

1.05 SUBMITTALS

A. Furnish submittals as specified in Sections 01330 and 16050.

B. Product data: 1. Manufacturer of wire and cable. 2. Insulation:

a. Type. b. Voltage class.

3. American wire gauge (AWG) size. 4. Conductor material. 5. Pulling compounds.

C. Shop drawings: 1. Show splice locations.

a. For each proposed splice location provide written justification describing why the splice is necessary.

D. Test reports: 1. Submit test reports for meg-ohm tests.

E. Calculations: 1. Submit cable pulling calculations to the Engineer for review and comment for

all cables that will be installed using mechanical pulling equipment. Show that the maximum cable tension and sidewall pressure will not exceed manufacturer recommended values: a. Provide a table showing the manufacturer’s recommended maximum

cable tension and sidewall pressure for each cable type and size included in the calculations.

b. Submit the calculations to the Engineer a minimum of 2 weeks before conduit installation.

1.06 QUALITY ASSURANCE

A. As specified in Section 16050.

B. All wires and cables shall be UL listed and labeled.

1.07 DELIVERY, STORAGE, AND HANDLING

A. As specified in Section 16050.

Not to be used for bidding purposes!

Page 355: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16123-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16123 (Bid Set)

1.08 PROJECT OR SITE CONDITIONS (NOT USED)

1.09 SEQUENCING (NOT USED)

1.10 SCHEDULING (NOT USED)

1.11 WARRANTY

A. As specified in Section 16050.

1.12 SYSTEM START-UP

A. As specified in Section 16050.

1.13 OWNER`S INSTRUCTIONS (NOT USED)

1.14 MAINTENANCE (NOT USED)

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. One of the following or equal: 1. 600 volt class wire and cable:

a. General Cable. b. Okonite Company. c. Southwire Company.

2. 600 volt VFD cable: a. General Cable. b. Southwire Company.

3. Instrumentation class wire and cable: a. Alpha Wire Company. b. Belden CDT. c. General Cable BICC Brand. d. Okonite Company. e. Rockbestos Surprenant Cable Corporation.

4. Network cables: a. Belden CDT. b. General Cable. c. CommScope.

5. Fire alarm wire and cable: a. West Penn Wire. b. Olympic Wire and Cable. c. Rockbestos Surprenant Cable Corporation. d. Draka Lifeline.

2.02 EXISTING PRODUCTS (NOT USED)

2.03 MATERIALS

A. Conductors: 1. Copper in accordance with ASTM B3.

Not to be used for bidding purposes!

Page 356: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16123-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16123 (Bid Set)

2.04 MANUFACTURED UNITS

A. General: 1. Provide new wires and cables manufactured within 1 year of the date of

delivery to the Site. 2. Permanently mark each wire and cable with the following at 24-inch intervals:

a. AWG size. b. Voltage rating. c. Insulation type. d. UL symbol. e. Month and year of manufacture. f. Manufacturer's name.

3. Identify and mark wire and cable: a. Use integral color insulation for Number 2 AWG and smaller wire. b. Wrap colored tape around cable larger than Number 2 AWG.

B. 600 volt class wire and cable: 1. Provide AWG or kcmil sizes as indicated on the Drawings or in the Conduit

Schedules: a. When not indicated on the Drawings, size wire as follows:

1) In accordance with the NEC: a) Use 75 degree Celsius ampacity ratings. b) Ampacity rating after all derating factors, equal to or greater than

rating of the overcurrent device. 2) Provide Number 12 AWG minimum for power conductors. 3) Provide Number 14 AWG minimum for control conductors.

2. Provide Class B stranding in accordance with ASTM B8: a. Provide Class C stranding where extra flexibility is required.

3. Insulation: a. XHHW-2. b. 90 degrees Celsius rating.

4. Multiconductor cables: a. Number and size of conductors as indicated on the Drawings or in the

Conduit Schedules. b. Individual conductors with XHHW-2 insulation. c. Overall PVC jacket. d. Tray cable rated. e. Color-coding for control wire in accordance with ICEA Method 1, E-2 in

accordance with NEMA WC 57/ICEA S-73-532. f. Ground conductor: Insulated, green:

1) Sized in accordance with NEC.

C. 600 volt VFD cables: a. Conductor:

1) Provide Class B stranding in accordance with ASTM B8. b. Insulation:

1) Cross-linked Polyethylene. 2) 90 degrees Celsius rating. 3) UL 44 Type RHH/RHW-2.

c. Ground: 1) Provide Class B stranding in accordance with ASTM B8.

Not to be used for bidding purposes!

Page 357: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16123-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16123 (Bid Set)

2) 3 symmetrically placed bare copper conductors in direct contact with shield.

d. Metallic shield: 1) Overall 5 mil bare copper tape shield with 50 percent overlap.

e. Outer jacket: 1) UL 1277 Type Polyvinyl Chloride (PVC).

f. Cable tray rated.

D. Instrumentation class cable: 1. Type TC. 2. Suitable for use in wet locations. 3. Voltage rating: 600 volts. 4. Temperature rating:

a. 90 degrees Celsius rating in dry locations. b. 75 degrees Celsius rating in wet locations.

5. Conductors: a. Insulation:

1) Flame-retardant PVC, 15 mils nominal thickness, with nylon jacket 4 mils nominal thickness.

b. Number 16 AWG stranded and tinned. c. Color code:

1) Pair: Black and white. 2) Triad: Black, white and red. 3) Multiple pairs or triads:

a) Color-coded and numbered. 6. Jacket:

a. Flame retardant, moisture and sunlight resistant PVC. b. Ripcord laid longitudinally under jacket to facilitate removal.

7. Shielding: a. Individual pair/triad:

1) Minimum 1.35-mil double-faced aluminum foil/polyester tape overlapped to provide 100 percent coverage.

b. Multiple pair or triad shielding: 1) Group shield: Minimum 1.35-mil double-faced aluminum foil/polyester

tape overlapped to provide 100 percent coverage. 2) Completely isolate group shields from each other. 3) Cable shield: 2.35 mils double-faced aluminum and synthetic

polymer backed tape overlapped to provide 100 percent coverage. c. All shielding to be in contact with the drain wire.

E. Network cables: 1. Category 6:

a. General: 1) Provide all Cat 6 cables meeting the standards set by TIA/EIA-568-

C.2. b. Conductors:

1) 24 AWG solid bare copper conductors. c. Insulation:

1) Polyolefin. 2) 4 non-bonded twisted pair cables formed into a cable core.

d. Color code: 1) Pair 1: White/blue stripe and blue.

Not to be used for bidding purposes!

Page 358: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16123-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16123 (Bid Set)

2) Pair 2: White/orange stripe and orange. 3) Pair 3: White/green stripe and green. 4) Pair 4: White/brown stripe and brown.

e. Outer jacket: 1) PVC with ripcord.

f. Electrical characteristics: 1) Frequency range: 0.772-100 MHz. 2) Attenuation: 32.1 dB/100 m. 3) Near-end crosstalk (NEXT): 39.3 dB. 4) Power sum NEXT: 37.3 dB. 5) Attenuation to crosstalk ratio (ACR): 7.2 dB. 6) Power sum attenuation to crosstalk ratio (PSACR): 5.3 dB/100 m. 7) Equal level far-end crosstalk (ELFEXT): 22.8 dB. 8) Power sum ELFEXT: 19.8 dB/100 m. 9) Return loss: 17.3 dB. 10) Propagation delay: 537 ns/100 m. 11) Delay skew: 45 ns/100 m. 12) Propagation delay (skew), max: 2.5 ns/100 m.

g. Two-wire: 1) Shielded twisted pair. 2) Tinned, copper conductors minimum with 7 by 30 stranding. 3) AWG #22. 4) Insulation:

a) FHDPE: Foam high-density polyethylene. b) 300-volt insulation level.

5) Outer shield: a) 100 percent coverage. b) Tape/braid. c) Aluminum foil-polyester tape. d) Tinned copper braid.

6) Outer shield drain wire: a) Tinned, copper conductor minimum with 7 by 30 stranding. b) AWG #22.

7) Outer jacket PVC: a) Sunlight resistant.

8) UL/CSA flame tested. 9) Minimum bending radius 2.5 inches. 10) Nominal OD 0.284 inch.

F. Fire alarm cable: 1. Number of pairs: As indicated on the Drawings or as necessary for the

application. 2. Voltage rating: 300 V minimum. 3. Two-hour fire rating in accordance with UL 2196. 4. Provide fire alarm cable in accordance with the requirements of UL 1424. 5. Provide Type FPLP (power-limited plenum rated) for all cabling within ducts,

plenums, and all spaces used for air handling: a. Cable must meet NEC standards, and must have adequate fire-resistant

and low smoke-producing characteristics.

Not to be used for bidding purposes!

Page 359: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16123-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16123 (Bid Set)

6. Provide Type FPLR (power-limited riser rated) for all vertical runs that pass from floor to floor: a. FPLR cable must meet NEC standards, and must have fire-resistant

characteristics capable of preventing the carrying of fire from floor to floor. 7. FPL (power-limited general purpose) is only suitable for general-purpose fire

alarm use and shall not be used for risers, ducts, plenums, and in air-handling spaces: a. FPL cable must meet NEC standards, and must be listed as resistant to

the spread of fire. 8. Cable substitutions are not permitted unless approved by Engineer. 9. Meets code requirements of NFPA 72 and NFPA 101. 10. Conductor insulation:

a. Low smoke PVC. b. Minimum 105 degrees Celsius rating.

11. Conductor jacket: a. Low smoke PVC. b. Ripcord and surface-printed with year of manufacture and cable

description at maximum 24-inch intervals. c. Minimum 105 degrees Celsius rating.

2.05 ACCESSORIES

A. Wire ties: 1. One of the following or equal:

a. T&B "Ty-Rap" cable ties. b. Panduit cable ties.

2.06 SOURCE QUALITY CONTROL

A. Assembly and testing of cable shall comply with the applicable requirements of ICEA S-95-658-1999.

B. Test Type XHHW-2 in accordance with the requirements of UL 44.

PART 3 EXECUTION

3.01 INSTALLATION

A. As specified in Section 16050.

B. Color-coding: 1. Color-coding shall be consistent throughout the facility. 2. The following color code shall be followed for all 240/120 volt and 208/120 volt

systems: a. Phase A - Black. b. Phase B - Red. c. Phase C - Blue. d. Single phase system - Black for one hot leg, red for the other. e. Neutral - White. f. High phase or wild leg - Orange. g. Equipment ground - Green.

Not to be used for bidding purposes!

Page 360: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16123-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16123 (Bid Set)

3. The following color code shall be followed for all 480/277 volt systems: a. Phase A - Brown. b. Phase B - Orange. c. Phase C - Yellow. d. Neutral - Gray. e. Equipment ground - Green.

4. The following color code shall be followed for all 120 VAC control wiring: a. Power - Red. b. Neutral - White.

5. The following color code shall be followed for all general purpose DC control circuits: a. Grounded conductors - White with blue stripe. b. Ungrounded conductors - Blue.

6. Switch legs shall be violet. Three-way switch runners shall be pink. 7. Wires in intrinsically safe circuits shall be light blue. 8. Wire colors shall be implemented in the following methods:

a. Wires manufactured of the desired color. b. Continuously spiral wrap the first 6 inches of the wire from the termination

point with colored tape: 1) Colored tape shall be wrapped to overlap 1/2 of the width of the tape.

C. Install conductors only after the conduit installation is complete, and all enclosures have been vacuumed clean, and the affected conduits have been swabbed clean and dry: 1. Install wires only in approved raceways. 2. Do not install wire:

a. In incomplete conduit runs. b. Until after the concrete work and plastering is completed.

D. Properly coat wires and cables with pulling compound before pulling into conduits: 1. For all Number 4 AWG and larger, use an approved wire-pulling lubricant while

cable is being installed in conduit: a. Ideal Products. b. Polywater Products. c. 3M Products. d. Greenlee Products. e. Or equal as recommended by cable manufacturer. f. Do not use oil, grease, or similar substances.

E. Cable pulling: 1. Prevent mechanical damage to conductors during installation. 2. For cables Number 1 AWG and smaller, install cables by hand. 3. For cables larger than Number 1 AWG, power pulling winches may be used if

they have cable tension monitoring equipment. 4. Provide documentation that maximum cable pulling tension was no more than

75 percent of the maximum recommended level as published by the cable manufacturer. If exceeded, the Engineer may, at his discretion, require replacement of the cable.

5. Ensure cable pulling crews have all calculations and cable pulling limitations while pulling cable.

Not to be used for bidding purposes!

Page 361: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16123-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16123 (Bid Set)

6. Make splices or add a junction box or pullbox where required to prevent cable pulling tension or sidewall pressure from exceeding 75 percent of manufacturer’s recommendation for the specified cable size: a. Make splices in manholes or pull boxes only. b. Leave sufficient slack to make proper connections.

F. Use smooth-rolling sheaves and rollers when pulling cable into cable tray to keep pulling tension and bending radius within manufacturer’s recommendations.

G. Install and terminate all wire in accordance with manufacturer's recommendations.

H. Neatly arrange and lace conductors in all switchboards, panelboards, pull boxes, and terminal cabinets by means of wire ties: 1. Do not lace wires in gutter or panel channel. 2. Install all wire ties with a flush cutting wire tie installation tool:

a. Use a tool with an adjustable tension setting. 3. Do not leave sharp edges on wire ties.

I. Terminate stranded conductors on equipment box lugs such that all conductor strands are confined within the lug: 1. Use ring type lugs if box lugs are not available on the equipment.

J. Lighting circuits: 1. Each circuit shall have a dedicated neutral.

K. Splices: 1. Provide continuous circuits from origin to termination whenever possible:

a. Obtain Engineer’s approval prior to making any splices. 2. Lighting and receptacle circuit conductors may be spliced without prior

approval from the Engineer. 3. Where splices are necessary because of extremely long wire or cable lengths

that exceed standard manufactured lengths: a. Splice box NEMA rating requirements as specified in Section 16050. b. Make splices in labeled junction boxes for power conductors. c. Make splices for control and instrument conductors in terminal boxes:

1) Provide terminal boards with setscrew pressure connectors, with spade or ring lug connectors.

4. Power and control conductors routed in common raceways may be spliced in common junction boxes.

5. Clearly label junction and terminal boxes containing splices with the word "SPLICE LOCATED WITHIN”.

6. Leave sufficient slack at junction boxes and termination boxes to make proper splices and connections. Do not pull splices into conduits.

7. Install splices with compression type butt splices and insulate using a heat-shrink sleeve: a. In NEMA Type 4 or NEMA Type 4X areas, provide heat-shrink sleeves

that are listed for submersible applications. 8. Splices in below grade pull boxes, in any box subject to flooding, and in wet

areas shall be made waterproof using: a. A heat shrink insulating system listed for submersible applications. b. Or an epoxy resin splicing kit.

Not to be used for bidding purposes!

Page 362: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16123-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16123 (Bid Set)

L. Apply wire markers to all wires at each end after being installed in the conduit and before meg-ohm testing and termination.

M. Instrumentation class cable: 1. Install instrumentation class cables in separate raceway systems from power

cables: a. Install instrument cable in metallic conduit within non-dedicated manholes

or pull boxes. b. Install cable without splices between instruments or between field devices

and instrument enclosures or panels. 2. Do not make intermediate terminations, except in designated terminal boxes

as indicated on the Drawings. 3. Shield grounding requirements as specified in Section 16060.

N. Multi-conductor cable: 1. Where cable is not routed in conduit with a separate ground conductor, use

one conductor in the cable as a ground conductor: a) Use an internal ground conductor, if it is no smaller than as indicated on

the Drawings and in accordance with NEC requirements for equipment ground conductor size.

b) Where 2 parallel cables are used, and the internal ground conductor in each cable does not meet NEC requirements for the combined circuit, use 4-conductor cable, with one of the full-sized conductors serving as ground.

O. Fire alarm cable: 1. Install fire alarm cable in dedicated metallic raceways as indicated on the

Drawings.

P. Signal cable: 1. Separate and isolate electrical signal cables from sources of electrical noise

and power cables by minimum 12 inches.

Q. Wiring allowances: 1. Equipment locations may vary slightly from the drawings. Include an allowance

for necessary conductors and terminations for motorized equipment, electrical outlets, fixtures, communication outlets, instruments, and devices within 10 linear feet of locations indicated on the Drawings.

2. Locations for pull boxes, manholes, and duct banks may vary slightly from the drawings. Include an allowance for necessary conductors and related materials to provide conductors to all pull boxes, manholes and duct banks within 20 linear feet of locations indicated on the Drawings.

3.02 ERECTION, INSTALLATION, APPLICATION, CONSTRUCTION (NOT USED)

3.03 REPAIR/RESTORATION (NOT USED)

3.04 RE-INSTALLATION (NOT USED)

3.05 COMMISSIONING

A. As specified in Section 01756.

Not to be used for bidding purposes!

Page 363: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16123-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16123 (Bid Set)

3.06 FIELD QUALITY CONTROL

A. As specified in Section 16050.

B. Grounding: 1. As specified in Section 16060.

3.07 ADJUSTING (NOT USED)

3.08 CLEANING (NOT USED)

3.09 PROTECTION

A. As specified in Section 16050.

3.10 SCHEDULES (NOT USED)

END OF SECTION

Not to be used for bidding purposes!

Page 364: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 365: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16130-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16130 (Bid Set)

SECTION 16130

CONDUITS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Metallic conduits. 2. Nonmetallic conduits. 3. Conduit bodies. 4. Conduit fittings and accessories. 5. Conduit installation.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01756 - Commissioning. 3. Section 16050 - Common Work Results for Electrical.

1.02 REFERENCES

A. As specified in Section 16050.

B. American National Standards Institute (ANSI): 1. C80.1 - Electrical Rigid Steel Conduit. 2. C80.3 - Steel Electrical Metallic Tubing. 3. C80.5 - Electrical Rigid Aluminum Conduit. 4. C80.6 - Electrical Intermediate Metal Conduit.

C. National Electrical Manufacturer’s Association (NEMA): 1. RN-1 - Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel

Conduit and Intermediate Steel Conduit. 2. TC2 - Electrical Polyvinyl Chloride (PVC) Conduit. 3. TC3 - Polyvinyl Chloride (PVC) Fittings for Use with Rigid PVC Conduit and

Tubing. 4. TC7 - Smooth-Wall Coilable Electrical Polyethylene Conduit. 5. TC13 - Electrical Nonmetallic Tubing. 6. TC14 - Reinforced Thermosetting Resin Conduit (RTRC) and Fittings.

D. Underwriters Laboratories (UL): 1. 1 - Standard for Flexible Metal Conduit. 2. 6 - Standard for Electrical Rigid Metal Conduit - Steel. 3. 6A - Standard for Electrical Rigid Metal Conduit - Aluminum, Red Brass, and

Stainless Steel. 4. 360 - Standard for Liquidtight Flexible Steel Conduit. 5. 651 - Standard for Schedule 40 and 80 Rigid PVC Conduit and Fittings. 6. 651B - Standard for Continuous Length HDPE Conduit. 7. 797 - Standard for Electrical Metallic Tubing - Steel. 8. 1242 - Standard for Electrical Intermediate Metal Conduit - Steel. 9. 1653 - Standard for Electrical Nonmetallic Tubing.

Not to be used for bidding purposes!

Page 366: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16130-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16130 (Bid Set)

10. 1660 - Standard for Liquidtight Flexible Nonmetallic Conduit. 11. 1684 - Standard for Reinforced Thermosetting Resin Conduit (RTRC) and

Fittings.

1.03 DEFINITIONS

A. As specified in Section 16050.

B. Specific definitions and abbreviations: 1. Conduit bodies: A separate portion of a conduit system that provides access

through a removable cover to the interior of the system at a junction of 2 or more conduit sections. Includes, but not limited to, Shapes C, E, LB, T, X, etc.

2. Conduit fitting: An accessory that primarily serves a mechanical purpose. Includes, but not limited to, bushings, locknuts, hubs, couplings, reducers, etc.

3. GRC: Galvanized rigid steel conduit. 4. PCS: Polyvinyl chloride (PVC) coated rigid steel conduit. 5. PCA: Polyvinyl chloride (PVC) coated rigid aluminum conduit. 6. IMC: Intermediate metallic conduit. 7. EMT: Electrical metallic tubing. 8. PVC: Polyvinyl chloride rigid nonmetallic conduit. 9. HDPE: High-density polyethylene conduit. 10. SLT: Sealtight-liquidtight flexible conduit. 11. EFLX: Explosionproof flexible conduit. 12. FLX: Flexible metallic conduit. 13. NFC: Nonmetallic flexible conduit. 14. ENT: Electrical nonmetallic tubing. 15. RAC: Rigid aluminum conduit. 16. FRD: Fiberglass-reinforced duct. 17. NPT: National pipe thread.

1.04 SYSTEM DESCRIPTION

A. Provide conduits, conduit bodies, fittings, junction boxes, and all necessary components, whether or not indicated on the Drawings, as required, to install a complete electrical raceway system.

1.05 SUBMITTALS

A. Furnish submittals as specified in Sections 01330 and 16050.

B. Product data: 1. Furnish complete manufacturer’s catalog sheets for every type and size of

conduit, fitting, conduit body, and accessories to be used on the Project. 2. Furnish complete manufacturer’s recommended special tools to be used for

installation if required. 3. Certified test results for PVC-coated metallic conduit showing the adhesive

bond is stronger than the tensile strength of the PVC.

C. Shop drawings: 1. Furnish conduit routing plans for all lighting and receptacle conduits before the

installation of any conduit. 2. Detail the intended routing of each conduit, conduit material and include

supporting methods.

Not to be used for bidding purposes!

Page 367: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16130-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16130 (Bid Set)

3. Number conduits in accordance with the Contract Documents.

D. Certifications: 1. Furnish PVC-coated conduit manufacturer’s certification for each installer.

E. Record Documents: 1. Incorporate all changes in conduit routing on electrical plan drawings. 2. Dimension underground and concealed conduits from building lines. 3. Furnish hard copy drawings and electronic files in AutoCAD format Version:

2004.

F. Installation drawings: Installation drawings, including individual conduit numbers, routing, sizes, cable sizes, and circuit numbers for each conduit.

1.06 QUALITY ASSURANCE

A. As specified in Section 16050.

B. All conduits, conduit bodies, and fittings shall be UL listed and labeled.

C. Every installer of PVC-coated metallic conduit shall be certified by the manufacturer for installation of the conduit.

1.07 DELIVERY, STORAGE, AND HANDLING

A. As specified in Section 16050.

B. Do not expose Type PVC, FRD, NFC, and ENT to direct sunlight.

C. Do not store conduit in direct contact with the ground.

1.08 PROJECT OR SITE CONDITIONS

A. As specified in Section 16050.

1.09 SEQUENCING

A. Before installing any conduit or locating any device box: 1. Examine the complete set of Drawings and Specifications, and all applicable

shop drawings. 2. Verify all dimensions and space requirements and make any minor

adjustments to the conduit system as required to avoid conflicts with the building structure, other equipment, or the work of other trades.

1.10 SCHEDULING (NOT USED)

1.11 WARRANTY

A. As specified in Section 16050.

1.12 SYSTEM START-UP

A. As specified in Section 16050.

Not to be used for bidding purposes!

Page 368: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16130-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16130 (Bid Set)

1.13 OWNER’S INSTRUCTIONS (NOT USED)

1.14 MAINTENANCE (NOT USED)

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. Galvanized rigid steel conduit: 1. One of the following or equal:

a. Western Tube and Conduit. b. Allied Tube and Conduit. c. Wheatland Tube Co.

B. PVC-coated rigid steel conduit: 1. One of the following or equal:

a. Robroy Industries. b. Ocal, Inc. c. Calbond.

C. Rigid aluminum conduit: 1. One of the following or equal:

a. Allied Tube and Conduit. b. Patriot Aluminium Products. c. Republic Conduit. d. Wheatland Tube Co.

D. PVC-coated aluminum conduit: 1. One of the following or equal:

a. Robroy Industries. b. Ocal, Inc. c. Calbond.

E. Flexible metallic conduit: 1. One of the following or equal:

a. AFC Cable Systems. b. Southwire. c. Electri-Flex Company.

F. Sealtight-liquidtight flexible conduit: 1. One of the following or equal:

a. Southwire. b. AFC Cable Systems. c. Electri-Flex Company. d. Anaconda.

G. Explosionproof flexible conduit: 1. One of the following or equal:

a. Appleton. b. Crouse-Hinds. c. Hubbell Killark.

Not to be used for bidding purposes!

Page 369: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16130-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16130 (Bid Set)

H. Rigid nonmetallic PVC conduit: 1. One of the following or equal:

a. Carlon. b. Cantex. c. Triangle Conduit and Cable.

I. Electrical nonmetallic tubing: 1. One of the following or equal:

a. Carlon Flex-Plus Blue. b. Specified Technologies, Inc.

J. Conduit bodies: 1. One of the following or equal:

a. Crouse-Hinds. b. Appleton. c. O-Z/Gedney. d. Ocal, Inc. e. Robroy Industries. f. Calbond. g. Carlon.

K. Joint compound: 1. Thomas and Betts.

L. Galvanized rigid steel conduit expansion fittings: 1. One of the following or equal:

a. Crouse-Hinds. b. Appleton. c. O-Z/Gedney.

M. Conduit sleeve: 1. One of the following or equal:

a. Crouse-Hinds. b. Appleton. c. O-Z/Gedney.

N. Conduit seals: 1. One of the following or equal:

a. Appleton. b. Crouse-Hinds. c. O-Z/Gedney.

O. Conduit through wall and floor seals: 1. The following or equal:

a. O-Z/Gedney: 1) Type "WSK." 2) Type “CSM.”

2.02 EXISTING PRODUCTS (NOT USED)

2.03 MATERIALS (NOT USED)

2.04 MANUFACTURED UNITS (NOT USED)

Not to be used for bidding purposes!

Page 370: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16130-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16130 (Bid Set)

2.05 EQUIPMENT (NOT USED)

2.06 COMPONENTS

A. GRC: 1. All threads: NPT standard conduit threads with a 3/4-inch taper per foot:

a. Running conduit threads are not acceptable. 2. Hot-dip galvanized inside and out:

a. Ensures complete coverage and heats the zinc and steel to a temperature that ensures the zinc alloys with the steel over the entire surface.

b. Electro-galvanizing is not acceptable. 3. Manufactured in accordance with:

a. UL-6. b. ANSI C80.1.

B. PCS: 1. The steel conduit, before PVC coating, shall be new, unused, hot-dip

galvanized material, conforming to the requirements for Type GRC. 2. Coated conduit NEMA Standard RN-1:

a. The galvanized coating may not be disturbed or reduced in thickness during the cleaning and preparatory process.

3. Factory-bonded PVC jacket: a. The exterior galvanized surfaces shall be coated with primer before PVC

coating to ensure a bond between the zinc substrate and the PVC coating.

b. Nominal thickness of the exterior PVC coating shall be 0.040 inch except where part configuration or application of the piece dictates otherwise.

c. PVC coating on conduits and associated fittings shall have no sags, blisters, lumps, or other surface defects and shall be free of holes and holidays.

d. The PVC adhesive bond on conduits and fittings shall be greater than the tensile strength of the PVC plastic coating: 1) Confirm bond with certified test results.

4. A urethane coating shall be uniformly and consistently applied to the interior of all conduits and fittings: a. Nominal thickness of 0.002 inch. b. Conduits having areas with thin or no coating are not acceptable. c. All threads shall be coated with urethane.

5. The PVC exterior and urethane interior coatings applied to the conduits shall afford sufficient flexibility to permit field bending without cracking or flaking at temperature above 30 degrees Fahrenheit (-1 degree Celsius).

6. PCS conduit bodies and fittings: a. Malleable iron. b. The conduit body, before PVC coating, shall be new, unused material and

shall conform to appropriate UL standards. c. The PVC coating on the outside of conduit bodies shall be 0.040-inch

thick and have a series of longitudinal ribs to protect the coating from tool damage during installation.

d. 0.002-inch interior urethane coating. e. Utilize the PVC coating as an integral part of the gasket design. f. Stainless steel cover screw heads shall be encapsulated with plastic to

ensure corrosion protection.

Not to be used for bidding purposes!

Page 371: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16130-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16130 (Bid Set)

g. A PVC sleeve extending 1 conduit diameter or 2 inches, whichever is less, shall be formed at each female conduit opening. 1) The inside diameter of the sleeve shall be the same as the outside

diameter of the conduit to be used. 2) The sleeve shall provide a vapor- and moisture-tight seal at every

connection.

C. RAC: Material: a. Extruded from 6063 Alloy in Temper Designation T-1. b. Maximum 1/10-percent copper content. c. Containing lubricating inside liners.

2. NPT standard threads with a 3/4-inch taper per foot: a. Running conduit threads are not acceptable.

3. Provide aluminum fittings and conduit bodies.

D. PCA: 1. The aluminum conduit, before PVC coating, shall be new, unused, aluminum

conduit and shall conform to the requirements for Type RAC. 2. Factory-bonded PVC jacket:

a. Nominal thickness of the exterior PVC coating shall be 0.040 inch except where part configuration or application of the piece dictates otherwise.

b. PVC coating on conduits and associated fittings shall have no sags, blisters, lumps, or other surface defects and shall be free of holes and holidays.

3. The PVC adhesive bond on conduits and fittings shall be greater than the tensile strength of the PVC plastic coating: a. Confirm bond with certified test results.

4. A urethane coating shall be uniformly and consistently applied to the interior of all conduits and fittings: a. Nominal thickness of 0.002 inch. b. Conduits having areas with thin or no coating are not acceptable. c. All threads shall be coated with urethane.

5. The PVC exterior and urethane interior coatings applied to the conduit shall afford sufficient flexibility to permit field bending without cracking or flaking at temperature above 30 degrees Fahrenheit (-1 degree Celsius).

6. PCA conduit bodies and fittings: a. Copper-free cast aluminum. b. The conduit body, before PVC coating, shall be new, unused material and

shall conform to appropriate UL standards. c. The PVC coating on the outside of conduit bodies shall be 0.040-inch

thick and have a series of longitudinal ribs to protect the coating from tool damage during installation.

d. 0.002-inch interior urethane coating. e. Utilize the PVC coating as an integral part of the gasket design. f. Stainless steel cover screw heads shall be encapsulated with plastic to

ensure corrosion protection. g. A PVC sleeve extending 1 conduit diameter or 2 inches, whichever is less,

shall be formed at each female conduit opening. 1) The inside diameter of the sleeve shall be the same as the outside

diameter of the conduit to be used.

Not to be used for bidding purposes!

Page 372: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16130-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16130 (Bid Set)

2) The sleeve shall provide a vapor- and moisture-tight seal at every connection.

E. FLX: 1. Materials:

a. Single strip aluminum alloy. b. Single strip steel hot-dip galvanized on all 4 sides before conduit

fabrication. 2. Interlocking design formed from continuous metal strip for integrity and

flexibility. 3. Manufactured in accordance with:

a. UL-1.

F. NFC: 1. Provide liquidtight and corrosion-resistant flexible nonmetallic conduits and

fittings. 2. Fabricated from a hard PVC spiral completely surrounded by flexible PVC:

a. UL listed for sunlight resistance. b. Suitable for use at conduit temperatures of 80 degrees Celsius dry,

60 degrees Celsius wet, and 60 degrees Celsius oil resistant. 3. Temperature range: -20 degrees Celsius to +80 degrees Celsius.

G. SLT: 1. Temperature rated for use in the ambient temperature at the installed location

but not less than the following: a. General purpose:

1) Temperature range: -20 degrees Celsius to +80 degrees Celsius. b. Oil-resistant:

1) Temperature range: -20 degrees Celsius to +60 degrees Celsius. 2. Sunlight-resistant, weatherproof, and watertight. 3. Manufactured from single strip steel, hot-dip galvanized on all 4 sides before

conduit fabrication. 4. Strip steel spiral wound resulting in an interior that is smooth and clean for

easy wire pulling. 5. Overall PVC jacket. 6. With integral copper ground wire, built in the core, in conduit trade sizes

1/2 inch through 1-1/4 inch.

H. EFLX: 1. Suitable for the hazardous Class and Group where installed:

a. As specified in Section 16050. 2. Metallic braid shall provide continuous electrical path. 3. Stainless steel construction. 4. Provide fittings and unions as required for the installation.

I. PVC: 1. Extruded from virgin PVC compound:

a. Schedule 40 unless otherwise specified. b. Schedule 80 extra-heavy wall where specified.

2. Rated for 90 degrees Celsius conductors or cable. 3. Rated for use in direct sunlight.

Not to be used for bidding purposes!

Page 373: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16130-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16130 (Bid Set)

J. Conduit bodies: 1. Material consistent with conduit type:

a. Malleable iron bodies and covers when used with Type GRC. b. Cast aluminum bodies and covers when used with Type RAC. c. PVC bodies and covers when used with Type PVC. d. PVC-coated malleable iron bodies and covers when used with Type PCS. e. PVC-coated copper-free cast aluminum bodies and covers when used

with Type PCA. f. Malleable iron or aluminum bodies with pressed steel or aluminum covers

when used with Type EMT. 2. Conduit bodies to conform to Form 8, Mark 9, or Mogul design:

a. Mogul design conforming to NEC requirements for bending space for large conductors for conduit trade sizes of 1 inch and larger with conductors #4 AWG and larger, or where required for wire-bending space.

3. Gasketed covers attached to bodies with stainless steel screws secured to threaded holes in conduit body.

2.07 ACCESSORIES

A. Connectors and fittings: 1. Manufactured with compatible materials to the corresponding conduit.

B. Insulated throat metallic bushings: 1. Construction:

a. Malleable iron or zinc-plated steel when used with steel conduit. b. Aluminum when used with aluminum conduit. c. Positive metallic conduit end stop. d. Integrally molded non-combustible phenolic-insulated surfaces rated at

150 degrees Celsius. e. Use fully insulated bushings on nonmetallic conduit system made of

high-impact 150 degrees Celsius rated non-combustible thermosetting phenolic.

C. Insulated grounding bushings: 1. Construction:

a. Malleable iron or steel, zinc-plated, with a positive metallic end stop. b. Integrally molded non-combustible phenolic-insulated surfaces rated at

150 degrees Celsius. c. Tin-plated copper grounding saddle for use with copper or aluminum

conductors.

D. Electrical unions (Erickson Couplings): 1. Construction:

a. Malleable iron for use with steel conduit. b. Aluminum for use with aluminum conduit. c. Concrete tight, 3-piece construction. d. Rated for Class I Division 1 Group D in hazardous areas.

E. FLX fittings: 1. Provide insulated die-cast connectors with ridges that thread into the inside of

the conduit to achieve a force fit. 2. Binding screw connectors are not acceptable.

Not to be used for bidding purposes!

Page 374: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16130-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16130 (Bid Set)

F. SLT fittings: 1. Construction:

a. Malleable iron. b. Furnished with locknut and sealing ring. c. Liquidtight, rain-tight, oil-tight. d. Insulated throat. e. Furnish as straight, 45-degree elbows, and 90-degree elbows. f. Designed to prevent sleeving:

1) Verify complete bonding of the raceway jacket to the plastic gasket seal.

g. Equipped with grounding device to provide ground continuity irrespective of raceway core construction. Grounding device, if inserted into raceway and directly in contact with conductors, shall have rolled-over edges for sizes under 5 inches.

h. Where terminated into a threadless opening using a threaded hub fitting, a suitable moisture-resistant/oil-resistant synthetic rubber gasket shall be provided between the outside of the box or enclosure and the fitting shoulder. Gasket shall be adequately protected by and permanently bonded to a metallic retainer.

2. Corrosion-resistant and outdoor SLT fittings: a. Construction:

1) PVC-coated liquidtight fittings with a bonded 0.040-inch thick PVC coating on the metal connector to form a seal around the SLT conduit.

2) Insulated throat and an integral sealing ring.

G. Hubs for threaded attachment of steel conduit to sheet metal enclosures: 1. Construction:

a. Insulated throat. b. PVC-coated when used in corrosive areas. c. Bonding locknut. d. Recessed neoprene O-ring to ensure watertight and dust-tight connector. e. One half (1/2)-inch through 1-1/4-inch steel zinc electroplated. f. One and one half (1-1/2)-inch through 6-inch malleable iron zinc plated. g. Aluminum with aluminum conduit.

2. Usage: a. All conduits in damp, wet, outdoor, and corrosive areas shall use threaded

hubs for connections to sheet metal enclosures.

H. Sealing fittings: 1. Construction:

a. 40-percent wire fill capacity. b. PVC-coated when used in corrosive areas. c. Malleable ductile iron with steel conduit. d. Aluminum with aluminum conduit. e. Crouse-Hinds Type EYD where drains are required. f. Crouse-Hinds Type EYS where drains are not required. g. UL listed for use in Class I, Division 1, Groups A, B, C, D; Class I, Division

2, Groups A, B, C, D; and Class II, Divisions 1 and 2, Groups E, F, and G. 2. Sealing compound:

a. Fiber filler and cement as recommended by the sealing fitting manufacturer.

Not to be used for bidding purposes!

Page 375: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16130-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16130 (Bid Set)

b. Approved for the conditions and use. 1) Not affected by surrounding atmosphere or liquids.

c. Melting point shall be 200 degrees Fahrenheit minimum.

I. PVC fittings: 1. Shall include the following:

a. Couplings. b. Terminal adapters. c. Female adapters. d. Caps. e. Reducer bushings. f. Duct couplings. g. End bells. h. Expansion couplings. i. Duct couplings: 5 degree. j. C-Type pull fittings. k. E-Type pull fittings. l. LB-Type pull fittings. m. LL-Type pull fittings. n. LR-Type pull fittings. o. T-Type pull fittings. p. X-Type pull fittings. q. Service entrance caps.

2. Materials: a. All devices shall be made of PVC, using the same materials as used for

Type PVC conduit. b. All metal hardware shall be stainless steel.

J. Through wall and floor seals: 1. Materials:

a. Body: Casting of malleable or ductile iron with a hot-dip galvanized finish. b. Grommet: Neoprene. c. Pressure rings: PVC-coated steel. d. Disc material: PVC-coated steel. e. Aluminum when used with Type RAC.

K. Expansion/deflection couplings: 1. Use to compensate for movement in any directions between 2 conduit ends

where they connect. 2. Shall allow movement of 3/4 inch from the normal in all directions. 3. Shall allow angular movement for a deflection of 30 degrees from normal in

any direction. 4. Constructed to maintain electrical continuity of the conduit system. 5. Materials:

a. End couplings: Bronze or galvanized ductile iron. b. Sleeve: Neoprene. c. Bands: Stainless steel. d. Bonding jumper: Tinned copper braid.

L. Expansion couplings: 1. Shall allow for expansion and contraction of conduit:

a. Permitting 8-inch movement, 4 inches in either direction.

Not to be used for bidding purposes!

Page 376: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16130-12 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16130 (Bid Set)

2. Constructed to maintain electrical continuity of the conduit system. 3. Materials:

a. Head: Malleable or ductile iron. b. Sleeve: Steel. c. Insulating bushing: Phenolic. d. Finish: Hot-dip galvanized. e. Aluminum when used with Type RAC.

2.08 SOURCE QUALITY CONTROL

A. As specified in Section 16050.

PART 3 EXECUTION

3.01 EXAMINATION (NOT USED)

3.02 PREPARATION (NOT USED)

3.03 INSTALLATION

A. As specified in Section 16050.

B. General: 1. Conduit routing:

a. The electrical drawings are diagrammatic in nature: 1) Install conduit runs as specified with schematic representation

indicated on the Drawings and as specified. 2) Modify conduit runs to suit field conditions, as accepted by the

Engineer: a) Make changes in conduit locations that are consistent with the

design intent but are dimensionally different, or routing to bypass obstructions.

b) Make changes in conduit routing due to the relocation of equipment.

3) The electrical drawings do not indicate all required junction boxes and pull boxes: a) Provide junction boxes and pull boxes to facilitate wire pulling as

required: (1) To meet cable manufacturer’s pulling tension requirements. (2) To limit total conduit bends between pull locations.

b) Install junction boxes and pull boxes at locations acceptable to the Engineer.

b. The Contractor is responsible for any deviations in general location, conduit size, routing, or changes to the conduit schedule without the express written approval or direction by the Engineer: 1) The Engineer is the sole source in determining whether the change is

constituted as a deviation: 2) Perform any changes resulting in additional conduits, or extra work

from such deviations. 3) Incorporate any deviations on the Record Documents.

2. Use only tools recommended by the conduit manufacturer for assembling the conduit system.

Not to be used for bidding purposes!

Page 377: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16130-13 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16130 (Bid Set)

3. Provide adequate clearances from high-temperature surfaces for all conduit runs. Provide minimum clearances as follows: a. Clearance of 6 inches from surfaces 113 degrees Fahrenheit to

149 degrees Fahrenheit. b. Clearance of 12 inches from surfaces greater than

149 degrees Fahrenheit. c. Keep conduits at least 6 inches from the coverings on hot water and

steam pipes, 18 inches from the coverings on flues and breechings, and 12 inches from fuel lines and gas lines.

d. Where it is necessary to route conduits close to high-temperature surfaces, provide a high-reflectance thermal barrier between the conduit and the surface.

4. Support conduit runs on water-bearing walls a minimum of 7/8-inch away from wall on an accepted preformed channel: a. Do not run conduits within water-bearing walls unless otherwise indicated

on the Drawings. 5. Do not install 1-inch or larger conduits in or through structural members unless

approved by the Engineer. 6. Run conduits exposed to view parallel with or at right angles to structural

members, walls, or lines of the building: a. Install straight and true conduit runs with uniform and symmetrical elbows,

offsets, and bends. b. Make changes in direction with long radius bends or with conduit bodies.

7. Install conduits with total conduit bends between pull locations less than or equal to 270 degrees.

8. Route all exposed conduits to preserve headroom, access space and work space, and to prevent tripping hazards and clearance problems: a. Install conduit runs so that runs do not interfere with proper and safe

operation of equipment and do not block or interfere with ingress or egress, including equipment-removal hatches.

b. Route conduits to avoid drains or other gravity lines. Where conflicts occur, relocate the conduit as required.

9. Conduits may be run in concrete members or slabs with permission of the Engineer or as indicated on the Drawings: a. Refer to the typical details for conduit spacing and size requirements.

10. When installing conduits through existing slabs or walls, make provisions for locating any possible conflicting items where the conduit is to penetrate. Use tone signal or X-ray methods to make certain that no penetrations will be made into the existing conduits, piping, cables, post-tensioning cables, etc.

11. Plug conduits brought into pull boxes, manholes, handholes, and other openings until used to prevent entrance of moisture.

12. Install conduits through wall and floor seals where indicated on the Drawings. 13. For existing and new 2-inch and larger conduit runs, snake conduits with a

conduit cleaner equipped with a cylindrical mandrel of a diameter not less than 85 percent of nominal diameter of the conduit: a. Remove and replace conduits through which mandrel will not pass.

14. Provide all sleeves and openings required for the passage of electrical raceways or cables even when these openings or sleeves are not specifically indicated on the Drawings.

15. Install complete conduit systems before conductors are installed.

Not to be used for bidding purposes!

Page 378: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16130-14 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16130 (Bid Set)

16. Provide metallic conduits terminating in transformer, switchgear, motor control center, or other equipment conduit windows with grounding bushings and ground with a minimum No. 6 AWG ground wire.

17. Underground conduits: a. Install underground conduits, including conduit runs below slabs-on-grade

in concrete-reinforced duct bank construction: b. Make underground conduit size transitions at handholes and manholes. c. Install spare conduits in underground duct banks towards top center of

runs to allow for ease of installation of future cables as conduits enter underground manholes and handholes.

d. Seal around conduit penetrations of below grade walls with a mechanical seal.

C. Lighting and receptacle conduits: 1. Provide conduit runs for lighting and receptacle circuits, whether or not

indicated on the Drawings: 2. Install conduits in accordance with the requirements of this Section unless

otherwise indicated. 3. Minimum conduit size:

a. 3/4-inch for exposed conduits. b. 1-inch for underground or in-slab conduits.

4. Provide conduit materials for the installed location as specified in Section 16050.

D. Hazardous areas: 1. As specified in Section 16050 for hazardous areas and specific Class and

Division. 2. As specified in Section 16052 for hazardous area conduit installation

requirements.

E. Conduit usage: 1. Exposed conduits:

a. Rigid conduit: 1) Install the rigid conduit type for each location as specified in

Section 16050. 2) Minimum size: 3/4-inch.

b. Flexible conduit: 1) Use flexible conduit for final connections between rigid conduit and

motors, vibrating equipment, instruments, control equipment, or where required for equipment servicing: a) Use Type SLT with rigid metallic conduit. b) Use Type NFC with PVC conduit. c) Use Type EFLX in Class I Division 1 locations. d) Use Type FLX in finished areas.

2) Minimum size: 3/4-inch: a) 1/2 when required for connection to instruments.

Not to be used for bidding purposes!

Page 379: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16130-15 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16130 (Bid Set)

3) Maximum length: a) Fixed equipment:

Conduit Trade Size Flexible Conduit Length (inch)

3/4 18

1 18

1-1/4 18

1-1/2 18

2 36

2-1/2 36

3 36

3-1/2 38

4 40

b) Removable instruments or hinged equipment: (1) As required to allow complete removal or full movement

without disconnecting or stressing the conduit.

2. Concrete-encased and embedded conduits: a. Type PVC Schedule 40 and PVC-coated rigid metallic conduit as

specified below: 1) Use Type PCS in underground and embedded installation as follows:

a) Stub-up and risers to grade floor or equipment from nonmetallic conduits.

b) Entering and exiting underground or embedded conduit runs a minimum 12 inches above and below grade of finished floor.

c) For any and all bends where the total deflection is greater than 45 degrees.

b. Minimum size: 1) 2-inch in duct banks unless otherwise indicated on the Drawings. 2) 1-inch for in-slab conduits unless otherwise indicated on the

Drawings. 3. Direct-buried and sand-bedded duct bank conduits:

a. Type PCS. b. Minimum size: 1-inch.

4. Concrete capped, pea gravel-bedded duct bank conduits: a. Type PVC80. b. Minimum size: 1-inch.

5. Directional drill conduits: a. Type HDPE.

6. PVC-coated rigid metallic conduit: a. Use specifically manufactured or machined threading dies to

manufacturer’s specifications to accommodate the PVC jacket. 7. GRC:

a. Conduit shall be cut square and reamed before threading. 8. PVC:

a. Conduit terminations shall be via threaded adapters into threaded hubs on the junction boxes or conduit bodies.

Not to be used for bidding purposes!

Page 380: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16130-16 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16130 (Bid Set)

b. Conduit terminations into boxes without threaded hubs shall utilize a threaded adapter and a flat neoprene washer on the outside of the box. 1) Use a locknut on the inside of the box to tighten the adapter to the

box. c. Route conduit to afford it the maximum physical protection.

1) If necessary, cover conduit to afford additional protection when it cannot be shielded by the structure or machinery frames. a) Use Schedule 80 where exposed runs may be subject to

physical damage. 9. RAC:

a. Do not use aluminum conduit below grade, cast in concrete, or on concrete or masonry in contact with earth.

b. When installing RAC on concrete surfaces, mount the RAC on the nonmetallic channel so that only the channel is in contact with the concrete.

c. When penetrating concrete walls and/or floors, use O-Z/Gedney rubber-gasketed through wall and floor seals so that the aluminum conduit is completely isolated from the concrete by the rubber seal material.

F. Conduit joints and bends: 1. General:

a. Where conduit is underground, under slabs on grade, exposed to the weather, or in NEMA Type 4 or NEMA Type 4X locations, make joints liquidtight.

b. Keep bends and offsets in conduit runs to an absolute minimum. c. All bends shall be symmetrical. d. The following conduit systems shall use large-radius sweep elbows:

1) Underground conduits. 2) Conduits containing medium-voltage cables. 3) Conduits containing shielded cables. 4) Conduits containing fiber optic cables.

e. Provide large-radius factory-made bends for 1-1/4-inch trade size or larger.

f. Make field bends with a radius of not less than the requirements found in the NEC: 1) The minimum bending radius of the cable must be less than the

radius of the conduit bend. 2) Make all field bends with power bending equipment or manual

benders specifically intended for the purpose: a) Make bends so that the conduit is not damaged and the internal

diameter is not effectively reduced. b) For the serving utilities, make bends to meet their requirements.

g. Replace all deformed, flattened, or kinked conduit. 2. Threaded conduit:

a. Cut threads on rigid metallic conduit with a standard conduit-cutting die that provides a 3/4-inch per foot taper and to a length such that all bare metal exposed by the threading operation is completely covered by the couplings or fittings used. In addition, cut the lengths of the thread such that all joints become secure and wrench-tight just preceding the point where the conduit ends would butt together in couplings or where conduit ends would butt into the ends or shoulders of other fittings.

b. Thoroughly ream conduit after threads have been cut to remove burrs.

Not to be used for bidding purposes!

Page 381: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16130-17 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16130 (Bid Set)

c. Use bushings or conduit fittings at conduit terminations. d. On exposed conduits, repair scratches and other defects with galvanizing

repair stick, Enterprise Galvanizing “Galvabar,” or CRC “Zinc It.” e. Coat conduit threads with an approved electrically conductive sealant and

corrosion inhibitor that is not harmful to the conductor insulation: 1) Apply to the male threads and tighten joints securely. 2) Clean excess sealant from exposed threads after assembly.

f. Securely tighten all threaded connections. g. Any exposed threaded surfaces must be cleaned and coated with a

galvanizing solution so that all exposed surfaces have a galvanized protective coating.

3. PVC: a. Use approved solvent-weld cement specifically manufactured for the

purpose. Spray-type cement is not allowed. b. Apply heat for bends so that conduit does not distort or discolor. Use a

spring mandrel as required to ensure full inside diameter at all bends: 1) Utilize a heater specifically for PVC conduit as recommended by the

conduit manufacturer.

G. Conduit sealing and drainage: 1. Conduit drainage and sealing other than required for hazardous and classified

areas: a. Provide sealing and drainage in vertical drops of long (in excess of

20 feet), exterior, above-grade conduit runs at the points at which the conduit enters buildings, switchgear, control panels, lighting panelboards, and other similar enclosures.

b. Provide seal fittings with drains in vertical drops directly above grade for exterior and above-grade conduit runs that are extended below grade.

c. Provide conduit seals with drains in areas of high humidity and rapidly changing temperatures: 1) Where portions of an interior raceway pass through walls, ceilings, or

floors that separate adjacent areas having widely different temperatures.

d. Provide conduit seals similar to O-Z/Gedney (Type CSM) on all conduits between corrosive and non-corrosive areas.

e. Seal one end only of all underground conduits at highest point with O-Z/Gedney sealing (non-hazardous) filling, or equal.

2. Install seals with drains at any location along conduit runs where moisture may condense or accumulate. This requirement includes, but is not limited to, the following locations: control panels, junction boxes, pullboxes, or low points of the conduit.

H. Conduit supports: 1. General:

a. Provide appropriate hangers, supports, fasteners, and seismic restraints to suit applications: 1) Provide support materials consistent with the type of conduit being

installed as specified in Section 16050. b. Support conduit at the intervals required by the NEC. c. Perforated strap and plumbers tape are not acceptable for conduit

supports.

Not to be used for bidding purposes!

Page 382: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16130-18 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16130 (Bid Set)

2. Finished areas: a. Above suspended ceilings:

1) Support conduit on or from the structure. Do not support conduit from hanging wires or suspended ceiling grid.

b. Concealed conduit on wood: 1) Use 2-hole galvanized steel straps screwed or nailed to the wood or

hammer-driven stamped galvanized-type supports having serrated or sawtooth edges on the driven portion and designed specifically for the size and type of conduit being supported. Drive these latter supports so that the conduit is tightly and rigidly supported. Replace any dented or damaged conduit.

c. In steel-stud construction: 1) Tie conduit at maximum 4-foot intervals with No. 16 gauge double-

annealed galvanized wire or conduit clips so that conduit cannot move from vibration or other causes.

3. Conduit on concrete or masonry: a. Use 1-hole malleable iron straps with metallic or plastic expansion

anchors and screws or support from preset inserts. b. Use preset inserts in concrete when possible. c. Use pipe spacers (clamp backs) in wet locations. d. On plaster or stucco, use 1-hole malleable iron straps with toggle bolts.

4. Conduit on metal decking: a. Use 1-hole malleable iron straps with 1-inch long cadmium-plated Type A

panhead sheet-metal screws. Fully or partially hammer-driven screws are not acceptable.

5. Suspended conduit: a. Use malleable-iron factory-made split-hinged pipe rings with threaded

suspension rods sized for the weight to be carried (minimum 3/8-inch diameter), Kindorf, or equal.

b. For grouped conduits, construct racks with threaded rods and tiered angle iron or preformed channel cross members. Clamp each conduit individually to a cross member. Where rods are more than 2-feet long, provide rigid sway bracing.

6. Supports at structural steel members: a. Use beam clamps. b. Drilling or welding may be used only as specified or with approval of the

Engineer. 7. PVC conduit supports:

a. Mount all conduits with hangers specifically designed for use with PVC to minimize the problems of bowing resulting from the expansion and contraction of conduits caused by varying temperatures: 1) Hangers to be constructed of PVC incorporating serrated teeth to

grip the conduit securely and yet allow for conduit movement due to thermal considerations:

2) As manufactured by Carlon Models E978D, E, F, G, H, and J. 8. PVC-coated rigid metal systems:

a. Provide right-angle beam clamps and “U” bolts specially formed and sized to snugly fit the outside diameter of the coated conduit. Provide "U" bolts with PVC-encapsulated nuts that cover the exposed portions of the threads.

b. Securely fasten exposed conduits with Type 316 stainless steel clamps or straps.

Not to be used for bidding purposes!

Page 383: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16130-19 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16130 (Bid Set)

I. Expansion or expansion/deflection fittings: 1. General:

a. Align expansion coupling with the conduit run to prevent binding. b. Follow manufacturer’s instructions to set the piston opening. c. Install expansion fittings across concrete expansion joints and at other

locations where necessary to compensate for thermal or mechanical expansion and contraction.

d. Furnish fittings of the same material as the conduit system. 2. For metallic conduit, provide expansion or expansion/deflection couplings, as

appropriate, where: a. Install expansion fittings a minimum of every 200 feet in straight conduit

runs. 3. For PVC, provide expansion or expansion/deflection couplings, as appropriate,

where length change due to temperature variation exceeds 2 inches: a. Rigidly fix the outer barrel of the expansion coupling so it cannot move. b. Mount the conduit connected to the piston loosely enough to allow the

conduit to move as the temperature changes.

J. Empty conduits: 1. Provide a polyethylene rope rated at 250 pounds tensile strength in each

empty conduit more than 10 feet in length. 2. Seal ends of all conduits with approved, manufactured conduit seals, caps, or

plugs immediately after installation: a. Keep ends sealed until immediately before pulling conductors.

K. Miscellaneous: 1. Seal roof penetrations for raceways and other items that penetrate the roof in

accordance with roofing manufacturer’s instructions and as indicated on the Drawings.

2. Provide electrical unions at all points of union between ends of rigid conduit systems that cannot otherwise be coupled: a. Running threads and threadless couplings are not allowed.

3. Replace any conduits installed that the Engineer determines do not meet the requirements of this Specification.

4. Provide conduit housekeeping curb around all embedded or below-grade conduits exiting or entering the slab, per the Typical Details.

3.04 ERECTION, INSTALLATION, APPLICATIONS, CONSTRUCTION (NOT USED)

3.05 REPAIR/RESTORATION (NOT USED)

3.06 RE-INSTALLATION (NOT USED)

3.07 COMMISSIONING

A. As specified in Section 01756.

3.08 FIELD QUALITY CONTROL

A. As specified in Section 16050.

3.09 ADJUSTING (NOT USED)

Not to be used for bidding purposes!

Page 384: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16130-20 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16130 (Bid Set)

3.10 CLEANING (NOT USED)

3.11 PROTECTION

A. As specified in Section 16050.

3.12 SCHEDULES (NOT USED)

END OF SECTION

Not to be used for bidding purposes!

Page 385: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16133-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16133 (Bid Set)

SECTION 16133

DUCT BANKS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Electrical underground duct banks. 2. Duct bank installation requirements.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01756 - Commissioning. 3. Section 02318 - Trenching. 4. Section 02952 - Pavement Restoration and Rehabilitation. 5. Section 03200 - Concrete Reinforcing. 6. Section 03300 - Cast-In-Place Concrete. 7. Section 16130 - Conduits. 8. Section 16050 - Common Work Results for Electrical.

1.02 REFERENCES

A. As specified in Section 16050.

1.03 DEFINITIONS

A. As specified in Section 16050.

1.04 SYSTEM DESCRIPTION

A. Provide trenching, forming, rebar, spacers, conduit, concrete, backfill, and compaction necessary for the complete installation of the duct banks.

B. Provide reinforced concrete duct banks for all conduits installed below grade, on the site, below structures, or in contact with the earth, unless otherwise indicated on the Drawings.

1.05 SUBMITTALS

A. Furnish submittals as specified in Sections 01330 and 16050.

B. Product data: 1. PVC conduit spacers. 2. Detectable underground marking tape. 3. Pull line.

C. Provide applicable submittal documents as specified in: 1. Section 02318. 2. Section 03200.

Not to be used for bidding purposes!

Page 386: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16133-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16133 (Bid Set)

3. Section 03300.

D. Shop drawings: 1. Submit site plan drawings of duct banks including underground profiles

indicating all underground utilities.

1.06 QUALITY ASSURANCE

A. As specified in Section 16050.

1.07 DELIVERY, STORAGE, AND HANDLING

A. As specified in Section 16050.

1.08 PROJECT OR SITE CONDITIONS

A. As specified in Section 16050.

1.09 SEQUENCING (NOT USED)

1.10 SCHEDULING (NOT USED)

1.11 WARRANTY

A. As specified in Section 16050.

1.12 SYSTEM START-UP

A. As specified in Section 16050.

1.13 OWNER'S INSTRUCTIONS (NOT USED)

1.14 MAINTENANCE (NOT USED)

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. Conduit spacers: 1. One of the following or equal:

a. Carlon Snap-Loc. b. Cantex. c. Osburn Associates, Inc.

B. Detectable underground marking tape: 1. One of the following or equal:

a. Blackburn Manufacturing Company. b. Pro-Line Safety Products. c. Panduit.

Not to be used for bidding purposes!

Page 387: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16133-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16133 (Bid Set)

C. Pull line: 1. One of the following or equal:

a. Arnco. b. Greenlee. c. Osburn Associates, Inc.

2.02 EXISTING PRODUCTS (NOT USED)

2.03 MATERIALS

A. Provide conduit as specified in Section 16130: 1. Use duct suitable for use with 90-degree Celsius rated conductors.

B. Provide reinforcing steel as specified in Section 03200: 1. Provide minimum Number 4 reinforcing steel.

2.04 MANUFACTURED UNITS

A. Conduit spacers: 1. Provide conduit spacers recommended by the conduit manufacturer or

specified above. 2. Saddle type. 3. Non-metallic, non-corrosive, non-conductive. 4. Interlocking type:

a. Vertical interlocking. b. Horizontal interlocking.

5. Suitable for concrete encasement. 6. Molded-in rebar holder. 7. Accommodates 2-inch through 6-inch conduit sizes. 8. Relieves the conduit from both horizontal and vertical stresses.

B. Pull line: 1. Minimum 1/4-inch wide, flat design. 2. Polyester. 3. Minimum pulling strength 1,200 pounds.

C. Detectable marking tape: 1. Provide a detectable tape, locatable by a cable or metal detector from above

the undisturbed grade. 2. Aluminum core laminated between polyethylene film. 3. Six-inch wide red tape imprinted with black lettering "CAUTION - BURIED

ELECTRIC UTILITIES."

2.05 EQUIPMENT (NOT USED)

2.06 COMPONENTS (NOT USED)

2.07 ACCESSORIES (NOT USED)

2.08 MIXES

A. Concrete mix requirements as specified in Section 03300.

Not to be used for bidding purposes!

Page 388: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16133-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16133 (Bid Set)

B. Broom in a red coloring agent on the surface of the ductbank.

2.09 FABRICATION (NOT USED)

2.10 FINISHES (NOT USED)

2.11 SOURCE QUALITY CONTROL (NOT USED)

PART 3 EXECUTION

3.01 EXAMINATION (NOT USED)

3.02 PREPARATION (NOT USED)

3.03 INSTALLATION

A. As specified in Section 16050.

B. Duct banks: 1. Install duct banks encased in concrete at least 24 inches below finish grade,

unless otherwise indicated on the Drawings. 2. Damage minimization:

a. Conduit should not be left exposed in an open trench longer than is necessary.

b. Protect all underground duct banks against damage during pouring of concrete or backfilling.

3. All plastic conduit fittings to be joined should be exposed to the same temperature conditions for a reasonable length of time before assembly.

4. Provide No. 4/0 American Wire Gauge bare copper ground wire the entire length of duct bank and bond to the grounding system as indicated on the Drawings.

5. Install underground ducts to be self-draining: a. Slope duct banks away from buildings to manholes. b. Slope duct banks uniformly from manholes to manholes or both ways from

high points between manholes. c. Slope a minimum of 1/2 inch per 10 feet.

6. Where new duct banks join to existing manholes make the proper fittings and fabricate the concrete envelopes to ensure smooth durable transitions, as indicated on the Drawings.

7. Install pull line in spare conduits: a. Provide adequate pull line at both ends of conduits to facilitate conductor

pulling. b. Cap above ground spare conduit risers at each end with screw-on conduit

caps.

C. Trenching: 1. Perform trenching as specified in Section 02318. 2. Trench must be uniformly graded with the bottom, rock free and covered with

select material. 3. Whenever possible, use the walls of the trench as forms for concrete

encasement: a. Forms are required where the soil is not self-supporting.

Not to be used for bidding purposes!

Page 389: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16133-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16133 (Bid Set)

4. Avoid damaging existing ducts, conduits, cables, and other utilities.

D. Duct spacing: 1. Separate conduits with manufactured plastic spacers using a minimum space

between the outside surfaces of adjacent conduits of 2 inches, unless otherwise indicated on the Drawings: a. Separate medium voltage ducts a minimum of 7.5 inches on center.

2. Install spacers to maintain uniform spacing of duct assembly a minimum of 4 inches above the bottom of the trench during concrete pour. Install spacers on 8-foot maximum intervals: a. Due to some distortion of conduit from heat, and other means, it may be

necessary to install extra spacers within the duct bank: 1) Install the intermediate set of spacers within normal required spacing

to maintain the proper horizontal clearance: a) Clearance is required to allow the proper amount of concrete to

infiltrate vertically among the duct to ensure proper protection. 3. Spacers shall not be located at the center of a bend:

a. Locate spacer in the tangent, free of the coupling on fabricated bends. b. Locate spacers midway between the tangent and the center bend on

trench formed sweeps.

E. Terminating: 1. Use bell ends in duct at entrances into cable vaults. 2. Make conduit entrances into cable vaults tangential to walls of cable vault. 3. Form trapezoidal transitions between duct bank and cable vaults as needed in

order to ensure adequate cable bending radius for the duct bank-to-vault transition.

F. Concrete: 1. Install concrete as specified in Section 03300. 2. Provide nonferrous tie wires to prevent displacement of the conduits during

pouring of concrete: a. Tie wire shall not act as a substitute for spacers.

3. Install minimum 3-inch cover around conduit and rebar. 4. Consolidation of encasement concrete around duct banks shall be by hand

puddling, with no mechanical vibration. 5. Conduit is subject to temperature rise. As concrete cures, allow the free end to

expand by pouring the concrete from the center of the run or from one tie in point.

G. Marking tape: 1. Install a detectable marking tape 12 inches above the duct bank the entire

length of the duct bank.

H. For conduit installations beneath building slabs: 1. Install steel reinforced concrete duct banks under all building slabs as

indicated on the Drawings: a. Concrete for encasement under building slabs need not be colored red. b. For duct banks crossing under building footers or foundations, install the

top of the duct bank a minimum of 12 inches below the footer. c. Where duct banks enter through building walls, foundation walls, stem

walls, etc. make connections as indicated on the Drawings.

Not to be used for bidding purposes!

Page 390: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16133-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16133 (Bid Set)

d. Where duct banks terminate with conduit risers entering building walls, install an expansion/deflection fitting or a flat-wise elbow (elbow parallel to building wall) in order to accommodate differential movement between the conduits and structure.

I. Restore all surfaces to their original condition as specified in Section 02952, unless otherwise specified.

3.04 ERECTION, INSTALLATION, APPLICATION, CONSTRUCTION (NOT USED)

3.05 REPAIR/RESTORATION (NOT USED)

3.06 RE-INSTALLATION (NOT USED)

3.07 COMMISSIONING

A. As specified in Section 01756.

3.08 FIELD QUALITY CONTROL

A. As specified in Section 16050.

3.09 ADJUSTING (NOT USED)

3.10 CLEANING

A. Clean conduits of dirt and debris by use of an appropriately sized steel mandrel no less than 1/2 inch smaller than the inside diameter of the conduit.

3.11 PROTECTION

A. As specified in Section 16050.

B. Provide shoring and pumping to protect the excavation and safety of workers.

C. Protect excavations with barricades as required by applicable safety regulations.

3.12 SCHEDULES (NOT USED)

END OF SECTION

Not to be used for bidding purposes!

Page 391: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16140-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16140 (Bid Set)

SECTION 16140

WIRING DEVICES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Switches. 2. Receptacles. 3. Plates.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01756 - Commissioning. 3. Section 16050 - Common Work Results for Electrical.

1.02 REFERENCES

A. As specified in Section 16050.

B. Federal Specifications (FS): 1. W-C 596 - Connector, Electrical, Power, General Specification for. 2. W-S 896/2 - Switches, Toggle (Toggle and Lock), Flush Mounted (General

Specification).

C. National Electrical Manufacturers Association (NEMA): 1. WD1 - General Color Requirements for Wiring Devices. 2. ICS 5 - Industrial Control and Systems, Control Circuit and Pilot Devices. 3. OS1 - Sheet-Steel Outlet Boxes, Device Boxes, Covers and Box Supports. 4. WD6 - Wiring Devices Dimensional Specifications.

D. Underwriters Laboratories Inc. (UL): 1. 20 - General Use Snap Switches. 2. 498 - Standard for Attachment Plugs and Receptacles. 3. 514D - Cover Plates for Flush-Mounted Wiring Devices. 4. 943 - Ground-Fault Circuit-Interrupters. 5. 1472 - Solid State Dimming Controls.

1.03 DEFINITIONS

A. As specified in Section 16050.

B. Specific definitions: 1. GFCI: Ground fault circuit interrupter.

1.04 SYSTEM DESCRIPTION

A. Switches, receptacles, and plates as indicated on the Drawings wired and operable to form a complete system.

Not to be used for bidding purposes!

Page 392: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16140-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16140 (Bid Set)

1.05 SUBMITTALS

A. Furnish submittals as specified in Sections 01330 and 16050.

B. Product data: 1. Catalog cut sheets.

C. Shop drawings: 1. Engraving schedule:

a. Furnish complete engraving schedule for engraved nameplates.

1.06 QUALITY ASSURANCE

A. As specified in Section 16050.

B. Wiring devices shall be UL listed and labeled.

1.07 DELIVERY, STORAGE, AND HANDLING

A. As specified in Section 16050.

1.08 PROJECT OR SITE CONDITIONS

A. As specified in Section 16050.

1.09 WARRANTY

A. As specified in Section 16050.

1.10 SYSTEM START-UP

A. As specified in Section 16050.

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. Switches: 1. One of the following or equal:

a. Hubbell. b. Leviton. c. Cooper Wiring Devices.

2. Switches for hazardous areas: One of the following or equal: a. Appleton. b. Crouse-Hinds.

3. Occupancy Sensor Switches: The following or equal: a. WattStopper. b. Cooper Wiring Devices.

4. Dimmer switches: The following or equal: a. Lutron. b. Cooper Wiring Devices.

Not to be used for bidding purposes!

Page 393: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16140-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16140 (Bid Set)

B. Receptacles: 1. General purpose receptacles: One of the following or equal:

a. Hubbell. b. Leviton. c. Cooper Wiring Devices.

2. Receptacles for hazardous areas: One of the following or equal: a. Crouse-Hinds. b. Appleton.

C. Plates: 1. General location: The following or equal:

a. Pass and Seymour. b. Cooper Wiring Devices.

2. Wet or corrosive areas: One of the following or equal: a. Hubbell. b. Cooper Wiring Devices. c. Thomas and Betts. d. Pass and Seymour.

3. In-use covers: One of the following or equal: a. TayMac. b. Cooper Wiring Devices. c. Pass and Seymour. d. Thomas and Betts.

2.02 MANUFACTURED UNITS

A. Switches: 1. General:

a. 120-277 VAC. b. 20 ampere. c. Listed in accordance with UL 20. d. Designed and constructed in accordance with FS W-S-896/2. e. Back and side wired unless otherwise indicated. f. Integral grounding terminal. g. Totally enclosed:

1) Color-coded body with color corresponding to ampere rating. h. Provide switches with the operator style and contact arrangement as

indicated on the Drawings and as required for proper operation. i. Color:

1) Ivory in finished areas. 2) Brown in all other areas.

2. General purpose switches: a. Toggle type.

3. Switches for office areas: a. Rocker type. b. Rectangular.

4. Switches for use with photocell: a. Maintained contact. b. Two circuit. c. Three position:

1) Center off.

Not to be used for bidding purposes!

Page 394: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16140-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16140 (Bid Set)

5. Switches for hazardous areas: a. Suitable for use in Class I Division 2 locations. b. Factory sealed. c. Through-feed or dead-end as required.

B. Receptacles: 1. Receptacles for hazardous areas:

a. 125 VAC. b. 20 ampere. c. Factory sealed. d. Single receptacle. e. 2-wire, 3-pole. f. Grounded through extra pole and shell. g. Dead-front construction. h. Interlocked to prevent plug from being withdrawn until circuit has been

broken.

C. Plates: 1. General location:

a. Type 302 or 304 stainless steel. b. Brushed satin finish. c. Minimum thickness: 0.032 inches. d. Rectangular or square shape. e. Engraving:

1) Engrave each switch plate with the following: a) Area served. b) Panelboard and Circuit.

2) Engrave each receptacle plate with the following: a) Panelboard and Circuit.

3) Treat engraving to improve visibility. 4) Characters shall be block letter pantograph engraved with a

minimum character height of 1/8-inch. f. Coordinate the number of gangs, number, and type of openings with the

specific location. 2. Outdoor and wet areas requiring NEMA Type 4 or NEMA Type 4X enclosures:

a. General: 1) UL listed for wet locations. 2) Gasketed. 3) Die cast metal:

a) Match material to box material. b. Switches:

1) Lever operated: a) Provide toggle switch.

c. Receptacles: 1) Weather proof in-use cover:

a) Die cast metal construction with electrostatic powder coating for corrosion resistance.

b) Gasketed. c) Lockable. d) UL listed and in accordance with NEC.

3. Corrosive areas: a. Neoprene.

Not to be used for bidding purposes!

Page 395: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16140-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16140 (Bid Set)

b. Gasketed. c. Weatherproof.

D. Data and communications jacks: 1. Process network jacks - panel/enclosure mounted:

a. Network jacks located in process areas shall have a NEMA Type 4 rating (with closure cap).

b. Mounting of network jacks in control panels shall be accomplished using bulkhead connectors and environmental enclosure caps, which are permanently attached to the bulkhead fitting.

c. Network jacks shall have RJ-45 connections on both sides of connector (bulkhead pass through) allowing for direct connection to the network switch and computer with standard patch cords. No punch down PC board connections shall be allowed.

d. Manufactured by Woodhead Connectivity.

PART 3 EXECUTION

3.01 INSTALLATION

A. As specified in Section 16050.

B. Mounting heights: 1. Process and production areas:

a. Switches and receptacles 48 inches from finished floor to top of plate. 2. Offices and finished areas:

a. Switches: 48 inches from finished floor to top of plate. b. Receptacles: 18 inches from finished floor to center of plate.

C. Switches: 1. Over 300 Volts:

a. Where switches used in systems of more than 300 volts between conductors, are to be ganged in outlet boxes, provide switches having no exposed live parts or use barriers between the individual switches.

D. Receptacles: 1. Provide GFCI receptacles as indicated on the Drawings.

a. Provide weather resistant GFCI receptacles in all wet or damp areas. 1) As specified in Section 16050.

2. Mount non-weatherproof receptacles vertically: a. Ground slot down.

3. Mount weatherproof receptacles horizontally: a. Neutral slot up.

4. 3-phase receptacles shall be consistent with respect to phase connection at the receptacle terminals. Correct errors in phasing at the source and not the receptacle.

E. Ensure all plates make a firm seal with wall for recessed mounted devices: 1. Outside edges of plates parallel with building lines.

Not to be used for bidding purposes!

Page 396: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16140-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16140 (Bid Set)

3.02 COMMISSIONING

A. As specified in Section 01756.

3.03 FIELD QUALITY CONTROL

A. As specified in Section 16050.

3.04 PROTECTION

A. As specified in Section 16050.

END OF SECTION

Not to be used for bidding purposes!

Page 397: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16150-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16150 (Bid Set)

SECTION 16150

LOW VOLTAGE WIRE CONNECTIONS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Wire connecting devices. 2. Terminations. 3. Splices.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01756 - Commissioning. 3. Section 16050 - Common Work Results for Electrical. 4. Section 16123 - 600-Volt or Less Wires and Cables.

1.02 REFERENCES

A. As specified in Section 16050.

B. ASTM International (ASTM): 1. D3005 - Standard Specification for Low-Temperature Resistant Vinyl Chloride

Plastic Pressure-Sensitive Electrical Insulating Tape.

C. CSA International (CSA): 1. C22.2 - No.197-M1983 (R2208) - PVC Insulating Tape.

D. Underwriters Laboratories, Inc. (UL): 1. 510 - Standard for Polyvinyl Chloride, Polyethylene, and Rubber Insulating

Tape.

1.03 DEFINITIONS

A. As specified in Section 16050.

1.04 SYSTEM DESCRIPTION

A. Provide a complete system of wiring connectors, terminators, fittings, etc. for a complete wiring system suitable for the cables and conductors used.

1.05 SUBMITTALS

A. Furnish submittals as specified in Sections 01330 and 16050.

B. Product data: 1. Catalog cut sheets. 2. Installation instructions.

Not to be used for bidding purposes!

Page 398: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16150-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16150 (Bid Set)

1.06 QUALITY ASSURANCE

A. As specified in Section 16050.

B. All materials shall be UL listed.

1.07 DELIVERY, STORAGE, AND HANDLING

A. As specified in Section 16050.

1.08 PROJECT OR SITE CONDITIONS

A. As specified in Section 16050.

1.09 SEQUENCING (NOT USED)

1.10 SCHEDULING (NOT USED)

1.11 WARRANTY

A. As specified in Section 16050.

1.12 SYSTEM START-UP

A. As specified in Section 16050.

1.13 OWNER’S INSTRUCTIONS (NOT USED)

1.14 MAINTENANCE (NOT USED)

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. Manufacturers for each type of technology are specified with the equipment in this Section.

2.02 EXISTING PRODUCTS (NOT USED)

2.03 MATERIALS (NOT USED)

2.04 MANUFACTURED UNITS (NOT USED)

2.05 EQUIPMENT

A. Control connections: 1. Use insulated ring type wire terminators for connections to all screw terminals:

a. With chamfered/funneled terminal barrel entry. b. Deep internal serrations. c. Long barrel design to reduce electrical resistance and increased

insulator-barrel surface area to ensure that the insulator remains in contact with the barrel.

Not to be used for bidding purposes!

Page 399: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16150-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16150 (Bid Set)

d. Electroplated-tin copper conductor. e. Manufacturer: The following or equal:

1) Thomas and Betts, Stakon. 2. For process equipment connections work from manufacturer's drawings.

B. Joints, splices, taps, and connections: 1. 600-volt conductors:

a. Use solderless connectors. b. Use only plated copper alloy connectors or lugs:

1) Aluminum connectors or lugs are not acceptable for copper conductors.

c. Under those specific conditions where aluminum conductors have been allowed or are specified then the connectors for aluminum conductors shall be specifically designed for that purpose.

d. For wire Number 10 AWG and smaller use compression splice caps, with insulating caps: 1) Manufacturer: The following or equal:

a) Buchanan 2006S or 2011S, with 2007 or 2014 insulating caps. e. For wire Number 8 AWG and larger, use heavy duty copper compression

connectors: 1) Manufacturer: One of the following or equal:

a) Burndy. b) Thomas and Betts.

f. Heat shrink tubing: 1) Suitable for indoors, outdoors, overhead, direct burial or submerged

applications. 2) Minimum shrink ratio: 4 to 1. 3) Continuous operating temperature: -55 degrees Celsius to

110 degrees Celsius. 4) Internally applied adhesive sealant. 5) Cross-linked polyolefin:

a) Manufacturers, one of the following or equal: (1) 3M ITCSN. (2) Thomas & Betts Shrink-Kon.

2. Instrumentation class cable splices: a. Suitable for indoor, outdoors, weather exposed, direct buried, or

submersed applications. b. Utilizing an epoxy, polyurethane, and re-enterable compounds. c. For use with shielded or unshielded plastic- and rubber-jacketed, signal,

control, and power cables rated up to 1 kilovolt. d. Two-part mold body with tongue and groove seams and built in spacer

webbing. e. Manufacturer: The following or equal:

1) 3M - Scotchcast 72-N.

C. Insulating tape: 1. General purpose insulating tape:

a. Minimum 7 mil vinyl tape. b. Suitable for application in an ambient of -18 degrees Celsius

(0 degrees Fahrenheit). c. Operating range up to 105 degrees Celsius (220 degrees Fahrenheit). d. Flame retardant, hot- and cold- weather resistant, UV resistant.

Not to be used for bidding purposes!

Page 400: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16150-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16150 (Bid Set)

e. For use as a primary insulation for wire cable splices up to 600 VAC. f. Meeting and complying with:

1) ASTM D3005 Type I. 2) UL 510. 3) CSA C22.2.

g. Manufacturer: The following or equal: 1) 3M - Scotch Number Super 33+.

2. General-purpose color-coding tape: a. Minimum 7 mil vinyl tape. b. Suitable for application on PVC and polyethylene jacketed cables. c. For use indoors and outdoors in weather protected enclosures. d. Available with the following colors:

1) Red. 2) Yellow. 3) Blue. 4) Brown. 5) Gray. 6) White. 7) Green. 8) Orange. 9) Violet.

e. For use as phase identification, marking, insulating, and harnessing. f. Meeting and complying with:

1) UL 510. 2) CSA C22.2.

g. Manufacturer the following or equal: 1) 3M - Scotch Number 35.

2.06 COMPONENTS (NOT USED)

2.07 ACCESSORIES (NOT USED)

2.08 MIXES (NOT USED)

2.09 FABRICATION (NOT USED)

2.10 FINISHES (NOT USED)

2.11 SOURCE QUALITY CONTROL (NOT USED)

PART 3 EXECUTION

3.01 EXAMINATION (NOT USED)

3.02 PREPARATION (NOT USED)

3.03 INSTALLATION

A. As specified in Section 16050.

Not to be used for bidding purposes!

Page 401: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16150-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16150 (Bid Set)

B. Load connections: 1. Connect loads to the circuits as indicated. Color-code all branch circuits as

specified in Section 16123.

C. Zero to 600-volt systems: 1. Make all connections with the proper tool and die as specified by the device

manufacturer. 2. Use only tooling and dies manufactured by the device manufacturer. 3. Insulate all connections and splices with Scotch 33+ tape and Scotchfill, or

pre-molded plastic covers, or heat shrink tubing and caps. 4. Number all power and control wires before termination.

D. Motor connections (600 volts and below): 1. Terminate all leads and wires with compression type ring lugs. 2. Terminations on all motor leads, including leads that are connected together to

accommodate the motor voltage, and the machine wires entering the motor terminal box from the power source, shall have ring type compression lugs.

3. Cover bolted connectors with a heat shrinkable, cross-linked polyolefin material formed as a single opening boot: a. In damp and wet locations, use a complete kit containing mastic that shall

seal out moisture and contamination. b. Shrink cap with low heat as recommended by manufacturer.

4. Wire markers shall be readable after boot installation. 5. Manufacturer: The following or equal:

a. Raychem MCK.

3.04 ERECTION, INSTALLATION, APPLICATION, CONSTRUCTION (NOT USED)

3.05 REPAIR/RESTORATION (NOT USED)

3.06 RE-INSTALLATION (NOT USED)

3.07 COMMISSIONING

A. As specified in Section 01756.

3.08 FIELD QUALITY CONTROL

A. As specified in Section 16050.

3.09 ADJUSTING (NOT USED)

3.10 CLEANING (NOT USED)

3.11 PROTECTION

A. As specified in Section 16050.

3.12 SCHEDULES (NOT USED)

END OF SECTION

Not to be used for bidding purposes!

Page 402: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 403: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16222-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16222 (Bid Set)

SECTION 16222

LOW VOLTAGE MOTORS UP TO 500 HORSEPOWER

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Low voltage motors up to 500 horsepower.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01756 - Commissioning. 3. Section 16050 - Common Work Results for Electrical.

1.02 REFERENCES

A. As specified in Section 16050.

B. American Bearing Manufacturers Association (ABMA): 1. 9 - Load Ratings and Fatigue Life for Ball Bearings. 2. 11 - Load Ratings and Fatigue Life for Roller Bearings.

C. American Petroleum Institute (API): 1. 670 - Vibration, Axial Position, and Bearing Temperature Monitoring Systems.

D. ASTM International (ASTM). 1. B117 - Standard Practice for Operating Salt Spray (Fog) Apparatus.

E. Institute of Electrical and Electronic Engineers (IEEE): 1. 43 - IEEE Recommended Practice for Testing Insulation Resistance of

Rotating Machinery. 2. 112 - IEEE Standard Test Procedure for Polyphase Induction Motors and

Generators. 3. 114 - Standard Test Procedure for Single-Phase Induction Motors. 4. 303 - Recommended Practice for Auxiliary Devices for Rotating Electrical

Machines in Class I, Division 2 and Zone 2 Locations. 5. 841 - Standard for Petroleum and Chemical Industry-Premium-Efficiency,

Severe Duty, Totally Enclosed Fan-Cooled (TEFC) Squirrel Cage Induction Motors - Up to and Including 370 kW (500 hp).

6. 1349 - Guide for Application of Electric Motors in Class I, Division 2 Hazardous (Classified) Locations.

F. National Electrical Manufacturers' Association (NEMA): 1. MG-1 - Motors and Generators. 2. MG-2 - Safety Standard for Construction and Guide for Selection, Installation,

and Use of Electric Motors and Generators.

Not to be used for bidding purposes!

Page 404: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16222-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16222 (Bid Set)

G. Underwriters Laboratories Inc. (UL): 1. 674 - Electric Motors and Generators for Use in Division 1 Hazardous

(Classified) Locations.

1.03 DEFINITIONS

A. As specified in Section 16050.

1.04 SYSTEM DESCRIPTION

A. Furnish and install electric motors and accessories as specified in this Section and the Sections specifying driven equipment to provide a complete and operable installation.

1.05 SUBMITTALS

A. Furnish submittals as specified in Sections 01330 and 16050.

B. Submit completed motor data sheets for each motor supplied: 1. Conform to data sheet in the appendix of this Section. 2. Manufacturer’s or other data sheets are not acceptable.

C. Product data: 1. Descriptive bulletins. 2. Machine tag and loop number as indicated on the Drawings and in the

specification section number of the driven machine. 3. Complete electrical data. 4. Torque, current, and power factor vs. speed curves:

a. At 100 percent rated voltage for all full voltage started and VFD driven motors.

b. For motors on reduced voltage start at 70, 80, 90 and 100 percent rated voltage.

5. Additional data for motors installed in classified areas: a. Temperature code. b. Hazardous area approval indicating Class, Division and Group:

1) For motors driven by variable frequency drives, provide manufacturer’s certification that the motor is suitable for operation in the hazardous area when driven by a variable frequency drive.

6. Accessories data: a. Power factor correction capacitors:

1) Size in KVAR, for all motors not connected to variable frequency drives.

b. Motor winding heaters: 1) Voltage. 2) Watts.

c. Winding temperature detectors: 1) Type. 2) Rating.

d. Moisture detectors. 7. Mechanical data:

a. Bearing design and bearing life calculations.

Not to be used for bidding purposes!

Page 405: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16222-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16222 (Bid Set)

D. Shop drawings: 1. Motor weight. 2. Frame size. 3. Conduit box(es), size(s), and location(s). 4. Outline drawings with dimensions. 5. Installation details for the project seismic criteria.

E. Test reports: 1. Factory test reports with test reference standard identified.

F. Certification: 1. When motors are driven by variable speed drive systems, submit certification

that selected motor: a. Is capable of satisfactory performance under the intended load. b. Meets the requirements of the latest edition of NEMA MG-1 Part 31.

G. Calculations: 1. Where site conditions specified in Section 16050 exceed manufacturer’s

ratings, provide derating calculations for each motor.

1.06 QUALITY ASSURANCE

A. As specified in Section 16050.

1.07 DELIVERY, STORAGE, AND HANDLING

A. As specified in Section 16050.

1.08 PROJECT OR SITE CONDITIONS

A. As specified in Section 16050.

1.09 WARRANTY

A. As specified in Section 16050.

1.10 SYSTEM START-UP

A. As specified in Section 16050.

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. One of the following or equal: 1. US Motors. 2. General Electric. 3. Reliance. 4. Toshiba. 5. Baldor.

Not to be used for bidding purposes!

Page 406: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16222-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16222 (Bid Set)

2.02 EQUIPMENT

A. 3-phase induction motors - general: 1. Voltage:

a. All motors 1/2 hp and larger shall be rated 460 V, 3 phase unless otherwise indicated on the Drawings.

b. Dual voltage motors rated 230/460 V, 3 phase are acceptable provided all leads are brought to the conduit box.

2. Motors driving identical machines shall be identical. 3. All motors greater than 1 hp and up to 500 hp shall meet the “NEMA Premium

Efficiency” percent listed in NEMA MG-1. 4. Horsepower as indicated on the Drawings:

a. Horsepower ratings indicated on the Drawings are based on vendor’s estimates. Provide motors sized for the load of the actual equipment furnished without operating in the service factor.

5. Service factor: a. 1.15 service factor on sine wave power. b. 1.0 when driven by VFD.

6. Torque: a. Provide motors that develop sufficient torque for acceleration to full speed

at voltage 10 percent less than motor nameplate rating. b. When started using reduced voltage starters:

1) Provide motors that develop sufficient torque for acceleration to full speed.

c. NEMA Design B except where driven load characteristics require other than normal starting torque: 1) In no case shall starting torque or breakdown torque be less than the

values specified in NEMA MG-1. 7. Enclosures:

a. As specified in the individual equipment Specifications or in this Section. b. Totally enclosed fan cooled:

1) Cast iron conduit box. 2) Tapped drain holes with Type 316 stainless steel plugs for frames

286 and smaller, and automatic breather and drain devices for frames 324 and larger.

c. Explosion-proof: 1) Tapped drain holes with corrosion resistant plugs for frames 286 and

smaller and automatic breather and drain devices for frames 324 and larger.

d. Lifting devices: All motors weighing 265 pounds (120 kilograms) or more shall have suitable lifting devices for installation and removal.

8. Manufactured with cast iron frames in accordance with NEMA MG-1 or manufacturer’s standard material for the specified rating.

9. Nameplates: a. Provide all motors with a permanent, stainless steel nameplate indelibly

stamped or engraved with: 1) NEMA standard motor data.

a) Indicate compliance with NEMA MG-1 Part 31 for inverter duty motors.

2) AFBMA bearing numbers and lubrication instructions. 10. Hardware:

a. Type 316 stainless steel.

Not to be used for bidding purposes!

Page 407: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16222-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16222 (Bid Set)

11. Conduit boxes: a. Cast iron or stamped steel. b. Split from top to bottom. c. Provide gaskets at the following interfaces:

1) Frames and conduit boxes. 2) Conduit boxes and box covers.

d. Rotatable through 360 degrees in 90-degree increments. 1) Where available based on the size of the conduit box.

e. Exceeding the dimensions defined in NEMA MG-1. f. Provide grounding lugs inside conduit boxes for motor frame grounding.

12. Motor bearings: a. Antifriction. b. Regreasable and initially filled with grease for horizontal motors, vertical

motors per manufacturer’s standard design. c. Bearings and lubrication suitable for ambient temperature and

temperature rise. d. Suitable for intended application and have ABMA L-10 rating life of

60,000 hours or more. e. Fit bearings with easily accessible grease supply, flush, drain, and relief

fittings using extension tubes where necessary. f. Where specified in the equipment Specifications, provide split-sleeve type

hydrodynamic radial bearings. Provide a bearing isolator to protect bearings from contaminants.

13. Insulation systems: a. Motors installed in ambient temperatures 40 degrees Celsius or less:

1) Provide Class F insulation. 2) Design temperature rise consistent with Class B insulation. 3) Rated to operate at an ambient temperature of 40 degrees Celsius at

the altitude where the motor will be installed. b. Motors installed in ambient temperatures between 40 degrees Celsius

and 50 degrees Celsius: 1) Provide Class F insulation. 2) Design temperature rise consistent with Class B insulation. 3) Rated to operate at an ambient temperature of 50 degrees Celsius at

the altitude where the motor will be installed. c. Motors installed in ambient temperatures between 50 degrees Celsius

and 65 degrees Celsius: 1) Provide Class H insulation. 2) Design temperature rise consistent with Class F insulation. 3) Rated to operate at an ambient temperature of 65 degrees Celsius at

the altitude where the motors will be installed. 14. Motor leads:

a. Insulated leads with non-wicking, non-hydroscopic material. Class F insulation.

15. Noise: a. Maximum operating noise level in accordance with NEMA MG-1.

B. Submersible motors: 1. Enclosures:

a. Totally enclosed non-ventilated (TENV) watertight casing. b. Inner and outer shaft seals separated by an oil chamber.

Not to be used for bidding purposes!

Page 408: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16222-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16222 (Bid Set)

2. Cooling: a. Suitable for continuous operation in totally, partially or nonsubmerged

condition without overheating. b. Convection cooling by the surrounding environment or pump cooling by

circulating a portion of the pumped media through a cooling water jacket as recommended by the manufacturer based on horsepower and application.

3. Electrical cables: a. Wire unit without splices. Coordinate with Contractor to ensure cables of

adequate length. b. Epoxy encapsulated cable entry into terminal box.

4. Insulation: a. Sealed moisture resistant windings. b. Class H.

5. Motor protection: a. Provide temperature detection in motor windings. b. Provide moisture detection in motor housing. c. Other detection and protection functions specified in the in the driven

equipment Section.

C. Vertical motors: 1. Enclosures:

a. Totally enclosed fan cooled (TEFC) for motors 200 horsepower and less installed outdoors.

b. Weather protected Type I (WPI) where installed indoors. 2. Thrust bearings:

a. Selected for combined rotor and driven equipment loads. b. Coordinate with driven equipment supplier for maximum vertical thrust of

driven equipment. 3. Anti-reverse ratchet.

D. Motors driven by variable frequency drives: 1. Compatible with the variable frequency drives specified. 2. Inverter duty rated and labeled. 3. Meet the requirements of NEMA MG-1 Part 31. 4. Winding insulation meets the requirements of NEMA MG-1 Part 31.4.4.2. 5. Capable of running continuously at 1/10th of full speed, with no harmful effects

or overheating. 6. Shaft grounding ring:

a. Provide a shaft grounding ring for each VFD driven motor. b. Aluminum frame and internal components. c. Conductive microfiber brushes. d. Maintenance free design. e. Aegis Bearing Protection ring as manufactured by Electro Static

Technology or equal.

E. Motors installed in hazardous locations: 1. Enclosures:

a. TEFC for motors in Class I, Division 2 areas. b. Vertical motors as specified in this Section. c. Hazardous area and temperature code approval stamped on nameplate.

2. Single phase motors: Explosion proof motor enclosure.

Not to be used for bidding purposes!

Page 409: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16222-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16222 (Bid Set)

F. Single phase motors: 1. Capacitor start type rated for operation at 115 volts, 60 hertz, unless otherwise

specified or as indicated on the Drawings. 2. Totally enclosed fan cooled (TEFC) motors manufactured in accordance with

NEMA MG 1. 3. Ball bearings: Sealed. 4. 1/2 horsepower or less fan motors:

a. Split-phase or shaded pole type when standard for the equipment. b. Open type when suitably protected from moisture, dripping water, and lint

accumulation. 5. Wound rotor or commutator type single-phase motors only when their specific

characteristics are necessary for application and their use is acceptable to the Engineer.

6. Integral overload protection.

2.03 COMPONENTS (NOT USED)

2.04 ACCESSORIES

A. Motor winding heaters: 1. Provide all 3 phase motors with belted or cartridge space heaters mounted

within the motor enclosure. 2. Space heater rating shall be 120 volts, single-phase, unless otherwise

indicated on the Drawings. 3. Power leads for heaters wired into conduit box. 4. Installed within motor enclosure adjacent to core iron.

B. Winding temperature detectors: 1. Provide factory installed winding temperature detector with leads terminating in

the conduit box: a. Where required by the driven equipment Specification or as indicated on

the Drawings. 2. Temperature switches with normally closed contacts as indicated on the

Drawings.

PART 3 EXECUTION

3.01 INSTALLATION

A. As specified in Section 16050.

B. Install motors in accordance with manufacturer's instructions.

C. Install shaft grounding ring on VFD driven motors in accordance with the manufacturer’s instructions.

3.02 COMMISSIONING AND PROCESS START-UP

A. As specified in Section 01756.

Not to be used for bidding purposes!

Page 410: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16222-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16222 (Bid Set)

B. Factory testing: 1. Motors less than 250 horsepower:

a. Perform manufacturer’s standard production tests including but not limited to: 1) No load current. 2) High potential test. 3) Winding resistance.

b. Furnish copies of standard test reports on prototype or identical units. 2. Motors 250 horsepower and larger:

a. Perform tests in accordance with IEEE 112 or IEEE 43. b. Tests shall include the following:

1) Winding resistance (cold). 2) Locked rotor test. 3) Temperature rise test. 4) Load test. 5) Breakdown torque test. 6) No-load test. 7) High-potential test. 8) Insulation resistance test. 9) Vibration test in accordance with NEMA MG-1. 10) Polarization index. 11) Speed-torque curve. 12) Shaft voltage. 13) Bearing insulation resistance. 14) Efficiency and power factor versus load test performed at rated

speed and 50 percent, 75 percent, 90 percent, and 100 percent of rated load. The curves from the motor tests shall be submitted for information.

15) The maximum allowable residual unbalance in each correction plane (journal) shall be calculated using the following equation: U = 4 W/N where: U = residual correction plane unbalance, in ounces-inches W = static correction plane journal loading, in pounds N = maximum specified operating speed, in revolutions per minute.

c. Furnish copies of test reports.

3.03 FIELD QUALITY CONTROL

A. As specified in Section 16050.

B. Before start-up, perform insulation resistance test on each motor furnished or installed on this project: 1. Windings energized to 1,000 volts DC for 1 minute. 2. Resistance measured at the end of the test, recorded, and submitted to the

Engineer for review. 3. Inform the Engineer of any unusual or unacceptable test results.

3.04 PROTECTION

A. As specified in Section 16050.

END OF SECTION

Not to be used for bidding purposes!

Page 411: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16222-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16222 (Bid Set)

MOTOR DATA SHEET

MOTOR/ EQUIPMENT TAG MOTOR NUMBER

SPECIFICATION NUMBER OF DRIVEN MACHINE

MOTOR NAMEPLATE DATA

MANUFACTURER MODEL/SERIES MODEL NO.

FRAME ENCLOSURE NEMA DESIGN

HP SERVICE FACTOR RPM

INSULATION CLASS VOLTS FULL LOAD AMPS

AMBIENT TEMP PHASE NO LOAD AMPS

DESIGN TEMP

HERTZ LOCK ROTOR AMPS

INRUSH CODE LETTER

100% LOAD 75% LOAD 50% LOAD

GUARANTEED MINIMUM EFFICIENCIES:

GUARANTEED MINIMUM POWER FACTOR:

MAXIMUM SIZE OF POWER FACTOR CORRECTION CAPACITOR: KVAR

ACCESSORIES

MOTOR WINDING HEATER VOLTS WATTS

WINDING THERMAL PROTECTION

WINDING TEMP SWITCHES (YES/NO)

RTD:

TYPE QUANTITY PER PHASE # OF WIRES

NOMINAL RESISTANCE NOMINAL TEMP COEFFICIENT

RECOMMENDED ALARM

DEGREES CELSIUS

RECOMMENDED TRIP

DEGREES CELSIUS

SPECIAL APPLICATIONS

INVERTER DUTY* (YES/NO) PART WINDING (YES/NO) WYE - DELTA (YES/NO)

2 SPEED, 1 WINDING (YES/NO) 2 SPEED, 2 WINDING (YES/NO)

AREA CLASSIFICATION:

CLASS DIVISION GROUP TEMP CODE * Conforms to NEMA MG-1 Part 31.

Not to be used for bidding purposes!

Page 412: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 413: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16262-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16262 (Bid Set)

SECTION 16262

VARIABLE FREQUENCY DRIVES 0.50 – 50 HORSEPOWER

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Variable frequency drives (VFD) 0.5 to 50 horsepower for control of NEMA

Design B squirrel cage induction motors.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01756 - Commissioning. 3. Section 16050 - Common Work Results for Electrical. 4. Section 16222 - Low Voltage Motors Up To 500 Horsepower.

1.02 REFERENCES

A. As specified in Section 16050.

B. International Organization for Standardization (ISO): 1. 9001 - Quality Management Systems - Requirements.

C. National Electrical Manufacturers Association (NEMA): 1. MGI, Part 31 - Motors with higher peak voltage capability.

D. Underwriters’ Laboratories (UL): 1. 508A - Standard for Safety for Industrial Control Panels. 2. 508C - Standard for Power Conversion Equipment.

1.03 DEFINITIONS

A. As specified in Section 16050.

B. Specific definitions: 1. Point of common coupling: the point of common coupling for all harmonic

calculation and field measurements for both voltage and current distortions is defined as the closest directly connected bus supplying power to the VFD.

1.04 SYSTEM DESCRIPTION

A. Design requirements: 1. Each VFD system consists of all components required to meet the

performance, protection, safety, testing, and certification criteria of this Section.

2. The VFD system: a. Is a fully integrated package. b. Includes all material necessary to interconnect all VFD system elements,

even if shipped separately.

Not to be used for bidding purposes!

Page 414: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16262-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16262 (Bid Set)

3. Coordinate bearing protection methods with the supplier of the driven equipment.

B. Any modifications to a standard product necessary to meet this Section shall be made only by the VFD manufacturer: 1. Each VFD shall be completely factory pre-wired, assembled, and then tested

as a complete system by the VFD manufacturer to ensure a properly coordinated, fully integrated drive system.

2. The VFD shall be capable of operating standard NEMA Design B motors. It is the responsibility of the VFD manufacturer to ensure that the drive will not damage motor insulation due to high carrier frequency, reflected wave, dv/dt or other drive electrical characteristics based upon the installed conditions: a. Provide equipment necessary to mitigate potential damage to motor

insulation. b. Motors as specified in Section 16222.

C. Performance: 1. Operating envelope:

a. Speed and torque requirements: 1) Provide a variable torque or constant torque VFD as required by the

driven load. 2) The VFD shall be capable of producing a variable alternating

voltage/frequency output to provide continuous operation over the 40 to 200 percent (25 to 120 hertz) speed range.

b. Current requirements: 1) Full rated current output on a continuous basis. 2) Variable torque VFD:

a) Minimum 110 percent current overload for 1 minute. 3) Constant torque VFD:

a) Minimum 150 percent current overload for 1 minute. 2. Minimum VFD system efficiency:

a. Ninety-six percent when operating at the rated kW output. b. VFD system efficiency shall be calculated as follows:

100 x (Supply)Power

(Load)Power = (%)Efficiency

Power (Load) is the total power measured at the output terminals of the drive system, including VFD, output filters or transformers. Power (Supply) is the total power measured at the input terminals of the VFD including input filters, line reactors, isolation transformers, harmonic distortion attenuation equipment and auxiliary equipment (e.g., controls, fans) for complete system operation.

3. Total power factor: a. Minimum of 0.96 lagging across the entire speed range. b. At no speed shall the VFD have a leading power factor.

4. Frequency accuracy: a. Minimum of within 0.01 percent.

5. Speed regulation: a. Minimum of within 0.5 percent across the entire speed range.

Not to be used for bidding purposes!

Page 415: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16262-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16262 (Bid Set)

1.05 SUBMITTALS

A. Furnish submittals as specified in Sections 01330 and 16050: 1. Custom prepared by the VFD manufacturer and specific for the equipment

furnished.

B. Product data: 1. Manufacturer of the VFD. 2. Manufacturer of all components of the VFD. 3. Dimensions:

a. Height. b. Width. c. Depth. d. Weight.

4. Nameplate schedule. 5. Bill of material. 6. Ratings:

a. Voltage. b. Phase. c. Input current. d. Output current. e. Interrupting rating. f. Momentary current rating.

7. List of recommended spare parts. 8. Catalog cut sheets for major components. 9. Design data:

a. Efficiency and power factor values. b. Certification that the drive is sized for the full nameplate motor

horsepower and current of the driven load at the installed altitude and ambient temperature.

c. Certification that based upon VFD design, cable length to motor, and motor dielectric insulation level that the VFD will not damage motor insulation due to carrier frequency, reflected wave, dv/dt, or other VFD produced characteristics.

d. Certification that all electronic circuits and printed circuit boards are conformally coated.

10. For equipment installed in structures designated as seismic design category C, D, E, or F submit the following as specified in Section 16050: a. Manufacturer’s statement of seismic qualification with substantiating test

data. b. Manufacturer’s special seismic certification with substantiating test data.

C. Shop drawings: 1. Complete plan and elevation drawings showing:

a. All dimensions. b. Panel, sub-panel and component layout indexed to the bill of material. c. Conduit connections.

2. Block diagram showing the basic control and protection systems specifying the protection, control, trip and alarm functions, the reference signals and commands and the auxiliary devices.

Not to be used for bidding purposes!

Page 416: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16262-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16262 (Bid Set)

3. Complete schematic, wiring and interconnection diagrams showing connections to both internal and external devices: a. Include terminal number and wire numbers.

4. Complete single-line and 3-line diagrams including, but not limited to, circuit breakers, motor circuit protectors, contactors, instrument transformers, meters, relays, timers, control devices, and other equipment comprising the complete system: a. Clearly indicate device electrical ratings on the drawings.

D. Installation instructions: 1. Detail the complete installation of the equipment including rigging, moving, and

setting into place. 2. For equipment installed in structures designated as seismic design category A

or B: a. Provide manufacturer’s installation instructions and anchoring details for

connecting equipment to supports and structures. 3. For equipment installed in structures designated as seismic design category C,

D, E, or F: a. Provide project-specific installation instructions and anchoring details

based on support conditions and requirements to resist seismic and wind loads as specified in Section 16050.

b. Submit anchoring drawings with supporting calculations. c. Drawings and calculations shall be stamped by a professional engineer

registered in the state where the Project is being constructed.

E. Operation and maintenance manuals: 1. Spare parts list with supplier names and part numbers. 2. Startup and commissioning instructions and data. 3. Operating manuals:

a. Submit operating instructions and a maintenance manual presenting full details for care and maintenance of each model of VFD provided under this Contract.

4. Operating instructions: a. Written descriptions detailing the operational functions of all controls on

the front panel. 5. Maintenance manual:

a. Furnish maintenance manuals with instructions covering all details pertaining to care and maintenance of all equipment as well as identifying all parts.

b. Manuals shall include, but are not limited to the following: 1) Adjustment and test instructions covering the steps involved in the

initial test, adjustment and start-up procedures. 2) Detailed control instructions which outline the purpose and operation

of every control device used in normal operation. 3) All schematic wiring and external diagrams:

a) Furnish drawings in a reduced 11-inch by 17-inch format that are fully legible at that size.

F. Test forms and reports. 1. Submit complete factory acceptance test procedures and all forms used during

the test.

Not to be used for bidding purposes!

Page 417: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16262-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16262 (Bid Set)

G. Manufacturer’s Certificate of Installation and Functionality Compliance.

H. Manufacturer’s field reports: 1. Report listing the setting of all VFD adjustable parameters and their values

after start-up.

I. Record Documents: 1. Certified Record Documents of equipment with information listed above.

1.06 QUALITY ASSURANCE

A. As specified in Section 16050.

B. Qualifications: 1. Any third party certification, safety or protection requirements shall be applied

to the VFD system as a whole. Certification or protection of system elements or individual components by themselves is not acceptable.

2. VFDs shall be UL 508C listed and labeled: a. UL 508C for individual units. b. UL 508A for VFD systems in control panels.

3. Variable frequency drives shall be manufactured by the VFD manufacturer at its own facility which shall have a quality assurance program that is certified in conformance with ISO 9001.

1.07 DELIVERY, STORAGE, AND HANDLING

A. As specified in Section 16050.

B. Ship the VFDs and associated equipment to the job site on a dedicated air ride vehicle that will allow the Contractor to utilize on site off-loading equipment: 1. VFDs shall be delivered to the site preassembled and wired.

C. Furnish temporary equipment heaters within the VFD to prevent condensation from forming.

1.08 PROJECT OR SITE CONDITIONS

A. As specified in Section 16050.

1.09 SEQUENCING

A. Conduct factory acceptance test and submit certified test results for Engineer’s review.

B. Ship equipment to project site after successful completion of factory acceptance test.

C. Assemble equipment in the field.

D. Conduct field acceptance test and submit results for Engineer’s review.

E. Submit Manufacturer’s of Installation and Functionality Compliance

Not to be used for bidding purposes!

Page 418: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16262-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16262 (Bid Set)

F. Conduct Owner’s training sessions.

G. Commissioning and process start-up as specified in Section 01756.

1.10 SCHEDULING

A. As specified in Section 16050.

1.11 WARRANTY

A. As specified in Section 16050.

1.12 SYSTEM START-UP

A. As specified in Section 16050.

B. The VFD manufacturer shall be responsible for start up of the VFDs in the presence of the equipment suppliers, Contractor, Engineer and Owner.

1.13 OWNERS INSTRUCTIONS (NOT USED)

1.14 MAINTENANCE

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. One of the following: 1. ABB. 2. Danfoss.

2.02 EXISTING PRODUCTS (NOT USED)

2.03 MATERIALS (NOT USED)

2.04 MANUFACTURED UNITS (NOT USED)

2.05 EQUIPMENT

A. General: 1. Sinusoidal pulse width modulated (PWM) type drive.

a. Six-pulse insulated gate bipolar transistor (IGBT) power section. b. Microprocessor based controls. c. Line and load reactors.

B. Ratings: 1. Voltage:

a. Input voltage as indicated on the Drawings.

Not to be used for bidding purposes!

Page 419: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16262-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16262 (Bid Set)

C. Operational features: 1. Protective features:

a. Provide the following minimum protective features: 1) Motor overload protection. 2) Instantaneous overcurrent. 3) Instantaneous overvoltage. 4) Undervoltage. 5) Power unit overtemperature. 6) Phase loss. 7) VFD output short circuit.

2. Control mode: a. Operation in either a constant volts/hertz or sensorless vector mode:

1) The control mode selectable using the programming keypad. 3. Frequency control:

a. Minimum of 3 selectable skip frequencies with adjustable bandwidths. b. Programmable minimum frequency. c. Programmable maximum frequency.

4. Acceleration/deceleration: a. Separately adjustable acceleration and deceleration rates:

1) Each rate adjustable from 0.01 to 1,800 seconds. 5. Spinning load:

a. The VFD shall be capable of determining the speed and direction of a spinning load, “catch” the load and accelerate or decelerate it without damage to the load.

6. Programmable loss of signal: a. Upon loss of speed reference the VFD shall be programmable to either:

1) Stop. 2) Maintain current speed. 3) Default to pre-selected speed.

7. Power interrupt ride-through: a. The VFD shall be capable of continuous operation in the event of a power

loss of 5 cycles or less. 8. Inputs/Outputs:

a. Manufacturer’s standard number the following: 1) Analog inputs:

a) Configurable as either 0 to 10 volts or 4 to 20 milliamperes. 2) Analog outputs:

a) Programmable 4 to 20 milliamperes isolated. 3) Discrete inputs:

a) Programmable. 4) Discrete outputs:

a) Programmable. b) Form C relay contacts.

5) Potentiometer 3-wire input. b. Provide additional inputs/outputs as required to meet the control functions

indicated on the Drawings. 9. Diagnostics:

a. Store a minimum of 4 fault conditions in non-volatile memory on a first in-first out basis.

b. Operational parameters stored at the time of a the fault: 1) Operating frequency. 2) Drive status.

Not to be used for bidding purposes!

Page 420: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16262-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16262 (Bid Set)

3) Power mode. c. Fault memory accessible via RS-232, RS-422 or RS-485.

10. Automatic restart: a. User selectable automatic restart feature allowing the VFD to restart

following a momentary power failure or other VFD fault: 1) Programmable for up to 9 restart attempts. 2) Adjustable time delay between restart attempts.

2.06 COMPONENTS

A. Enclosure: 1. Provide cooling devices required to maintain the VFD within the

manufacturer’s specified temperature limits for the Project conditions: a. Provide cooling device failure alarm.

B. Power disconnect: 1. Flange mounted thermal magnetic circuit breaker. 2. Lockable in the OFF position.

C. Reactors: 1. Line reactors: 3 percent input and 3 percent output.

D. Keypad: 1. Provide each VFD with a keypad for programming and control. 2. Keypad requirements:

a. Password security to protect drive parameters. b. Mounted on the door of the VFD enclosure. c. Back-lit LCD:

1) Minimum of 2 lines with a minimum of 16 characters per line. d. Programming and display features language: English. e. Capable of displaying the following parameters:

1) Speed (percent). 2) Output current (amperes). 3) Output frequency (hertz). 4) Input voltage. 5) Output voltage. 6) Total 3-phase kilowatt. 7) Kilowatt-hour meter. 8) Elapsed run time meter. 9) Revolutions per minute. 10) Direct current bus voltage.

3. In addition to all keys required for programming, provide the following controls on the keypad: a. Auto/manual selector. b. Start pushbutton. c. Stop pushbutton. d. Jog pushbutton. e. Speed increment. f. Speed decrement. g. Forward/reverse selector. h. Run LED indicator. i. Program LED indicator.

Not to be used for bidding purposes!

Page 421: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16262-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16262 (Bid Set)

j. Fault LED indicator. 4. Provide the VFD with the hardwired controls as indicated on the Drawings.

E. Control power transformer: 1. Furnish a control power transformer mounted and wired inside the VFD

enclosure. 2. With primary and secondary fusing. 3. Sized to power all VFD controls and options as well as any external devices

indicated on the Drawings including the motor winding heater.

2.07 ACCESSORIES

A. Metal oxide varistors: 1. Provide protection for the VFD against:

a. Line transients: 5,000 volt peak minimum. b. Line to ground transients: 7,000 peak minimum.

B. Conformal coating: 1. Provide conformal coating material applied to electronic circuitry and printed

circuit boards to act as a protection against moisture, dust, temperature extremes, and chemicals such as H2S and chlorine.

2.08 MIXES (NOT USED)

2.09 FABRICATION (NOT USED)

2.10 FINISHES A. Enclosure finish shall be manufacturer’s standard gray.

2.11 SOURCE QUALITY CONTROL (NOT USED)

PART 3 EXECUTION

3.01 EXAMINATION (NOT USED)

3.02 PREPARATION (NOT USED)

3.03 INSTALLATION

A. As specified in Section 16050.

B. Install the equipment in accordance with the accepted installation instructions and anchorage details to meet the seismic and wind load requirements at the Project site.

C. General: 1. Furnish all cables, conduit, lugs, bolts, expansion anchors, sealants, and other

accessories needed to complete the installation of the VFD (free-standing or within motor control center).

2. Assemble and install the VFD in the locations and with the layouts indicated on the Drawings.

Not to be used for bidding purposes!

Page 422: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16262-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16262 (Bid Set)

3. Perform work in accordance with manufacturer’s instructions and shop drawings.

4. Furnish components and equipment as required to complete the installation. 5. Replace any hardware lost or damaged during the installation or handling to

provide a complete installation. 6. Install free-standing enclosures on 3-1/2 inch raised concrete housekeeping

pad: a. Provide structural leveling channels in accordance with the manufacturer’s

recommendations to provide proper alignment of the units. b. Weld and/or bolt the VFD frame to the leveling channels.

7. Provide openings in top or bottom of the VFD (free-standing or within motor control center) enclosure for conduit only, no additional openings will be allowed: a. Improperly cut holes will require that the entire panel be replaced:

1) No hole closers or patches will be allowed. 8. Bundle circuits together and terminate in each unit:

a. Tie with nylon wire ties. b. Label all wires at each end with wire numbers shown on the approved

control drawings. c. All connections to and from the VFD (free-standing or within motor control

center) enclosure must be made via terminal blocks.

3.04 ERECTION, INSTALLATION, APPLICATION, CONSTRUCTION (NOT USED)

3.05 REPAIR/RESTORATION (NOT USED)

3.06 RE-INSTALLATION (NOT USED)

3.07 COMMISSIONING

A. As specified in Section 01756.

B. Source testing (Factory Acceptance Tests): 1. Refer to Section 16050 for Owner and Engineer witnessing requirements for

the Factory Acceptance Test. 2. General:

a. Incoming inspection of components and raw materials based on strategic supplier base and experience.

b. All VFDs furnished under this Section shall be tested and inspected as specified below. Testing of VFDs based on sampling plans is not allowed.

c. The testing procedures specified are the minimum acceptable requirements. The manufacturer may perform additional tests at its discretion.

3. Failure of any component during testing requires repair of the faulted component and complete retest.

4. Tests: a. Perform manufacturer's standard factory acceptance tests.

C. Provide Manufacturer’s Certificate of Installation and Functionality Compliance as specified in Section 01756.

D. Owner training: 1. As specified in Sections 01756 and 16050.

Not to be used for bidding purposes!

Page 423: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16262-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16262 (Bid Set)

3.08 FIELD QUALITY CONTROL

A. As specified in Section 16050.

B. Provide the services of a VFD manufacturer representative for startup assistance and training: 1. Inspection and field adjustment:

a. Supervise the following and submit written certification that the equipment and controls have been properly installed, aligned, adjusted, and readied for operation.

2. Startup field testing: a. Provide technical direction for testing, checkout, and startup of the VFD

equipment in the field. b. Under no circumstances are any portions of the drive system to be

energized without authorization from the manufacturer's representative.

3.09 ADJUSTING

A. Make all adjustments as necessary and recommended by the manufacturer, Engineer, or testing firm.

B. Provide the services of a VFD manufacturer factory technician to make all drive parameters and protective device settings: 1. Protective device settings provided by the VFD manufacturer in accordance

with the manufacturer of the driven equipment requirements. 2. Provide documentation of VFD settings included but not limited to:

a. Minimum speed. b. Maximum speed. c. Skip speeds. d. Current limit. e. Acceleration time. f. Deceleration time.

3.10 CLEANING

A. As specified in Section 16050.

3.11 PROTECTION

A. As specified in Section 16050.

3.12 SCHEDULES (NOT USED)

END OF SECTION

Not to be used for bidding purposes!

Page 424: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 425: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16411-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16411 (Bid Set)

SECTION 16411

DISCONNECT SWITCHES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Fusible and non-fusible disconnect switches.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01756 - Commissioning. 3. Section 16050 - Common Work Results for Electrical.

1.02 REFERENCES

A. As specified in Section 16050.

B. Underwriters Laboratories Inc. (UL): 1. 20 - General-Use Snap Switches. 2. 98 - Enclosed and Dead-Front Switches. 3. 508 - Standard for Industrial Control Equipment.

C. National Electric Manufacturer’s Association (NEMA): 1. 250 - Enclosures for Electrical Equipment. 2. KS 1-2001- Enclosed and Miscellaneous Distribution Equipment Switches

(600 Volts Maximum).

1.03 DEFINITIONS

A. As specified in Section 16050.

B. Specific definitions: 1. Safety switches and disconnect switches are to be considered synonymous.

1.04 SYSTEM DESCRIPTION

A. Provide heavy-duty type disconnect switches as indicated on the Drawings and specified in the Contract Documents.

B. Provide disconnect switches with the number of poles, voltage, current, short circuit, and horsepower ratings as required by the load and the power system.

C. Provide a local horsepower rated disconnect switch as indicated on the Drawings.

1.05 SUBMITTALS

A. Furnish submittals as specified in Sections 01330 and 16050.

Not to be used for bidding purposes!

Page 426: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16411-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16411 (Bid Set)

B. Product data: 1. Manufacturer. 2. Manufacturer's specifications and description. 3. Ratings:

a. Voltage. b. Current. c. Horsepower. d. Short circuit rating.

4. Fused or non-fused. 5. NEMA enclosure type. 6. Dimensions:

a. Height. b. Width. c. Depth.

7. Weight. 8. Cross-referenced to the disconnect schedule indicated on the Drawings.

C. Shop drawings: 1. Manufacturer's installation instructions:

a. Indicate application conditions and limitations of use stipulated by product testing agency specified under Quality Assurance, Regulatory Requirements below.

b. Include instructions for storage, handling, protection, examination, preparation, installation, and operation of product.

2. Identify motor or equipment served by each switch; indicate nameplate inscription.

D. Installation instructions: 1. Provide anchorage instructions and requirement based on the seismic

requirements at the Project Site as specified in Section 16050 and calculations: a. Stamped by a professional engineer registered in the state where the

Project is being constructed.

1.06 QUALITY ASSURANCE

A. As specified in Section 16050.

B. Regulatory requirements: 1. NEMA KS1- Enclosed and Miscellaneous Distribution Switches (600 V

Maximum). 2. UL 98 - Enclosed and Dead-Front Switches.

C. Disconnect switches shall be UL listed and labeled.

1.07 DELIVERY, STORAGE, AND HANDLING

A. As specified in Section 16050.

1.08 PROJECT OR SITE CONDITIONS

A. As specified in Section 16050.

Not to be used for bidding purposes!

Page 427: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16411-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16411 (Bid Set)

1.09 SCHEDULING (NOT USED)

1.10 WARRANTY

A. As specified in Section 16050.

1.11 SYSTEM START-UP

A. As specified in Section 16050.

1.12 OWNER'S INSTRUCTIONS (NOT USED)

1.13 MAINTENANCE (NOT USED)

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. One of the following or equal: 1. Schneider Electric/Square D Company. 2. Eaton/Cutler-Hammer. 3. General Electric. 4. Siemens. 5. Appleton. 6. Crouse-Hinds.

2.02 EXISTING PRODUCTS (NOT USED)

2.03 MATERIALS (NOT USED)

2.04 MANUFACTURED UNITS (NOT USED)

2.05 EQUIPMENT

A. Switch mechanism: 1. Quick-make, quick-break heavy-duty operating mechanisms:

a. Provisions for padlocking the switch in the Off position. b. A minimum of 90-degree handle travel position between Off and On

positions: 1) Provide handle position indicators to identify the handle position.

c. Full cover interlock to prevent opening of the switch door in the On position and to prevent closing the switch mechanism with the door open: 1) With an externally operated override.

B. Switch interior: 1. Switch blades visible when the switch is Off and the cover is open. 2. Lugs:

a. Front accessible. b. Removable. c. UL listed for 60/75-degree Celsius copper conductors.

3. Current carrying parts completely plated to resist corrosion. 4. Removable arc suppressors to facilitate easy access to line side lugs.

Not to be used for bidding purposes!

Page 428: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16411-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16411 (Bid Set)

5. Furnish equipment ground kits for every switch.

C. Fused switches: 1. Furnish with fuses as indicated on the Drawings: 2. UL approved for field conversion from standard Class H fuse spacing to

Class J fuse spacing: a. Ratings 100 amperes through 600 amperes at 240 volts. b. Ratings 30 amperes through 600 amperes at 600 volts. c. Provide spring reinforced and plated fuse clips.

D. Ratings: 1. UL horsepower rated for AC or DC with the rating not less than the load

served. 2. Current:

a. 30 to 1,200 amperes. 3. Voltage:

a. 250 volts AC, DC. b. 600 volts (30 A to 200 A, 600 volts DC).

4. Poles: a. 2, 3, 4, and 6 poles.

5. UL listed short circuit ratings: a. 10,000 RMS symmetrical amperes when used with or protected by

Class H or K fuses (30-600 amperes). b. 200,000 RMS symmetrical amperes when used with or protected by

Class R or J fuses (30-600 amperes employing appropriate fuse rejection).

c. 200,000 RMS symmetrical amperes when used with or protected by Class L fuses (800-1,200 amperes).

6. Where not indicated on the Drawings, provide switches with the NEMA ratings specified in Section 16050 for the installed location.

E. Size, fusing and number poles as indicated on the Drawings or as required: 1. Provide solid neutral where indicated on the Drawings.

2.06 COMPONENTS (NOT USED)

2.07 ACCESSORIES

A. Disconnect switches to have provisions for a field installable “B” type electrical interlock for position indication as indicated on the Drawings.

B. Disconnect switches to have provisions for a field installed insulated groundable neutral kit as indicated on the Drawings.

C. NEMA Type 7 and 9 enclosures furnished with drain and breather kit when used in outdoor applications.

Not to be used for bidding purposes!

Page 429: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16411-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16411 (Bid Set)

2.08 MIXES (NOT USED)

2.09 FABRICATION (NOT USED)

2.10 FINISHES (NOT USED)

2.11 SOURCE QUALITY CONTROL (NOT USED)

PART 3 EXECUTION

3.01 EXAMINATION (NOT USED)

3.02 PREPARATION (NOT USED)

3.03 INSTALLATION

A. As specified in Section 16050.

B. Install the equipment in accordance with the accepted installation instructions and anchorage details to meet the seismic and wind load requirements at the Project site.

C. General: 1. Use Myers hubs or bolt-on hubs for all conduit penetrations on NEMA

Type 12, Type 4, and Type 4X enclosures. 2. Provide all mounting brackets, stands, supports and hardware as required:

a. Match finish and materials for all brackets, stands, and hardware with the switch installed.

b. Provide adequate supporting pillar(s) for disconnect switches in accordance with the approved seismic calculations, and locate aboveground or above decks, where there is no structural wall or surface for box.

3. When possible, mount switches rigidly to exposed building structure or equipment structural members: a. For NEMA Type 4 and Type 4X locations, maintain a minimum of 7/8 inch

air space between the enclosure and supporting surface. b. When mounting on preformed channel, position channel vertically so that

water may freely run behind the enclosure. 4. Provide a nameplate for each disconnect switch:

a. Identify voltage, circuit, fuse size, and equipment served on the nameplate.

3.04 ERECTION, INSTALLATION, APPLICATION, CONSTRUCTION (NOT USED)

3.05 REPAIR/RESTORATION (NOT USED)

3.06 RE-INSTALLATION (NOT USED)

3.07 COMMISSIONING

A. As specified in Section 01756.

Not to be used for bidding purposes!

Page 430: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16411-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16411 (Bid Set)

3.08 FIELD QUALITY CONTROL

A. As specified in Section 16050.

3.09 ADJUSTING (NOT USED)

3.10 CLEANING

A. As specified in Section 16050.

3.11 PROTECTION

A. As specified in Section 16050.

3.12 SCHEDULES (NOT USED)

END OF SECTION

Not to be used for bidding purposes!

Page 431: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16412-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16412 (Bid Set)

SECTION 16412

LOW VOLTAGE MOLDED CASE CIRCUIT BREAKERS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Low voltage molded case circuit breakers.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01756 - Commissioning. 3. Section 16050 - Common Work Results for Electrical.

1.02 REFERENCES

A. As specified in Section 16050.

B. National Electrical Manufacturers Association (NEMA): 1. AB 3 - Molded Case Circuit Breakers and Their Application.

C. Underwriter’s Laboratories (UL): 1. 489 - Molded-Case Circuit Breakers, Molded-Case Switches, and Circuit-

Breaker Enclosures. 2. 943 - Ground Fault Circuit Interrupters.

1.03 DEFINITIONS

A. As specified in Section 16050.

B. In accordance with UL 489.

1.04 SYSTEM DESCRIPTION

A. Molded case thermal magnetic or motor circuit protector type circuit breakers as indicated on the Drawings and connected to form a completed system.

1.05 SUBMITTALS

A. Furnish submittals as specified in Sections 01330 and 16050.

B. Product data: 1. Catalog cut sheets. 2. Manufacturer’s time-current curves for all molded case circuit breakers

furnished.

1.06 QUALITY ASSURANCE

A. As specified in Section 16050.

Not to be used for bidding purposes!

Page 432: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16412-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16412 (Bid Set)

B. Low voltage molded case circuit breakers shall be UL listed and labeled.

1.07 DELIVERY, STORAGE AND HANDLING

A. As specified in Section 16050.

1.08 PROJECT OR SITE CONDITIONS

A. As specified in Section 16050.

1.09 SEQUENCING (NOT USED)

1.10 SCHEDULING (NOT USED)

1.11 WARRANTY

A. As specified in Section 16050.

1.12 SYSTEM START-UP

A. As specified in Section 16050.

1.13 OWNER’S INSTRUCTIONS (NOT USED)

1.14 MAINTENANCE (NOT USED)

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. One of the following: 1. General Electric Company. 2. Schneider Electric/Square D Company.

2.02 EXISTING PRODUCTS (NOT USED)

2.03 MATERIALS (NOT USED)

2.04 MANUFACTURED UNITS

A. General: 1. Conforming to UL 489. 2. Operating mechanism:

a. Quick-make, quick-break, non-welding silver alloy contacts. b. Common Trip, Open and Close for multi-pole breakers such that all poles

open and close simultaneously. c. Mechanically trip free from the handle. d. Trip indicating handle - automatically assumes a position midway between

the manual ON and OFF positions to clearly indicate the circuit breaker has tripped.

e. Lockable in the "OFF" position.

Not to be used for bidding purposes!

Page 433: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16412-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16412 (Bid Set)

3. Arc extinction: a. In arc chutes.

4. Voltage and current ratings: a. Minimum ratings as indicated on the Drawings.

5. Interrupting ratings: a. Minimum ratings as indicated on the Drawings. b. Not less than the rating of the assembly (panelboard, switchboard, motor

control center, etc.)

B. Motor circuit protectors: 1. Instantaneous only circuit breaker as part of a listed combination motor

controller. 2. Each pole continuously adjustable in a linear scale with ‘LO’ and ‘HI’ settings

factory calibrated.

2.05 EQUIPMENT (NOT USED)

2.06 COMPONENTS

A. Terminals: 1. Line and load terminals suitable for the conductor type, size, and number of

conductors in accordance with UL 489.

B. Case: 1. Molded polyester glass reinforced. 2. Ratings clearly marked.

C. Trip units: 1. Provide thermal magnetic or solid-state trip units as indicated on the Drawings. 2. Thermal magnetic:

a. Instantaneous short circuit protection. b. Inverse time delay overload. c. Ambient or enclosure compensated by means of a bimetallic element.

3. Solid state: a. With the following settings as indicated on the Drawings.

1) Adjustable long time current setting. 2) Adjustable long time delay. 3) Adjustable short time pickup. 4) Adjustable short time delay. 5) Adjustable instantaneous pickup. 6) Adjustable ground fault pickup as indicated on the Drawings. 7) Adjustable ground fault delay as indicated on the Drawings.

D. Molded case circuit breakers for use in panelboards: 1. Bolt-on type.

a. Plug-in type breakers are not acceptable.

Not to be used for bidding purposes!

Page 434: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16412-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16412 (Bid Set)

2.07 ACCESSORIES

2.08 MIXES (NOT USED)

2.09 FABRICATION (NOT USED)

2.10 FINISHES (NOT USED)

2.11 SOURCE QUALITY CONTROL

A. Test breakers in accordance with: 1. UL 489. 2. Manufacturer’s standard testing procedures.

PART 3 EXECUTION

3.01 EXAMINATION (NOT USED)

3.02 PREPARATION (NOT USED)

3.03 INSTALLATION

A. Install breakers to correspond to the accepted shop drawings.

3.04 ERECTION, INSTALLATION, APPLICATION, CONSTRUCTION (NOT USED)

3.05 REPAIR/RESTORATION (NOT USED)

3.06 RE-INSTALLATION (NOT USED)

3.07 COMMISSIONING

A. As specified in Section 01756.

3.08 FIELD QUALITY CONTROL

A. As specified in Section 16050.

3.09 ADJUSTING

A. Adjust trip settings in accordance with Protective Device Coordination Study as accepted by the Engineer and in accordance with manufacturer’s recommendations.

B. Adjust motor circuit protectors in accordance with NEC and the manufacturer’s recommendation based on the nameplate values of the installed motor.

Not to be used for bidding purposes!

Page 435: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16412-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16412 (Bid Set)

3.10 CLEANING (NOT USED)

3.11 PROTECTION

A. As specified in Section 16050.

3.12 SCHEDULES (NOT USED)

END OF SECTION

Not to be used for bidding purposes!

Page 436: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 437: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16422-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16422 (Bid Set)

SECTION 16422

MOTOR STARTERS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Motor starters and contactors.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01756 - Commissioning. 3. Section 16050 - Common Work Results for Electrical. 4. Section 16123 - 600-Volt or Less Wires and Cables. 5. Section 16412 - Low Voltage Molded Case Circuit Breakers. 6. Section 16444 - Low Voltage Motor Control Centers. 7. Section 17710 - Control Systems: Panels, Enclosures, and Panel

Components.

1.02 REFERENCES

A. As specified in Section 16050.

B. International Electrotechnical Commission (IEC): 1. 60 947-4 - Low-Voltage Switchgear and Control Gear. 2. 801-1 - Electromagnetic Compatibility for Industrial-Process Measurement and

Control Equipment - Part 1: General Information.

C. National Electrical Manufacturer's Association (NEMA): 1. ICS 2 - Industrial Control and Systems: Controllers, Contactors, and Overload

Relays Rated 600 V.

D. Underwriters Laboratories (UL): 1. 508 - Standard for Industrial Control Equipment. 2. 508A - Standard for Industrial Control Panels.

1.03 DEFINITIONS

A. As specified in Section 16050.

B. Specific definitions and abbreviations: 1. FVNR: Full voltage non-reversing. 2. Overload relay class: A classification of an overload relay time current

characteristic by means of a number which designates the maximum time in seconds at which it will operate when carrying a current equal to 600 percent of its current rating.

Not to be used for bidding purposes!

Page 438: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16422-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16422 (Bid Set)

1.04 SYSTEM DESCRIPTION

A. General requirements: 1. Starters for motor control centers, individual enclosed starters, or control

panels.

1.05 SUBMITTALS

A. Furnish submittals as specified in Sections 01330 and 16050: 1. Submit motor starter data with equipment submittal.

B. Product data: 1. Manufacturer. 2. Catalog cut sheets. 3. Technical information. 4. Complete nameplate schedule. 5. Complete bill of material. 6. List of recommended spare parts. 7. Confirmation that the overload relay class for each starter meets the

requirements of the equipment and motor supplier. 8. Electrical ratings:

a. Phase. b. Wire. c. Voltage. d. Ampacity. e. Horsepower. f. Enclosure information:

1) NEMA rating. 2) Materials.

g. For equipment installed in structures designated as seismic design category C, D, E, or F submit the following as specified in Section 16050: 1) Manufacturer’s statement of seismic qualification with substantiating

test data. 2) Manufacturer’s special seismic certification with substantiating test

data. 9. Furnish circuit breaker submittals as specified in Section 16412.

C. Shop drawings: 1. Elementary and schematic diagrams:

a. Provide 1 diagram for every starter and contactor. b. Indicate wire numbers for all control wires on the diagrams: c. Indicate interfaces with other equipment on the drawings.

D. Operation and maintenance manuals: 1. Submit complete operating and maintenance instructions presenting full details

for care and maintenance of equipment furnished or installed under this Section. Including but not limited to: a. Electrical ratings:

1) Phase. 2) Wire. 3) Voltage. 4) Ampacity.

Not to be used for bidding purposes!

Page 439: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16422-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16422 (Bid Set)

b. Complete bill of material. c. Manufacturer’s operating and maintenance instructions starter and/or

contactor component parts, including: 1) Protective devices (fuses, breakers, overload relays, heater

elements, etc.). 2) Pilot devices.

d. Complete renewal parts list. e. As-built drawings:

1) Furnish as-built drawings for each starter and contactor indicating final: a) Wire numbers. b) Interfaces with other equipment.

2) 11-inch by 17-inch format.

1.06 QUALITY ASSURANCE

A. As specified in Section 16050.

B. Regulatory requirements: 1. All starters and components shall be UL listed and labeled:

a. UL 508 - Industrial Control Equipment. b. UL 508A - Industrial Control Panels.

2. NEMA ICS 2 - Industrial Control and System Controllers; Contactors and Overload Relays Rated: 600 Volts.

3. Combination starters shall be UL listed and labeled.

1.07 DELIVERY, STORAGE, AND HANDLING

A. As specified in Section 16050.

1.08 PROJECT OR SITE CONDITIONS

A. As specified in Section 16050.

1.09 SEQUENCING (NOT USED)

1.10 SCHEDULING

1.11 WARRANTY

A. As specified in Section 16050.

1.12 SYSTEM START-UP

A. As specified in Section 16050.

1.13 OWNER’S INSTRUCTIONS (NOT USED)

Not to be used for bidding purposes!

Page 440: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16422-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16422 (Bid Set)

1.14 MAINTENANCE

A. Spare parts: 1. Provide the following spare parts, suitably packaged and labeled with the

corresponding equipment number: a. One spare fuse of each size and type per starter.

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. One of the following: 1. NEMA starters and contactors:

a. Schneider Electric/Square D. b. General Electric.

2.02 EXISTING PRODUCTS (NOT USED)

2.03 MATERIALS (NOT USED)

2.04 MANUFACTURED UNITS

A. General: 1. Provide combination type starters with motor circuit protector or thermal-

magnetic circuit breaker and control power transformer with ratings as indicated on the Drawings.

2. NEMA size, design, and rated: a. NEMA Size 1 minimum.

3. Coordinate motor circuit protector, thermal magnetic circuit breaker, or fusible disconnect, and overload trip ratings with nameplate horsepower and current ratings of the installed motor: a. If motors provided are different in horsepower rating than those specified

or indicated on the Drawings, provide starters coordinated to the actual motors furnished.

4. Provide starters NEMA Size 2 and larger with arc quenchers on load breaking contacts.

5. Mount extended overload reset buttons to be accessible for operation without opening starter enclosure door.

B. Full voltage starters (FVNR,): 1. Across-the-line full voltage magnetic starters. 2. Rated for 600 volts. 3. Electrical characteristics as indicated on the Drawings. 4. Provide positive, quick-make, quick-break mechanisms, pad lockable

enclosure doors. 5. Furnish starter with solid state electronic overload relays. 6. Double-break silver alloy contacts. 7. Reversing starters provided with both mechanical and electrical interlocks to

prevent line shorts and energizing both contactors simultaneously.

Not to be used for bidding purposes!

Page 441: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16422-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16422 (Bid Set)

8. Provide 2-speed, 2-winding motor starters consisting of two 3-pole contactors and 2 sets of overload relays assembled together: a. Provided with conductors that are both mechanically and electrically

interlocked to prevent energizing both contactors simultaneously. 9. Provide 2-speed, 1 winding constant horsepower starter consisting of one 5-

pole and one 3-pole conductor and 2 sets of overload relays assembled together: a. Provided with conductors that are both mechanically and electrically

interlocked to prevent energizing both contactors simultaneously. 10. Remote indicators:

a. Provide Form C dry contacts for remote indication of: 1) Internal fault error. 2) Undervoltage. 3) Overvoltage. 4) Phase reversal. 5) Phase loss. 6) Overload. 7) Frequency out of range. 8) Excessive starts per hour. 9) Drive electronics over temperature. 10) Stall. 11) Jam. 12) System failure. 13) Starter failure. 14) Run status. 15) Full speed.

11. Metering: a. 3-phase motor current. b. Power in kW. c. Power factor. d. Three-phase voltage. e. Power usage in kWh.

2.05 EQUIPMENT (NOT USED)

2.06 COMPONENTS

A. Molded case circuit breakers: 1. Circuit breaker type and ratings as indicated on the Drawings. 2. Provide as specified in Section 16412.

B. Contactors: 1. NEMA size as indicated on the Drawings. 2. Electrically held:

a. For lighting loads designed to withstand the initial inrush currents of ballast and lamp loads.

3. Factory adjusted and chatter free. 4. Auxiliary contacts:

a. Contact ratings as per NEMA A 600 rating: 1) Auxiliary contacts rated 10 amps at 600 volts.

b. Provide all contacts indicated on the Drawings, and any additional contacts required for proper operation.

Not to be used for bidding purposes!

Page 442: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16422-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16422 (Bid Set)

c. Provide at least 1 normally open and 1 normally closed spare auxiliary contact.

5. Constructed in accordance with the following standards: a. UL 508. b. IEC 947-4.

1) Type 1 coordination when protected by a circuit breaker. 2) Type 2 coordination when protected by a suitable UL listed fuse.

c. IEC 801-1 parts 2 through 6.

C. Overloads: 1. Bi-metallic overload relay:

a. Class 20 protection. b. Ambient compensated. c. Interchangeable heater pack:

1) One heater per phase. 2) Coordinate with installed motor full load amps and service factor.

d. Visible trip indicator. e. Push-to-trip test. f. Isolated normally open alarm contact. g. Normally closed trip contacts. h. Manual reset.

D. Control power transformer: 1. Furnish integral control power transformer capacity to power:

a. All motor controls; Motor and starter accessories indicated on the Drawings or specified.

2. Primary and secondary fusing as indicated on the Drawings: a. Fusing sized by the manufacturer for the rating of the transformer

furnished. 3. Control power transformer secondary voltage:

a. As indicated on the Drawings.

2.07 ACCESSORIES

A. Lugs and terminals: 1. For all external connections of No. 6 AWG and larger. 2. UL listed for either copper or aluminum conductors.

B. Surge protective devices: 1. Furnish surge protection devices across the coil of each starter, contactor, and

relay.

C. Pilot devices: 1. Provide pilot lights, switches, elapsed time meters, and other devices as

specified or as indicated on the Drawings. 2. As specified in Section 17710.

D. Nameplates and wire markers:

E. Conformal coating: 1. Provide conformal coating material applied to electronic circuitry and printed

circuit boards to act as protection against moisture, dust, temperature extremes, and chemicals such as H2S and chlorine.

Not to be used for bidding purposes!

Page 443: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16422-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16422 (Bid Set)

2.08 MIXES (NOT USED)

2.09 FABRICATION (NOT USED)

2.10 FINISHES (NOT USED)

2.11 SOURCE QUALITY CONTROL

PART 3 EXECUTION

3.01 EXAMINATION (NOT USED)

3.02 PREPARATION (NOT USED)

3.03 INSTALLATION

A. As specified in Section 16050.

B. Install the equipment in accordance with the accepted installation instructions and anchorage details to meet the seismic and wind load requirements at the Project site.

C. Starters in motor control centers: 1. Install as specified in Section 16444.

D. Starters in control panels: 1. Install as specified in Section 17710.

3.04 ERECTION, INSTALLATION, APPLICATION, CONSTRUCTION (NOT USED)

3.05 REPAIR/RESTORATION (NOT USED)

3.06 RE-INSTALLATION (NOT USED)

3.07 COMMISSIONING

A. As specified in Section 01756.

B. Factory testing: 1. Refer to Section 16050 for Owner and Engineer witnessing requirements for

the Factory Acceptance Test.

3.08 FIELD QUALITY CONTROL

A. As specified in Section 16050.

3.09 ADJUSTING

A. Make all adjustments as necessary and recommended by the manufacturer, Engineer, or testing firm.

Not to be used for bidding purposes!

Page 444: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16422-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16422 (Bid Set)

B. Set all overloads and motor circuit protectors based on the nameplate values of the installed motor.

3.10 CLEANING

A. As specified in Section 16050.

3.11 PROTECTION

A. As specified in Section 16050.

3.12 SCHEDULES (NOT USED)

END OF SECTION

Not to be used for bidding purposes!

Page 445: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16444-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16444 (Bid Set)

SECTION 16444

LOW VOLTAGE MOTOR CONTROL CENTERS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Low voltage motor control centers.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01756 - Commissioning. 3. Section 16050 - Common Work Results for Electrical. 4. Section 16123 - 600-Volt or Less Wires and Cables. 5. Section 16150 - Low Voltage Wire Connections. 6. Section 16262 - Variable Frequency Drives 0.50 - 50 Horsepower. 7. Section 16412 - Low Voltage Molded Case Circuit Breakers. 8. Section 16422 - Motor Starters. 9. Section 17710 - Control Systems: Panels, Enclosures, and Panel

Components.

1.02 REFERENCES

A. As specified in Section 16050.

B. National Electrical Manufacturer's Association (NEMA): 1. ICS 18-2001 - Motor Control Centers.

C. Underwriters Laboratories (UL): 1. 845 - Motor Control Centers.

1.03 DEFINITIONS

A. As specified in Section 16050.

1.04 SYSTEM DESCRIPTION

A. Factory assembled, factory wired and factory tested motor control centers: 1. Motor control centers and major components to be products of a single

manufacturer.

1.05 SUBMITTALS

A. Furnish submittals as specified in Sections 01330 and 16050.

B. Product data: 1. Manufacturer of motor control center. 2. Manufacturer of motor control center parts. 3. Nameplate schedule.

Not to be used for bidding purposes!

Page 446: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16444-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16444 (Bid Set)

4. Bill of material. 5. Enclosure:

a. NEMA rating. b. Finish color.

6. Ratings: a. Voltage. b. Phase. c. Current:

1) Horizontal bus ampacity. 2) Vertical bus ampacity. 3) Ground bus ampacity.

d. Short circuit withstand rating. e. Protective device interrupting rating.

7. List of recommended spare parts. 8. Catalog cut sheets:

a. Submit complete manufacturer’s catalog information: 1) Clearly indicate the features of the equipment including any options

necessary to meet the required functionality. 9. Furnish component submittals as specified in the appropriate Section. 10. For equipment installed in structures designated as seismic design category C,

D, E, or F submit the following as specified in Section 16050: a. Manufacturer’s statement of seismic qualification with substantiating test

data. b. Manufacturer’s special seismic certification with substantiating test data.

C. Shop drawings: 1. Layout drawings:

a. Provide fully dimensioned and to scale layout drawings which include: 1) Dimensions:

a) Overall length. b) Overall width. c) Overall height. d) Overall weight and weight of individual shipping splits.

2. Interfaces to other equipment. 3. Shipping splits. 4. Allowable top and bottom conduit windows. 5. Complete component and unit layout drawings. 6. Indicate lug sizes, type, and manufacturer based on the cable size specified in

the Contract Documents and as indicated on the Drawings. 7. Elementary schematics:

a. Provide one custom schematic diagram for each compartment: 1) Include all remote devices. 2) Show wire numbers on the schematics:

8. External connection diagram showing the wiring to the external controls and devices associated with the motor control center.

9. One-line diagrams: a. Provide complete one-line diagrams for each motor control center,

including but not limited to: protective devices, starters, drives, metering, and other equipment.

b. Indicate electrical ratings of the equipment shown on the one-line diagrams.

Not to be used for bidding purposes!

Page 447: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16444-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16444 (Bid Set)

D. Installation instructions: 1. Detail the complete installation of the equipment including rigging, moving, and

setting into place. 2. For equipment installed in structures designated as seismic design category A

or B: a. Provide manufacturer’s installation instructions and anchoring details for

connecting equipment to supports and structures.

E. Operation and maintenance manuals: 1. Provide complete operating and maintenance instructions presenting full

details for care and maintenance of all types of equipment furnished and/or installed under this Section. Include the following: a. Electrical ratings:

1) Phase. 2) Wire. 3) Voltage. 4) Ampacity. 5) Bus bracing and protective device interrupting ratings.

b. Manufacturer’s operating and maintenance instructions for the motor control center and all component parts, including: 1) Starters. 2) Overload relays and heater elements. 3) Variable frequency drives. 4) Protective devices including, but not limited to, fuses, circuit breakers

and protective relays. 5) Pilot devices.

c. Complete renewal parts list.

F. Test forms and reports: 1. Submit complete factory acceptance test procedures and all forms used during

the test.

G. Manufacturer’s Certificate of Installation and Functionality Compliance.

H. Record Documents: 1. Elementary schematics:

a. Furnish as-built elementary schematics indicating final: 1) Wire numbers. 2) Interfaces with other equipment.

b. Provide one custom schematic diagram for each compartment: 1) Include all remote devices. 2) Show wire numbers on the schematics.

c. Layout drawings: Provide complete dimensioned component and unit layout drawings.

2. The Record Documents shall reflect all modifications made during the submittal review process and during construction.

I. Calculations: 1. Detailed calculations or details of the actual physical testing performed on the

motor control center to prove the motor control center is suitable for the seismic requirements at the Project Site.

Not to be used for bidding purposes!

Page 448: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16444-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16444 (Bid Set)

1.06 QUALITY ASSURANCE

A. As specified in Section 16050.

B. All portions of the motor control center, vertical bays, and components shall be UL listed and labeled. 1. Where indicated as service entrance equipment, the motor control center shall

be UL labeled and listed “Suitable for Service Entrance”.

1.07 DELIVERY, STORAGE AND HANDLING

A. As specified in Section 16050.

B. Ship the motor control center and associated equipment to the job site on a dedicated air ride vehicle that will allow the Contractor to utilize onsite off-loading equipment.

C. Furnish temporary equipment heaters within the motor control center to prevent condensation from forming.

1.08 PROJECT OR SITE CONDITIONS

A. As specified in Section 16050.

1.09 SEQUENCING

A. Conduct the initial fault current study and submit results for Engineer’s review.

B. After successful review of the initial fault current study submit complete equipment submittal.

C. Conduct factory acceptance test.

D. Submit Manufacturer’s Certificate of Installation and Functionality Compliance.

E. Ship equipment to the Project Site after successful completion of factory acceptance test.

F. Assemble equipment in the field.

G. Conduct field acceptance test and submit results for Engineer’s review.

H. Submit manufacturer’s certification that the equipment has been properly installed and is fully functional for Engineer’s review.

I. Conduct Owner’s training sessions.

J. Commissioning and process start-up as specified in Section 01756.

1.10 SCHEDULING

A. As specified in Section 16050.

Not to be used for bidding purposes!

Page 449: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16444-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16444 (Bid Set)

1.11 WARRANTY

A. As specified in Section 16050.

1.12 SYSTEM START-UP

A. As specified in Section 16050.

1.13 OWNER’S INSTRUCTION (NOT USED)

1.14 MAINTENANCE (NOT USED)

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. One of the following: 1. General Electric. 2. Schneider Electric/Square D.

2.02 EXISTING PRODUCTS

A. Existing motor control centers: 1. Provide additions that are of the same manufacturer, type, and electrical

ratings as the existing motor control centers: a. Provide all hardware necessary to connect the busses of the new and

existing motor control centers.

2.03 EQUIPMENT

A. General: 1. Furnish motor control centers as specified in the Contract Documents and

indicated on the Drawings. 2. Arrange the equipped sections to form continuous motor control center lineups

as indicated on the Drawings: a. Identify any deviations from the Drawings in writing and submit for

approval. 3. Provide wire markers at each end of every wire. 4. Provide complete and functional motor control centers. 5. Provide devices or accessories not specified in this Section but necessary for

the proper installation and operation of the equipment.

B. Design and construct motor control center to operate at the voltage level and configuration indicated on the Drawings.

C. Bus system: 1. Material:

a. Tin-plated copper. b. Short-circuit rating:

1) As indicated on the Drawings.

Not to be used for bidding purposes!

Page 450: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16444-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16444 (Bid Set)

c. Bus bar supports: 1) High impact strength, non-tracking glass-polyester material that is

impervious to moisture and gases. 2. Horizontal power bus:

a. Current-carrying capacity as indicated on the Drawings. b. Mounting:

1) Mount horizontal bus bars edgewise, one above the other, and fully isolated from all wireways and units.

c. Temperature rise: 1) In accordance with UL 845. 2) De-rate the temperature rating of the bus for the specified conditions

of ambient temperature and altitude as specified in Section 16050. 3. Vertical power bus:

a. Current-carrying capacity of not less than 600 amps. b. Mounting:

1) Enclose the vertical bus in a polyester-glass cover with small openings to permit unit stabs to mate with the bus: a) Provide a shutter mechanism to cover the stab openings when

plug-in units are removed. 2) Provide top and bottom bus covers for insulation and isolation of the

ends of the bus. c. Isolated from the unit compartments by a full height barrier.

4. Neutral bus: a. Provided in 3-wire motor control centers as indicated on the Drawings. b. Current carrying capacity of 100 percent of horizontal power bus. c. Mounting:

1) Bus shall extend the full width of the motor control center. d. Pre-drilled and furnished with lugs for attachment of neutral conductors:

1) Furnish a minimum of 50 percent spare lugs in each vertical section of motor control center.

5. Ground bus: a. Horizontal ground bus:

1) Current-carrying capacity: a) 300 amps when the horizontal bus is 2,000 amps or less. b)

2) Mounting: a) Full-width, firmly secured to each vertical section structure:

(1) Located in the top or bottom wireway. b) Pre-drilled and furnished with lugs for connection to equipment

ground wires: (1) Furnish a minimum of 10 lugs per vertical section of MCC.

b. Vertical ground bus. 1) Mounting:

a) Furnish in each vertical section. b) Bolted to the horizontal ground bus. c) Install parallel to the vertical power bus. d) Mount vertical ground bus such that plug-in units engage the

ground bus before any connection to the power bus is made. Upon removal of plug-in units, ground stabs are disconnected from the ground bus after the power stabs have been disconnected.

Not to be used for bidding purposes!

Page 451: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16444-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16444 (Bid Set)

6. Bus splice bars: a. Provided to join the bus at the splits. b. Connected to each horizontal bus bar with a minimum of two bolts. c. Employ conical or spring washers at connections, designed to maintain

constant pressure against the splice joint. d. Same ampacity rating as the horizontal bus.

7. Provide bus system configured for back-to-back MCCs, where required.

D. Enclosures: 1. Each motor control center shall consist of 1 or more vertical sections bolted

together: a. Freestanding. b. Totally enclosed. c. Dead-front assembly. d. Designed for modification and/or addition of future vertical sections. e. Form each vertical section of heavy gauge steel. f. Designed for back-to-back arrangement installation, where required

and/or as indicated on the Drawings. 2. Enclosure rating:

a. Indoor: 1) NEMA Type 1 gasketed.

3. Standard section dimensions: a. Nominal height: 90 inches. b. Nominal depth: 20 inches. c. Vertical section width as indicated on the Drawings.

4. Wireways: a. Provide each vertical section with a horizontal wireway at the top and

bottom of the section: 1) Arranged to provide a full-width metal enclosed wiring trough across

the entire motor control center assembly. b. Provide each vertical section with a full-height vertical wireway. c. Completely isolated from the vertical and horizontal bus bars. d. Provide a removable, hinged door.

5. Shipping splits: a. No more than 3 vertical sections and not more than 60 inches in width. b. Solid bussing between vertical sections in a shipping split is not

acceptable. 6. Lifting angles:

a. Furnish each vertical section and/or shipping split with a removable lifting angle mounted to the top of the enclosure: 1) Extending the entire width of the shipping split.

7. Mounting channels: a. Mount each vertical section and/or shipping split on an external 1.5-inch

by 3-inch mounting channel.

E. Units: 1. A plug-in unit consists of:

a. Unit assembly. b. Unit support pan. c. Unit door assembly.

2. Completely enclosed and isolated from adjacent units, buses, and wireways, except for conductor entries into the unit, by a metal enclosure.

Not to be used for bidding purposes!

Page 452: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16444-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16444 (Bid Set)

3. Constructed so that any fault will be contained in the unit compartment. 4. Supported and guided by a removable unit support pan:

a. Re-arrangement of units and the removal of a unit so that a new and possibly larger unit can be added without the removal of an in-service unit to gain access to the unit support pan.

5. Held in place by screws or other positive locking means after insertion. 6. Provide a test position with the unit supported in the structure but disengaged

from the bus. 7. Integral plug-in ground stab. 8. Stabs:

a. Free floating. b. Self-aligning. c. Backed by spring steel clips to ensure high pressure contacts: d. Electrolytically tin-plated copper.

9. Handle: a. Provide a flange mounted handle mechanism to operate each disconnect

switch or circuit breaker. b. Door mounted operators or operator handles are not acceptable. c. Engaged with the disconnect device at all times as an integral part of the

unit independent of the door position. d. Lockable in the “OFF” position with up to 3 padlocks. e. Mechanically interlocked so that the door cannot be opened with the

handle in the “ON” position. 1) Provide a means for qualified personnel to defeat this interlock.

f. Interlocked so the unit cannot be inserted or withdrawn with the handle in the “ON” position.

g. Lockable in the “ON” position: 1) This shall not prevent the circuit breaker from operating and opening

the contacts in the event of a fault condition. h. Color-coded to indicate position. i. Located so the center of the grip when it is in its highest position is not

more than 6 feet 7 inches above the finished floor, including the height of the housekeeping pad and mounting channels.

10. Where indicated on the Drawings, provide units for spaces and future equipment: a. Equip these units to accept a future plug-in unit without modification to the

vertical sections.

2.04 COMPONENTS

A. Provide components contained within the motor control center as specified in: 1. Section 16123. 2. Section 16150. 3. Section 16262. 4. Section 16412. 5. Section 16422. 6. Section 17710.

Not to be used for bidding purposes!

Page 453: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16444-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16444 (Bid Set)

2.05 ACCESSORIES

A. Wiring: 1. Wire the motor control center in accordance with the following NEMA Class

and Type as defined by NEMA ICS 18-2001: a. NEMA Class II-S:

1) Furnish wiring diagrams for individual units consisting of drawings that identify electrical devices, electrical connections, and indicate terminal numbering designations.

2) Furnish individual unit diagrams with each unit and include inter-wiring between units, i.e. electrical interlocking, etc., as specifically specified in the Contract Documents.

3) Provide custom drawings with unique terminal numbering designations in lieu of standard manufacturer drawings.

b. NEMA Type B wiring: 1) Control wiring:

a) Type B-T pull-apart terminal blocks. 2) Power wiring:

a) Type B-T for Size 1 starters. b) Type B-T or B-D for Size 2 and 3 starters. c) Type B for Size 4 and larger starters and feeder units.

B. Lugs and terminals: 1. For all external connections of No. 6 AWG wire or larger:

a. UL listed for copper or aluminum conductors. 2. Compression type, requiring a hydraulic press and die for installation. 3. Provide 20 percent spare control block terminals.

C. Nameplates: 1. Provide nameplates

a. Identifying the motor control center designation as indicated on the Drawings.

2. Identifying each vertical section: a. Mounted and centered on the top horizontal wireway of the vertical

section. 3. Furnish individual nameplates for each unit indicated on the Drawings:

a. 1 nameplate to identify the unit designation. b. 1 nameplate to identify the load served. c. Furnish space units with blank nameplates.

4. Manufacturer’s labels: a. Furnish each vertical section with a label identifying:

1) Serial number. 2) Bus rating. 3) Vertical section reference number. 4) Date of manufacture. 5) Catalog number of section.

2.06 MIXES (NOT USED)

2.07 FABRICATION (NOT USED)

Not to be used for bidding purposes!

Page 454: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16444-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16444 (Bid Set)

2.08 FINISHES

A. Finish metal surfaces and structural parts with phosphatizing, or equal, treatment before painting.

B. Finish interior surfaces including bus support angles, control unit back plates, and top and bottom barrier plates with baked white enamel.

C. Finish exterior of enclosure with manufacturer’s standard gray.

D. Finish NEMA Type 3R exterior cabinets with ultraviolet resistant enamel paint that is UL recognized for outdoor use.

2.09 SOURCE QUALITY CONTROL (NOT USED)

PART 3 EXECUTION

3.01 EXAMINATION (NOT USED)

3.02 PREPARATION (NOT USED)

3.03 INSTALLATION

A. As specified in Section 16050.

B. Install the equipment in accordance with the accepted installation instructions and anchorage details to meet the seismic and wind load requirements at the Project site.

C. General: 1. Furnish all cables, conduit, lugs, bolts, expansion anchors, sealants, and other

accessories necessary to completely install the motor control center for the line, load, and control connections.

2. Assemble and install the motor control center in the locations and with the layouts as indicated on the Drawings.

3. Make bus splice connections. 4. Perform work in accordance with manufacturer’s instruction and shop

drawings. 5. Furnish all components, and equipment necessary to complete the installation. 6. Replace hardware, lost or damaged during installation or handling, in order to

provide a complete installation. 7. Install the MCC on a 3-1/2-inch raised concrete housekeeping pad:

a. Provide structural leveling channels in accordance with the manufacturer’s recommendations to provide proper alignment of the units. 1) Remove the manufacturer’s supplied mounting channels as required

by the manufacturer’s installation instructions. b. Weld and/or bolt the motor control center frame to leveling channels.

D. Provide openings in the top or bottom of the motor control center for conduit only. 1. No additional openings will be accepted:

a. Mis-cut holes will require that the entire vertical section or removable panel be replaced.

Not to be used for bidding purposes!

Page 455: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16444-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16444 (Bid Set)

b. No hole closers or patches will be accepted.

E. Bundle circuits together and terminate in each unit: 1. Tie with nylon wire ties as specified in Section 16123. 2. Label all wires at each end with wire markers as shown on the approved

elementary schematics.

3.04 COMMISSIONING

A. As specified in Section 01756.

B. Source testing (Factory Acceptance Tests): 1. Refer to Section 16050 for Owner and Engineer witnessing requirements for

the Factory Acceptance Test. 2. Test the complete motor control center at the manufacturer’s establishment.

Completely assemble, wire and test the motor control center: a. Detailed inspections before and after assembly to assure correctness of

design and workmanship. b. Provide groups of wires leaving the shipping-assembled equipment with

terminal blocks with suitable numbering strips. 3. Provide Manufacturer’s Certificate of Installation and Functionality Compliance

as specified in Section 01756.

3.05 FIELD QUALITY CONTROL

A. As specified in Section 16050.

B. Provide the services of a manufacturer’s representative to: 1. Inspect, verify, and certify that the motor control center installation meets the

manufacturer’s requirements.

3.06 ADJUSTING

A. Make all adjustments as necessary and recommended by the manufacturer, Engineer, or testing firm.

3.07 CLEANING

A. As specified in Section 16050.

3.08 PROTECTION

A. As specified in Section 16050.

3.09 SCHEDULES (NOT USED)

END OF SECTION

Not to be used for bidding purposes!

Page 456: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 457: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16510-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16510 (Bid Set)

SECTION 16510

LIGHTING: LED LUMINAIRES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: LED luminaires, drivers, poles, and accessories.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01756 - Commissioning. 3. Section 16050 - Common Work Results for Electrical. 4. Section 16422 - Motor Starters.

1.02 REFERENCES

A. As specified in Section 16050.

B. Institute of Electrical and Electronics Engineers (IEEE): 1. C62.41 - IEEE Recommended Practice for Surge Voltages in Low-Voltage AC

Power Circuits.

C. Illuminating Engineering Society of North America (IESNA): 1. LM-79 - IES Approved Method for the Electrical and Photometric

Measurements of Solid-State Lighting Products. 2. LM-80 - IES Approved Method: Measuring Lumen Maintenance of LED Light

Sources. 3. TM-21 - Projecting Long Term Lumen Maintenance of LED Light Sources.

D. National Electrical Manufacturers Association (NEMA): 1. 410 - Performance Testing for Lighting Controls and Switching Devices with

Electronic Drivers and Discharge Ballasts.

E. Underwriters Laboratories (UL): 1. 1598 - Luminaires. 2. 8750 - Light Emitting Diode (LED) Equipment For Use In Lighting Products.

1.03 DEFINITIONS

A. As specified in Section 16050.

B. Specific definitions and abbreviations: 1. CCT: Correlated color temperature - Scientific scale to describe how “warm” or

how “cool” the light source is, measured in Kelvin. The lower the Kelvin temperature, the warmer the light feels, or appears.

2. CRI: Color Rendering Index - A quantitative measure of the ability of a light source to reveal the colors of various objects faithfully in comparison with an ideal or natural light source.

Not to be used for bidding purposes!

Page 458: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16510-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16510 (Bid Set)

3. Driver - Device that manages power and controls the current flow from AC to DC for an LED lighting product.

4. Efficacy - Lumen output of a light source per unit of power supplied to that source (lumens per watt).

5. EMI: Electromagnetic Interference - Electrical interference (noise) generated by electrical and electronic devices.

6. FC: Foot Candles - Measure of light level on a surface being illuminated. 7. L70 - The extrapolated life in hours of the luminaire when the luminous output

depreciates 30 percent from initial values. 8. LED: Light emitting diode - A solid-state semiconductor device that produces

light when electrical current flows through it. 9. LED light source - See LED luminaire. 10. LED luminaire - A complete lighting unit consisting of LED-based light emitting

elements and a matched driver together with parts to distribute light, to position and protect the light emitting elements, and to connect the unit to a branch circuit.

11. Lumen - The international (SI) unit of luminous flux or quantity of light. The amount of light that is spread over a square foot of surface by one candle power when all parts of the surface are exactly one foot from the light source.

12. Lumen ambient temperature multiplier - LED light source relative lumen output when compared to a standard ambient temperature.

13. Lumen maintenance factor - How well an LED light source is able to retain its intensity when compared to new.

14. Luminaire - Lighting unit. 15. THD: Total harmonic distortion - The combined effect of harmonic Distortion

on the AC waveform produced by a driver or other device.

1.04 SYSTEM DESCRIPTION

A. Provide luminaires, and accessories for all lighting systems, complete and operable, in accordance with the requirements of the Contract Documents.

B. Individual luminaire types are indicated on the Drawings and on the Luminaire Schedule.

1.05 SUBMITTALS

A. Furnish submittals as specified in Sections 01330 and 16050.

B. Product data: 1. LED Luminaires:

a. Catalog literature for each luminaire specified, cross-referenced to the luminaire type on the Luminaire Schedule in the Drawings.

b. Provide for each luminaire type: 1) Materials. 2) Type of diffuser. 3) Hardware. 4) Gasketing. 5) Reflector. 6) Chassis. 7) Finish and color. 8) Driver type and protection.

Not to be used for bidding purposes!

Page 459: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16510-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16510 (Bid Set)

9) LED luminaire: a) Initial lumen output at 40 degrees Celsius ambient. b) Correlated color temperature. c) Lumen maintenance factors. d) Lumen ambient temperature multipliers. e) Drive current. f) Efficacy.

10) Picture of luminaire. 11) Dimensioned drawings:

a) Effective projected area rating for pole mounted luminaires. 12) Weight. 13) Photometric data:

a) Coefficient of utilization tables based on the IES zonal cavity system by an approved testing laboratory.

b) Luminaire dirt depreciation factor. c) Candlepower distribution curves. d) Average luminaire brightness. e) Lumen output charts.

14) Furnish support method for interior luminaires weighing more than 30 pounds and all wall-mounted luminaires: a) Support methods shall be based on seismic requirements at the

project site as specified in Section 16050. c. Luminaire substitutions:

1) Provide complete literature for each luminaire substitution: 2) Submittals for substituted luminaires shall be sufficient for competent

comparison of the proposed luminaire to the originally specified luminaire: a) Photometric data:

(1) IES file in standard IES format. (2) Coefficient of utilization tables based on the IES zonal

cavity system by an approved testing laboratory. (3) Candlepower distribution curves. (4) Average luminaire brightness. (5) Lumen output charts. (6) Power requirements in watts and volt-amperes.

b) Calculations: (1) Provide software generated calculations showing

illuminance levels in footcandles and power usage in watts per square foot for each of the areas in which substitutions are proposed: (a) Use surface reflectance values and luminaire light loss

factors approved by the Engineer to perform all calculations.

c) Specification sheets: (1) If lacking sufficient detail to indicate compliance with

contract documents, standard specification sheets will not be accepted. This includes, but is not limited to, luminaire type designation, manufacturer's complete catalog number, voltage, LED type, CCT, CRI, specific driver information, system efficacy, L70 life rating, and any modifications necessary to meet the requirements of the contract documents

Not to be used for bidding purposes!

Page 460: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16510-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16510 (Bid Set)

3) Substitutions for specified luminaires will be evaluated upon quality of construction, light distribution, energy use, appearance, and maintenance.

4) Substitutions shall comply with all applicable building and energy codes.

2. Driver: Provide for each driver type: a. Catalog number. b. Type of driver. c. Output wattage. d. Input voltage. e. Operating voltage range. f. Maximum input power. g. Efficiency. h. Operating line current. i. Power factor. j. Operating temperature range. k. Current output range in ambient temperatures of 30 degrees Celsius – 55

degrees Celsius. l. Surge suppression data.

3. Photocell: a. Provide for each photocell type:

1) Switching capacity. 2) Life expectancy when used on LED sources. 3) The means of adjusting the lighting pickup level. 4) Enclosure type. 5) Mounting method.

4. Luminaire poles: a. Submit complete data for each pole type including but not limited to:

1) Material. 2) Finish and color. 3) Handholes. 4) Anchoring. 5) Luminaire attachment methods and fittings. 6) Pole height. 7) Pole dimensions. 8) Bolt hole circle layout and hardware. 9) Accessories. 10) Provide the EPA wind load rating.

C. Calculations: 1. Provide complete design calculations and installation documents for pole

mounting piers and poles mounted from structures: a. Include in the calculations the wind and seismic requirements at the

project site. b. Calculations and design shall be performed by and signed by a

Professional Engineer registered in the state where the project is being constructed:

D. Record documents: 1. Update the Luminaire Schedule in the Drawings to reflect the acceptable

substitutions, after the substitution has been reviewed and accepted by the Engineer.

Not to be used for bidding purposes!

Page 461: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16510-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16510 (Bid Set)

1.06 QUALITY ASSURANCE

A. As specified in Section 16050.

1.07 DELIVERY, STORAGE, AND HANDLING

A. As specified in Section 16050.

1.08 PROJECT OR SITE CONDITIONS

A. As specified in Section 16050.

1.09 SEQUENCING (NOT USED)

1.10 SCHEDULING

A. Exterior and outdoor lighting system operation shall be demonstrated during the hours of darkness.

B. Lighting demonstration shall occur within 2 weeks before substantial completion.

1.11 WARRANTY

A. As specified in Section 16050.

B. LED luminaire: 1. 5 year warranty from the date of installation including material, workmanship,

photometrics, driver, and LED modules.

1.12 SYSTEM START-UP

A. As specified in Section 16050.

1.13 OWNER’S INSTRUCTIONS (NOT USED)

1.14 MAINTENANCE

A. Furnish 1 complete spare LED luminaire, with driver, of each type used.

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. Luminaires: One of the following or equal: 1. As noted on the Luminaire Schedule.

B. Drivers: One of the following or equal: 1. Philips Advance. 2. Thomas Research. 3. eldoLED.

Not to be used for bidding purposes!

Page 462: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16510-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16510 (Bid Set)

C. Photo-electric cells: One of the following or equal: 1. Cooper. 2. Tork. 3. Intermatic.

D. Substitutions: 1. The lighting design and luminaire selection has been based upon the

photometric data of the identified luminaire. It is the Contractor’s responsibility to ensure and prove to the Engineer at time of submittal the substitutions meet the quality and photometric requirements of the original design.

2.02 EXISTING PRODUCTS (NOT USED)

2.03 MATERIALS (NOT USED)

2.04 MANUFACTURED UNITS (NOT USED)

2.05 EQUIPMENT

A. LED Luminaires: 1. General:

a. Pre-wired with leads of 18-AWG, minimum, for connection to building circuits.

b. Provide the luminaires furnished per the Luminaire Schedule in the Drawings: 1) The Specifications noted herein are an addition or supplement to the

Luminaire Schedule. c. Individual LEDs connected such that a catastrophic loss or the failure of

1 LED will not result in the loss of the entire luminaire. 2. Minimum ambient temperature range of 0 degrees Celsius to 40 degrees

Celsius. 3. Minimum rated life:

a. Office Areas: 70,000 hours when operated at 25 degrees Celsius. b. Process Areas: 60,000 hours when operated at 40 degrees Celsius.

4. Minimum efficacy of 70 lumens/watt. 5. Minimum Color Rendering Index of 70. 6. Tested according to IESNA LM-79 and LM-80. 7. Lumen maintenance projection in accordance with IESNA TM-21. 8. RoHS compliant. 9. Integral driver. 10. Suitable for dry, damp, or wet locations as indicated on the Drawings or on the

Luminaire Schedule. a. Wet or damp locations: UL 1598 listed.

11. Designed as a complete LED assembly. Retrofit LED lamps in luminaires not designed specifically for LED light sources shall not be used.

12. Exterior/outdoor luminaires: a. Luminaires in combination with their mounting pole and bracket shall be

capable of withstanding: 1) Wind levels at the project site without damage. 2) Seismic levels at the project site.

b. Corrosion-resistant hardware and hinged doors or lens retainer.

Not to be used for bidding purposes!

Page 463: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16510-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16510 (Bid Set)

c. Luminaires furnished with integral photoelectrical control shall be of the luminaire manufacturer's standard design.

13. Luminaires in hazardous areas: a. In accordance with NEC Section 500 requirements. b. UL labeled and identified for hazardous area. c. Marking on Class I Division 2 areas shall identify the applicable material

classification group. d. Marking shall include the temperature class (T code).

B. Photo-electric cells: 1. Photoelectric cells for control of multiple luminaires:

a. Self-contained. b. Weatherproof. c. Provided with time-delay features. d. Sized to meet switching capacity of the circuit:

1) Based on luminaire VA as indicated on the Drawings. 2. Photoelectric cell for control of a single luminaire:

a. Integral to the luminaire.

C. Luminaire control: 1. Lighting control relays or contactors as specified in Section 16422.

D. Drivers: 1. Dimmable, with dimming signal protocol of 0-10 VDC or DALI. 2. Input power source:

a. As indicated on the Drawings. 3. Drive current:

a. As indicated in the Luminaire Schedule. 4. Power factor: greater than 0.90. 5. Efficiency: greater than 80 percent. 6. Total harmonic distortion (THD) of the input current less than 20 percent. 7. Rated life of 60,000 hours in an LED luminaire operated at an ambient

temperature of 40 degrees Celsius. 8. Minimum operating temperature of -40 degrees Celsius. 9. Sound rating: Class A+ or quieter. 10. UL listed Class 2 Outdoor in accordance with UL 8750. 11. In accordance with IEEE C62.41 Category A for transient protection. 12. Driver must limit inrush current:

a. Meet or exceed NEMA 410 driver inrush standard: 1) 230 Amps per 10 Amp load with a maximum of 106 Amps squared-

seconds at 120V. 2) 430 Amps per 10 Amp load with a maximum of 370 Amps squared-

seconds at 277V.

PART 3 EXECUTION

3.01 INSTALLATION

A. As specified in Section 16050.

B. Install luminaires per the manufacturer’s guidelines and submitted installation calculations to meet seismic and wind requirements at the project site.

Not to be used for bidding purposes!

Page 464: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16510-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16510 (Bid Set)

C. Special techniques: 1. Support luminaires from structural elements capable of carrying the total

weight. 2. Install luminaires plumb and square with building and wall intersections:

a. Suspend pendant-mounted luminaries that are mounted from sloping ceilings with ball hangers, unless otherwise indicated on the Drawings.

b. Install luminaires in machinery rooms after machines have been installed, so as to ensure no conflict with machinery, piping, or ductwork.

3. In all cases, coordinate luminaire locations with work of other trades to prevent obstruction of light from the fixtures: a. Locate bottom of luminaire approximately at the bottom of ductwork,

unless otherwise specified or indicated on the Drawings. 4. Support luminaires weighing more than 25 pounds independently of the outlet

box and the conduit. 5. Provide ceiling or pendent mounted luminaires with a safety chain connecting

the lens, driver, and other components to the building structure. 6. Provide recessed luminaires with auxiliary safety supports attached directly to

the building structure: a. The safety supports shall consist of number 12 AWG soft drawn

galvanized wires. 7. Install luminaires in accordance with the architectural reflected ceiling

Drawings: a. Center luminaires on ceiling tiles unless otherwise indicated.

8. Support luminaires installed in suspended grid ceilings, independently of the grid: a. Provide seismic restraint clips for all luminaires installed in suspended grid

ceilings.

D. Luminaire poles: 1. Set poles on anchor bolts and secured with double nuts on each bolt. 2. Dry-pack the pole base, after the luminaire and pole has been leveled and

plumbed. 3. Bond metal poles to the plant grounding system, utilizing a ground lug

connection within the pole: a. Route ground conductor through pier and pole base sleeve using

Schedule 40 PVC conduit.

3.02 ERECTION, INSTALLATION, APPLICATION, CONSTRUCTION (NOT USED)

3.03 REPAIR/RESTORATION (NOT USED)

3.04 RE-INSTALLATION (NOT USED)

3.05 COMMISSIONING

A. As specified in Section 01756.

3.06 FIELD QUALITY CONTROL

A. As specified in Section 16050.

Not to be used for bidding purposes!

Page 465: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16510-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16510 (Bid Set)

3.07 ADJUSTING

A. Aim and verify all exterior and outdoor luminaires alignment, during dark evening hours, as directed by Owner or the Engineer.

3.08 CLEANING

A. As specified in Section 16050.

B. Clean all lenses, diffusers, and reflectors.

C. Refinish all luminaires’ trim, poles and support brackets, where finish has been damaged.

D. Clean all LED luminaires (new and old), used during construction for construction lighting, before substantial completion.

E. Clean and re-lamp all existing fluorescent and HID luminaires used during construction for construction lighting, before substantial completion.

3.09 PROTECTION

A. As specified in Section 16050.

3.10 SCHEDULES

A. Refer to the Luminaire Schedule in the Drawings.

END OF SECTION

Not to be used for bidding purposes!

Page 466: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 467: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16950-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16950 (Bid Set)

SECTION 16950

FIELD ELECTRICAL ACCEPTANCE TESTS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Responsibilities for testing the electrical installation. 2. Adjusting and calibration. 3. Acceptance tests.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01756 - Commissioning. 3. Section 16050 - Common Work Results for Electrical. 4. Section 16060 - Grounding and Bonding.

C. Copyright information: 1. Some portions of this Section are copyrighted by the InterNational Electrical

Testing Association, Inc (NETA). See NETA publication ATS for details.

1.02 REFERENCES

A. As specified in Section 16050.

B. American National Standards Institute (ANSI).

C. ASTM International (ASTM): 1. D877 - Standard Test Method for Dielectric Breakdown Voltage of Insulating

Liquids Using Disk Electrodes. 2. D923 - Standard Practices for Sampling Electrical Insulating Liquids. 3. D971 - Standard Test Method for Interfacial Tension of Oil Against Water by

the Ring Method. 4. D974 - Standard Test Method for Acid and Base Number by Color-Indicator

Titration. 5. D1298 - Standard Test Method for Density, Relative Density, or API Gravity of

Crude Petroleum and Liquid Petroleum Products by Hydrometer Method. 6. D1500 - Standard Test Method for ASTM Color of Petroleum Products (ASTM

Color Scale). 7. D1524 - Standard Test Method for Visual Examination of Used Electrical

Insulating Oils of Petroleum Origin in the Field. 8. D1816 - Standard Test Method for Dielectric Breakdown Voltage of Insulating

Liquids Using VDE Electrodes. 9. D2285 - Standard Test Method for Interfacial Tension of Electrical Insulating

Oils of Petroleum Origin Against Water by the Drop Weight Method. 10. D3612 - Standard Test Method for Analysis of Gases Dissolved in Electrical

Insulating Oil by Gas Chromatography.

Not to be used for bidding purposes!

Page 468: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16950-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16950 (Bid Set)

D. Institute of Electrical and Electronics Engineers (IEEE): 1. 43 - IEEE Recommended Practice for Testing Insulation Resistance of

Rotating Machinery. 2. 81 - IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and

Earth Surface Potentials of a Grounding System. 3. 95 - IEEE Recommended Practice for Insulation Testing of AC Electric

Machinery (2300 V and Above) With High Direct Voltage. 4. 421.3 - IEEE Standard for High-Potential Test Requirement for Excitation

Systems for Synchronous Machines. 5. 450 - IEEE Recommended Practice for Maintenance, Testing, and

Replacement of Vented Lead-Acid Batteries for Stationary Applications. 6. 1106 - IEEE Recommended Practice for Installation, Maintenance, Testing,

and Replacement of Vented Nickel-Cadmium Batteries for Stationary Applications.

7. 1188 - IEEE Recommended Practice for Maintenance, Testing, and Replacement of Valve-Regulated Lead-Acid (VRLA) Batteries for Stationary Applications.

8. C57.13 - IEEE Standard Requirements for Instrument Transformers. 9. C57.13.1 - IEEE Guide for Field Testing of Relaying Current Transformers. 10. C57.13.3 - IEEE Guide for Grounding of Instrument Transformer Secondary

Circuits and Cases. 11. C57.104 - IEEE Guide for the Interpretation of Gases Generated in Oil-

Immersed Transformers.

E. Insulated Cable Engineer’s Association (ICEA).

F. InterNational Electrical Testing Association (NETA). 1. ATS-2009 Standard for Standard for Acceptance Testing Specifications for

Electrical Power Equipment and Systems.

G. International Electrotechnical Commission (IEC).

H. Manufacturer’s testing recommendations and instruction manuals.

I. National Fire Protection Association (NFPA): 1. 70 – National Electrical Code (NEC). 2. 110 - Standard for Emergency and Standby Power Systems.

J. National Institute of Standards and Technology (NIST).

K. Specification sections for the electrical equipment being tested.

L. Shop drawings.

1.03 DEFINITIONS

A. As specified in Sections 01756 and 16050.

B. Specific definitions: 1. Testing laboratory: The organization performing acceptance tests.

Not to be used for bidding purposes!

Page 469: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16950-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16950 (Bid Set)

1.04 SYSTEM DESCRIPTION

A. Testing of all electrical equipment installed under this Contract in accordance with the manufacturer’s requirements and as specified in this Section.

B. Conduct all tests in the presence of the Engineer or the Engineer’s representative: 1. Engineer will witness all visual, mechanical and electrical tests, and

inspections.

C. The testing and inspections shall verify that the equipment is operational within the tolerances required and expected by the manufacturer, and these Specifications.

D. Responsibilities: 1. Contractor responsibilities:

a. Ensure that all resources are made available for testing, and that all testing requirements are met.

2. Electrical subcontractor responsibilities: a. Perform routine tests during installation. b. Demonstrate operation of electrical equipment. c. Commission the electrical installation. d. Provide the necessary services during testing, and provide these services

to the testing laboratory, Contractor, and other subcontractors, including but not limited to: 1) Providing electrical power as required. 2) Operating of electrical equipment in conjunction with testing of other

equipment. 3) Activating and shutting down electrical circuits. 4) Making and recording electrical measurements. 5) Replacing blown fuses. 6) Installing temporary jumpers.

3. Testing laboratory responsibilities: a. Perform all acceptance tests specified in this Section. b. Provide all required equipment, materials, labor, and technical support

during acceptance tests.

E. Upon completion of testing or calibration, attach a label to all serviced devices: 1. The label shall indicate the date serviced and the company that performed the

service.

1.05 SUBMITTALS

A. Furnish submittals as specified in Sections 01330 and 16050.

B. LAN cable test form: 1. LAN cable test reports:

a. Submit 3 copies of test reports showing the results of all tests specified in this Section: 1) Test type. 2) Test location. 3) Test date. 4) Cable number. 5) Cable length. 6) Certification that the cable meets or exceeds the specified standard.

Not to be used for bidding purposes!

Page 470: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16950-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16950 (Bid Set)

b. Furnish hard copy and electronic copy for all traces.

C. Manufacturers’ testing procedures: 1. Submit manufacturers’ recommended testing procedures and acceptable test

results for review by the Engineer.

D. Test report: 1. Include the following:

a. Summary of Project. b. Description of equipment tested. c. Description of tests performed. d. Test results. e. Conclusions and recommendations. f. Completed test forms. g. List of test equipment used and calibration dates. h. LAN cable test reports.

E. Testing laboratory qualifications: 1. Submit a complete resume and statement of qualifications from the proposed

testing laboratory detailing their experiences in performing the tests specified: a. This statement will be used to determine whether the laboratory is

acceptable, and shall include: 1) Corporate history and references. 2) Resume of individual performing test. 3) Equipment list and test calibration data.

F. Division of responsibilities: 1. Submit a list identifying who is responsible for performing each portion of the

testing.

1.06 QUALITY ASSURANCE

A. As specified in Section 16050.

B. Testing laboratory qualifications: 1. The testing laboratory may be qualified testing personnel from the electrical

subcontractor’s staff or an independent testing company. 2. Selection of the testing laboratory and testing personnel is subject to approval

by the Engineer based on testing experience and certifications of the individuals and testing capabilities of the organization.

1.07 DELIVERY, STORAGE, AND PROTECTION (NOT USED)

1.08 PROJECT OR SITE CONDITIONS

A. As specified in Section 16050.

1.09 SEQUENCING

A. At least 30 days before commencement of the acceptance tests, submit the manufacturer’s complete field testing procedures to the Engineer and to the testing laboratory, complete with expected test results and tolerances for all equipment to be tested.

Not to be used for bidding purposes!

Page 471: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16950-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16950 (Bid Set)

B. Perform testing in the following sequence: 1. Perform routine tests as the equipment is installed including:

a. Insulation-resistance tests. b. Continuity tests. c. Rotational tests.

2. Adjusting and preliminary calibration. 3. Acceptance tests. 4. Demonstration. 5. Commissioning and plant start-up.

1.10 SCHEDULING (NOT USED)

1.11 WARRANTY

A. As specified in Section 16050.

1.12 SYSTEM START-UP (NOT USED)

1.13 OWNER'S INSTRUCTIONS (NOT USED)

1.14 MAINTENANCE (NOT USED)

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.01 EXAMINATION (NOT USED)

3.02 PREPARATION

A. Test instrument calibration: 1. Utilize a testing laboratory with a calibration program which maintains all

applicable test instrumentation within rated accuracy. 2. The accuracy shall be traceable to the NIST in an unbroken chain. 3. Calibrate instruments in accordance with the following frequency schedule:

a. Field instruments: 6 months maximum. b. Laboratory instruments: 12 months maximum. c. Leased specialty equipment where the accuracy is guaranteed by the

lessor (such as Doble): 12 months maximum. 4. Dated calibration labels shall be visible on all test equipment. 5. Maintain an up-to-date instrument calibration record for each test instrument:

a. The records shall show the date and results of each calibration or test. 6. Maintain an up-to-date instrument calibration instruction and procedure for

each test instrument.

B. Do not begin testing until the following conditions have been met: 1. All instruments required are available and in proper operating condition. 2. All required dispensable materials such as solvents, rags, and brushes are

available. 3. All equipment handling devices such as cranes, vehicles, chain falls and other

lifting equipment are available or scheduled.

Not to be used for bidding purposes!

Page 472: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16950-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16950 (Bid Set)

4. All instruction books, calibration curves, or other printed material to cover the electrical devices are available.

5. Data sheets to record all test results are available.

3.03 INSTALLATION (NOT USED)

3.04 ERECTION, INSTALLATION, APPLICATION, CONSTRUCTION (NOT USED)

3.05 REPAIR/RESTORATION (NOT USED)

3.06 RE-INSTALLATION (NOT USED)

3.07 COMMISSIONING (NOT USED)

3.08 FIELD QUALITY CONTROL

A. Low voltage cables, 600 volt maximum: 1. Visual and mechanical inspection:

a. Compare cable data with the Drawings and Specifications. b. Inspect exposed sections of cable for physical damage and correct

connection as indicated on the Drawings. c. Inspect bolted electrical connections for high resistance by 1 of the

following methods: 1) Use of low-resistance ohmmeter. 2) Verify tightness of accessible bolted electrical connections by the

calibrated torque wrench method: a) Refer to manufacturer’s instructions for proper foot-pound levels

or NETA ATS tables. d. Inspect compression applied connectors for correct cable match and

indentation. e. Inspect for correct identification and arrangement. f. Inspect cable jacket insulation and condition.

2. Electrical tests: a. Perform resistance measurements through bolted connections with a low-

resistance ohmmeter. b. Perform insulation resistance test on each conductor with respect to

ground and adjacent conductors: 1) Applied potential shall be 500 volts dc for 300 volt rated cable and

1,000 volts dc for 600 volt rated cable. 2) Test duration shall be 1 minute.

c. Perform continuity tests to insure correct cable connection. d. Verify uniform resistance of parallel conductors.

3. Test values: a. Compare bolted connection resistance values to values of similar

connections: 1) Investigate values which deviate from those of similar bolted

connections by more than 50 percent of the lowest value. b. Insulation-resistance values shall be in accordance with manufacturer’s

published data: 1) Refer to NETA ATS tables in the absence of manufacturer’s

published data. 2) Investigate values of insulation-resistance less than the allowable

minimum.

Not to be used for bidding purposes!

Page 473: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16950-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16950 (Bid Set)

c. Cable shall exhibit continuity. d. Investigate deviations in resistance between parallel conductors.

B. Low voltage molded case and insulated case circuit breakers: 1. Visual and mechanical inspection:

a. Compare equipment nameplate data with the Contract Documents. b. Inspect physical and mechanical condition. c. Inspect anchorage and alignment. d. Verify that all maintenance devices are available for servicing and

operating the breaker. e. Verify the unit is clean. f. Verify the arc chutes are intact. g. Inspect moving and stationary contacts for condition and alignment. h. Verify that primary and secondary contact wipe and other dimensions vital

to satisfactory operation of the breaker are correct. i. Perform all mechanical operator and contact alignment tests on both the

breaker and its operating mechanism in accordance with manufacturers published data.

j. Operate circuit breaker to ensure smooth operation. k. Inspect bolted electrical connections for high resistance by one of the

following methods: 1) Use of low-resistance ohmmeter. 2) Verify tightness of accessible bolted electrical connections by the

calibrated torque wrench method: a) Refer to manufacturer’s instructions for proper foot-pound levels

or NETA ATS tables. l. Inspect operating mechanism, contacts, and arc chutes in unsealed units. m. Verify cell fit and element alignment. n. Verify racking mechanism operation. o. Verify appropriate lubrication on moving current-carrying parts and on

moving and sliding surfaces. p. Perform adjustments for final protective device settings in accordance with

the coordination study. q. Record as-found and as-left operation counter readings.

2. Electrical tests: a. Perform resistance measurements through bolted connections with a low-

resistance ohmmeter. b. Perform insulation-resistance tests for 1 minute on each pole, phase-to-

phase and phase-to-ground with the circuit breaker closed and across each open pole: 1) Apply voltage in accordance with manufacturer’s published data. 2) Refer to NETA ATS tables in the absence of manufacturer’s

published data. c. Perform a contact/pole-resistance test. d. Determine long-time pickup and delay by primary current injection. e. Determine short-time pickup and delay by primary current injection. f. Determine ground-fault pickup and delay by primary current injection. g. Determine instantaneous pickup value by primary current injection. h. Test functions of the trip unit by means of secondary injection. i. Perform minimum pickup voltage tests on shunt trip and close coils in

accordance with manufacturer’s published data.

Not to be used for bidding purposes!

Page 474: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16950-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16950 (Bid Set)

j. Verify correct operation of any auxiliary features such as trip and pickup indicators, zone interlocking, electrical close and trip operation, trip-free, anti-pump function and trip unit battery condition: 1) Reset all trip logs and indicators.

k. Verify operation of charging mechanism. 3. Test values:

a. Compare bolted connection resistance values to values of similar connections: 1) Investigate values which deviate from those of similar bolted

connections by more than 50 percent of the lowest value. b. Bolt-torque levels shall be in accordance with manufacturer’s published

data: 1) Refer to NETA ATS tables in the absence of manufacturer’s

published data. c. Insulation-resistance values shall be in accordance with manufacturer’s

published data: 1) Refer to NETA ATS tables in the absence of manufacturer’s

published data. 2) Investigate values of insulation-resistance less than the allowable

minimum. d. Microhm or dc millivolt drop values shall not exceed the high levels of the

normal range as indicated in the manufacturer’s published data: 1) If manufacturer’s data is not available, investigate any values which

deviate from adjacent poles or similar breakers by more than 50 percent of the lowest value.

e. Long-time pickup values shall be as specified, and the trip characteristic shall not exceed manufacturer’s published time-current characteristic tolerance band including adjustment factors: 1) If manufacturer’s curves are not available, trip times shall not exceed

the value shown in NETA ATS tables. f. Short-time pickup values shall be as specified, and the trip characteristic

shall not exceed manufacturer’s published time-current tolerance band. g. Ground fault pickup values shall be as specified, and the trip characteristic

shall not exceed manufacturer’s published time-current tolerance band. h. Instantaneous pickup values shall be as specified and within

manufacturer’s published tolerances: 1) Refer to NETA ATS tables in the absence of manufacturer’s

published data. i. Pickup values and trip characteristics shall be within manufacturer’s

published tolerances. j. Minimum pickup voltage of the shunt trip and close coils shall conform to

the manufacturer’s published data: 1) Refer to NETA ATS tables in the absence of manufacturer’s

published data. k. Breaker open, close, trip, trip-free, anti-pump, and auxiliary features shall

function as designed. l. The charging mechanism shall operate in accordance with manufacturer’s

published data.

C. Instrument transformers: 1. Visual and mechanical inspection:

a. Compare equipment nameplate data with the Contract Documents.

Not to be used for bidding purposes!

Page 475: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16950-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16950 (Bid Set)

b. Inspect physical and mechanical condition. c. Verify correct connection of transformers with system requirements. d. Verify that adequate clearances exist between primary and secondary

circuit wiring. e. Verify the unit is clean. f. Inspect bolted electrical connections for high resistance using one of the

following methods: 1) Use of low-resistance ohmmeter. 2) Verify tightness of accessible bolted electrical connections by

calibrated torque wrench method: a) Refer to manufacturer’s instructions for proper foot-pound levels

or NETA ATS tables. g. Verify that all required grounding and shorting connections provide

contact. h. Verify correct operation of transformer withdrawal mechanism and

grounding operation. i. Verify correct primary and secondary fuse sizes for voltage transformers. j. Verify appropriate lubrication on moving current-carrying parts and on

moving and sliding surfaces. k. Verify instrument transformer polarities match the 3-line diagrams.

2. Electrical tests - current transformers: a. Perform resistance measurements through bolted connections with a low-

resistance ohmmeter. b. Perform insulation-resistance test of each current transformer and its

secondary wiring with respect to ground at 1,000 VDC for 1 minute: 1) For solid state devices that cannot tolerate the applied voltage, follow

the manufacturer’s recommendation. c. Perform a polarity test of each current transformer in accordance with

IEEE C57.13.1. d. Perform a ratio verification test using the voltage or current method in

accordance with IEEE C57.13.1. e. Perform an excitation test on current transformers used for relaying

applications in with accordance with IEEE C57.13.1. f. Measure current circuit burdens at transformer terminals in accordance

with IEEE C57.13.1. g. Perform an excitation test on transformers used for relaying applications

in accordance with IEEE C57.13.1. h. When applicable perform insulation-resistance tests on the primary

winding with the secondary grounded: 1) Test voltages shall be in accordance with NETA ATS tables.

i. When applicable perform dielectric withstand tests on the primary winding with the secondary grounded: 1) Test voltages shall be in accordance with NETA ATS tables.

j. Perform power-factor or dissipation-factor tests in accordance with test equipment manufacturer’s published data.

k. Verify that current transformer secondary circuits are grounded and have only 1 grounding point in accordance with IEEE C57.13.3: 1) That grounding point should be located as specified by the Engineer

in the Contract Documents. 3. Electrical tests - voltage transformers:

a. Perform resistance measurements through bolted connections with a low-resistance ohmmeter.

Not to be used for bidding purposes!

Page 476: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16950-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16950 (Bid Set)

b. Perform insulation-resistance tests winding-to-winding and winding-to-ground: 1) Test voltage shall be applied for 1 minute in accordance with NETA

ATS requirements. 2) For solid state devices that cannot tolerate the applied voltage, follow

the manufacturer’s recommendation. c. Perform a polarity test on each voltage transformer to verify the polarity

marks on H1- X1 relationship as applicable. d. Perform a turns ratio test on all tap positions. e. Measure voltage circuit burdens at transformer terminals. f. Perform a dielectric withstand test on the primary windings with the

secondary windings grounded: 1) The dielectric voltage shall be in accordance with NETA ATS tables. 2) Apply the test voltage for 1 minute.

g. Perform power-factor or dissipation-factor tests in accordance with test equipment manufacturers published data.

h. Verify that voltage transformer secondary circuits are grounded and have only 1 grounding point in accordance with IEEE C57.13.3: 1) That grounding point should be located as specified by the Engineer

in the Contract Documents. 4. Test values:

a. Compare bolted connection resistance values to values of similar connections: 1) Investigate values which deviate from those of similar bolted

connections by more than 50 percent of the lowest value. b. Bolt-torque levels shall be in accordance with manufacturer’s published

data: 1) Refer to NETA ATS tables in the absence of manufacturer’s

published data. c. Insulation-resistance values of instrument transformers shall be in

accordance with manufacturer’s published data: 1) Refer to NETA ATS tables in the absence of manufacturer’s

published data. d. Polarity results shall agree with transformer markings. e. Ratio errors shall be in accordance with IEEE C57.13. f. Excitation results for current transformers shall match the curve supplied

by the manufacturer or be in accordance with IEEE C57.13.1. g. Measured burdens shall be compared to instrument transformer ratings. h. If no evidence of distress or insulation failure is observed by the end of the

total time of voltage application during the dielectric withstand test, the current transformer primary winding is considered to have passed the test.

i. Power-factor or dissipation-factor values shall be compared to manufacturer’s published data: 1) In the absence manufacturer’s published data the comparison shall

be made to similar breakers. j. Test results shall indicate that the circuits have only 1 grounding point.

D. Grounding systems: 1. Visual and mechanical inspection:

a. Inspect ground system for compliance with that indicated on the Drawings, specified in Specifications, and in the NEC.

b. Inspect physical and mechanical condition.

Not to be used for bidding purposes!

Page 477: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16950-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16950 (Bid Set)

c. Inspect bolted electrical connections for high resistance using one of the following methods: 1) Use of low-resistance ohmmeter. 2) Verify tightness of accessible bolted electrical connections by

calibrated torque wrench method: a) Refer to manufacturer’s instructions for proper foot-pound levels

or NETA ATS tables. d. Inspect anchorage.

2. Electrical tests: a. Perform resistance measurements through bolted connections with a low-

resistance ohmmeter. b. Perform fall of potential test or alternative test in accordance with IEEE 81

on the main grounding electrode or system. c. Perform point-to-point tests to determine the resistance between the main

grounding system and all major electrical equipment frames, the system neutral and any derived neutral points.

3. Test values: a. Grounding system electrical and mechanical connections shall be free of

corrosion. b. Compare bolted connection resistance values to values of similar

connections: 1) Investigate values which deviate from those of similar bolted

connections by more than 50 percent of the lowest value. c. Bolt-torque levels shall be in accordance with manufacturer’s published

data: 1) Refer to NETA ATS tables in the absence of manufacturer’s

published data. d. The resistance between the main grounding electrode and ground shall

be as specified in Section 16060. Investigate point-to-point resistance values that exceed 0.5 ohm.

E. Rotating machinery: 1. Visual and mechanical inspection:

a. Compare equipment nameplate information with the Contract Documents. b. Inspect physical and mechanical condition. c. Inspect anchorage, alignment, and grounding. d. Inspect air baffles, filter media, cooling fans, slip rings, brushes, brush

rigging, and shaft current discharge devices. e. Inspect bolted electrical connections for high resistance using one of the

following methods: 1) Use of low-resistance ohmmeter. 2) Verify tightness of accessible bolted electrical connections by

calibrated torque wrench method: a) Refer to manufacturer’s instructions for proper foot-pound levels

or NETA ATS tables. f. Perform special tests such as gap spacing and machine alignment if

applicable. g. Manually rotate the rotor and check for problems with the bearings or

shaft. h. Rotate the shaft and measure and record the shaft extension runout. i. Verify correct application of appropriate lubrication and lubrication

systems.

Not to be used for bidding purposes!

Page 478: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16950-12 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16950 (Bid Set)

j. Verify that resistance temperature detector (RTD) circuits conform to that indicated on the Drawings.

2. Electrical tests: a. Perform resistance measurements through bolted connections with a low-

resistance ohmmeter. b. Perform insulation-resistance test in accordance with IEEE 43:

1) On motors 200 horsepower and smaller, test duration shall be 1 minute. Calculate dielectric absorption ratio.

2) On motors larger than 200 horsepower, test duration shall be 10 minutes. Calculate polarization index.

c. Perform dc dielectric withstand voltage tests on machines rated at 2,300 volts and greater in accordance with IEEE 95. 1) IEEE 95 for dc dielectric withstand voltage tests. 2) NEMA MG1 for ac dielectric withstand voltage tests.

d. Perform phase-to-phase stator resistance test on machines rated at 2,300 volts and greater.

e. Perform insulation-resistance test on insulated bearings in accordance with manufacturer’s published data.

f. Test surge protection devices as specified in this Section. g. Test motor starter as specified in this Section. h. Perform resistance tests on resistance temperature detector (RTD)

circuits. i. Verify operation of motor space heater. j. Perform a rotation test to ensure correct shaft rotation. k. Measure running current and evaluate relative to load conditions and

nameplate full-load amperes. 3. Test values:

a. Inspection: 1) Air baffles shall be clean and installed in accordance with the

manufacturer’s published data. 2) Filter media shall be clean and installed in accordance with the

manufacturer’s published data. 3) Cooling fans shall operate. 4) Slip ring alignment shall be within manufacturer’s published

tolerances. 5) Brush alignment shall be within manufacturer’s published tolerances. 6) Brush rigging shall be within manufacturer’s published tolerances.

b. Compare bolted connection resistance values to values of similar connections: 1) Investigate values which deviate from those of similar bolted

connections by more than 50 percent of the lowest value. c. Bolt-torque levels shall be in accordance with manufacturer’s published

data: 1) Refer to NETA ATS tables in the absence of manufacturer’s

published data. d. Air-gap spacing and machine alignment shall be in accordance with

manufacturer’s published data. e. The recommended minimum insulation-resistance (IR1 min) test results in

megohms shall be as specified in this Section. 1) The polarization index value shall not be less than 2.0. 2) The dielectric absorption ratio shall not be less than 1.4.

Not to be used for bidding purposes!

Page 479: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16950-13 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16950 (Bid Set)

f. If no evidence of distress or insulation failure is observed by the end of the total time of voltage application during the dielectric withstand test, the test specimen is considered to have passed the test.

g. Investigate phase-to-phase stator resistance values that deviate by more than 10 percent.

h. Power factor or dissipation factor values shall be compared to manufacturer’s published data: 1) In the absence of manufacturer’s published data compare values of

similar machines. i. Tip-up values shall indicate no significant increase in power factor. j. If no evidence of distress, insulation failure, or waveform nesting is

observed by the end of the total time of voltage application during the surge comparison test, the test specimen is considered to have passed the test.

k. Bearing insulation-resistance measurements shall be within manufacturer’s published tolerances: 1) In the absence of manufacturer’s published data compare values of

similar machines. l. Test results of surge protection devices shall be as specified in this

Section. m. Test results of motor starter equipment shall be as specified in this

Section. n. RTD circuits shall conform to the design intent and machine protection

device manufacturer’s published data. o. Heaters shall be operational. p. Vibration amplitudes shall not exceed values in NETA ATS tables:

1) If values exceed those in the NETA ATS tables, perform a complete vibration analysis.

q. Machine rotation should match required rotation of connected load. r. Running phase-to-phase voltages should be within 1.0 percent. Running

currents shall be balanced and proportional to load condition and nameplate data.

F. Motor starters, low voltage: 1. Visual and mechanical inspection:

a. Compare equipment nameplate information with the Contract Documents. b. Inspect physical and mechanical condition. c. Inspect anchorage, alignment, and grounding. d. Verify the unit is clean. e. Inspect contactors:

1) Verify mechanical operation. 2) Verify contact gap, wipe, alignment, and pressure are in accordance

with manufacturer’s published data. f. Motor-running protection:

1) Verify overload element rating is correct for its application. 2) If motor running protection is provided by fuses, verify correct fuse

rating. g. Inspect bolted electrical connections for high resistance using one of the

following methods: 1) Use of low-resistance ohmmeter.

Not to be used for bidding purposes!

Page 480: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16950-14 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16950 (Bid Set)

2) Verify tightness of accessible bolted electrical connections by calibrated torque wrench method: a) Refer to manufacturer’s instructions for proper foot-pound levels

or NETA ATS tables. h. Lubrication requirements:

1) Verify appropriate lubrication on moving current-carrying parts. 2) Verify appropriate lubrication on moving and sliding surfaces.

2. Electrical tests: a. Perform resistance measurements through bolted connections with a low-

resistance ohmmeter. b. Perform insulation-resistance tests for 1 minute on each pole, phase-to-

phase and phase to ground with the starter closed, and across each open pole for 1 minute: 1) Test voltage shall be in accordance with manufacturer’s published

data. 2) Refer to NETA ATS tables in the absence of manufacturer’s

published data. c. Test motor protection devices in accordance with manufacturer’s

published data. d. Test circuit breakers as specified in this Section. e. Perform operational tests by initiating control devices.

3. Test values: a. Compare bolted connection resistance values to values of similar

connections: 1) Investigate values which deviate from those of similar bolted

connections by more than 50 percent of the lowest value. b. Bolt-torque levels shall be in accordance with manufacturer’s published

data: 1) Refer to NETA ATS tables in the absence of manufacturer’s

published data. c. Insulation-resistance values shall be in accordance with manufacturer’s

published data: 1) Refer to NETA ATS tables in the absence of manufacturer’s

published data. 2) Investigate values of insulation-resistance less than the allowable

minimum. d. Motor protection parameters shall be in accordance with manufacturer’s

published data. e. Circuit breaker test results shall as specified in this Section. f. Control devices shall perform in accordance with system design

requirements.

G. Motor control centers, low voltage: 1. Visual and mechanical inspection:

a. Compare equipment nameplate data with the Contract Documents. b. Inspect physical and mechanical condition. c. Inspect anchorage, alignment, grounding and required clearances. d. Inspect equipment for cleanliness. e. Verify that circuit breaker/fuse sizes and types correspond to the

approved submittals and coordination study. f. Verify that current and voltage transformer ratios correspond to that

indicated on the Drawings.

Not to be used for bidding purposes!

Page 481: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16950-15 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16950 (Bid Set)

g. Inspect bolted electrical connections for high resistance using one of the following methods: 1) Use of low-resistance ohmmeter. 2) Verify tightness of accessible bolted electrical connections by the

calibrated torque wrench method: a) Refer to manufacturer’s instructions for proper foot-pound levels

or NETA ATS tables. h. Mechanical and electrical interlocks:

1) Attempt closure on locked-open devices. 2) Attempt to open locked-closed devices. 3) Make/attempt key-exchanges in all positions.

i. Lubrication requirements: 1) Verify appropriate lubrication on moving current-carrying parts. 2) Verify appropriate lubrication on moving and sliding surfaces.

j. Inspect insulators for evidence of physical damage or contaminated surfaces.

k. Verify correct barrier and shutter installation and operation. l. Exercise all active components. m. Inspect all indicating devices for correct operation. n. Verify that filters are in place and/or vents are clear. o. Perform visual and mechanical inspection of instrument transformers as

specified in this Section. p. Inspect control power transformers:

1) Inspect for physical damage, cracked insulation, broken leads, tightness of connections, defective wiring, and overall general condition.

2) Verify that primary and secondary fuse/circuit breaker ratings match the submittal drawings.

q. Perform visual and mechanical inspection of circuit breakers as specified in this Section.

r. Perform visual and mechanical inspection of starters as specified in this Section.

s. Perform visual and mechanical inspection of variable frequency drives as specified in this Section.

2. Electrical tests: a. Perform resistance measurements through bolted connections with a low-

resistance ohmmeter. b. Perform insulation-resistance tests on each bus section, phase-to-phase

and phase-to-ground for 1 minute: 1) Perform test in accordance with NETA ATS tables.

c. Perform an dielectric withstand test on each bus section, each phase to ground with phases not under test grounded, in accordance with manufacturer’s published data or NETA ATS tables. Apply the test voltage for 1 minute.

d. Perform ground-resistance tests: 1) Perform point-to-point tests to determine the resistance between the

main grounding system and all major electrical equipment frames, system neutral and derived neutral points.

e. Determine the accuracy of all meters.

Not to be used for bidding purposes!

Page 482: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16950-16 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16950 (Bid Set)

f. Control power transformers: 1) Perform insulation-resistance tests, winding-to-winding and winding-

to-ground: a) Test voltages shall be in accordance with NETA ATS tables or

as specified by the manufacturer. 2) Perform secondary wiring integrity test:

a) Disconnect transformer at secondary terminals and connect secondary wiring to a rated secondary voltage source: (1) Verify correct potential at all devices.

3) Verify correct secondary voltage by energizing primary winding with system voltage: a) Measure secondary voltage with the secondary wiring

disconnected. g. Verify operation of space heaters. h. Perform electrical tests of circuit breakers as specified in this Section. i. Perform electrical tests of starters as specified in this Section.

3. Test values: a. Compare bolted connection resistance values to values of similar

connections: 1) Investigate values which deviate from those of similar bolted

connections by more than 50 percent of the lowest value. b. Bolt-torque levels shall be in accordance with manufacturer’s published

data: 1) Refer to NETA ATS tables in the absence of manufacturer’s

published data. c. Insulation-resistance values for bus and control power transformers shall

be in accordance with manufacturer’s published data: 1) Refer to NETA ATS tables in the absence of manufacturer’s

published data. 2) Investigate insulation values less than the allowable minimum. 3) Do not proceed with dielectric withstand voltage tests until insulation-

resistance values are above minimum values. d. Bus insulation shall withstand the over potential test voltage applied. e. Instrument transformer test values shall be as specified in this Section. f. Investigate grounding system point-to-point resistance values that exceed

0.5 ohm. g. Meter accuracy shall be in accordance with manufacturer’s published

data. h. Control power transformers:

1) Insulation-resistance values of control power transformers shall be in accordance with manufacturer’s published data: a) Refer to NETA ATS tables in the absence of manufacturer’s

published data. b) Investigate insulation values less than the allowable minimum. c) Do not proceed with dielectric withstand voltage tests until

insulation-resistance values are above minimum values. 2) Secondary wiring shall be as indicated on the Drawings and specified

in the Specifications. 3) Secondary voltage shall be as indicated on the Drawings.

i. Heaters shall be operational. j. Test values for circuit breakers shall be as specified in this Section. k. Test values for starters shall be as specified in this Section.

Not to be used for bidding purposes!

Page 483: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16950-17 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16950 (Bid Set)

l. Test values for variable frequency drives shall be as specified in this Section.

H. Variable frequency drive systems: 1. Visual and mechanical inspection:

a. Compare equipment nameplate data with the Contract Documents. b. Inspect physical and mechanical condition. c. Inspect anchorage, alignment, and grounding. d. Verify the unit is clean. e. Ensure vent path openings are free from debris and that heat transfer

surfaces are clean. f. Verify correct connections of circuit boards, wiring, disconnects, and

ribbon cables. g. Motor running protection:

1) Verify drive overcurrent setpoints are correct for their application. 2) If drive is used to operate multiple motors, verify individual overload

element ratings are correct for their application. 3) Apply minimum and maximum speed setpoints. Verify setpoints are

within limitations of the load coupled to the motor. h. Inspect bolted electrical connections for high resistance using one of the

following methods: 1) Use of low-resistance ohmmeter. 2) Verify tightness of accessible bolted electrical connections by the

calibrated torque wrench method: a) Refer to manufacturer’s instructions for proper foot-pound levels

or NETA ATS tables. i. Verify correct fuse sizing in accordance with manufacturer’s published

data. j. Perform visual and mechanical inspection of input circuit breaker as

specified in this Section. 2. Electrical tests:

a. Perform resistance measurements through bolted connections with low resistance ohmmeter.

b. Test the motor overload relay elements by injecting primary current through the overload circuit and monitoring trip time of the overload element.

c. Test for the following parameters in accordance with relay calibration procedures specified in this Section or as recommended by the manufacturer: 1) Input phase loss protection. 2) Input overvoltage protection. 3) Output phase rotation. 4) Overtemperature protection. 5) Direct current overvoltage protection. 6) Overfrequency protection. 7) Drive overload protection. 8) Fault alarm outputs.

d. Perform continuity tests on bonding conductors as specified in this Section.

e. Perform start-up of drive in accordance with manufacturer’s published data. Calibrate drive to the system’s minimum and maximum speed control signals.

Not to be used for bidding purposes!

Page 484: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16950-18 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16950 (Bid Set)

f. Perform operational tests by initiating control devices: 1) Slowly vary drive speed between minimum and maximum. Observe

motor and load for unusual noise or vibration. 2) Verify operation of drive from remote start/stop and speed control

signals. g. Perform electrical tests of input circuit breaker as specified in this Section.

3. Test values: a. Compare bolted connection resistance values to values of similar

connections: 1) Investigate values which deviate from those of similar bolted

connections by more than 50 percent of the lowest value. b. Bolt-torque levels shall be in accordance with manufacturer’s published

data: 1) Refer to NETA ATS tables in the absence of manufacturer’s

published data. c. Overload test trip times at 300 percent of overload element rating shall be

in accordance with manufacturer’s published time-current curve. d. Test values for input circuit breaker shall be as specified in this Section. e. Relay calibration results shall be as specified in this Section. f. Continuity of bonding conductors shall be as specified in this Section. g. Control devices shall perform in accordance with system requirements. h. Operational tests shall conform to system design requirements.

I. Switches, air, low-voltage: 1. Visual and mechanical inspection

a. Compare equipment nameplate data with the Contract Document. b. Inspect physical and mechanical condition. c. Inspect anchorage, alignment, grounding, and required clearances. d. Verify the unit is clean. e. Verify correct blade alignment, blade penetration, travel stops, and

mechanical operation. f. Verify that fuse sizes and types as indicated on the Drawings, short-circuit

studies, and coordination study. g. Verify that each fuse has adequate mechanical support and contact

integrity. h. Inspect bolted electrical connections for high resistance using one of the

following methods: 1) Use of a low resistance ohmmeter. 2) Verify tightness of accessible bolted electrical connections by

calibrated torque wrench method: a) Refer to manufacturer’s instructions for proper foot-pound levels

or NETA ATS tables. i. Verify operation and sequencing of interlocking systems. j. Verify correct phase barrier installation. k. Verify correct operation of all indicating and control devices. l. Verify appropriate lubrication on moving current-carrying parts and on

moving and sliding surfaces. 2. Electrical tests:

a. Perform resistance measurements through bolted connections with a low-resistance ohmmeter.

b. Measure contact resistance across each switchblade and fuseholder.

Not to be used for bidding purposes!

Page 485: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16950-19 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16950 (Bid Set)

c. Perform insulation-resistance tests for 1 minute on each pole, phase-to-phase and phase-to ground with switch closed, and across each open pole. Apply voltage in accordance with manufacturer’s published data: 1) In the absence of manufacturer’s published data, use NETA ATS

requirements. d. Measure fuse resistance. e. Verify cubicle space heater operation. f. Perform ground fault test as specified in this Section, if applicable. g. Perform tests on other protective devices as specified in this Section, if

applicable. 3. Test values:

a. Compare bolted connection resistance values to values of similar connections: 1) Investigate values which deviate from those of similar bolted

connection by more than 50 percent of the lowest value. b. Bolt-torque levels shall be in accordance with manufacturer’s published

data: 1) Refer to NETA ATS tables in the absence of manufacturer’s

published data. 4. Test values – electrical:

a. Compare bolted connection resistance values to values of similar connections: 1) Investigate values which deviate from those of similar bolted

connections by more than 50 percent of the lowest value. b. Microhm or dc millivolt drop values shall not exceed the high levels of the

normal range as indicated in the manufacturer’s published data: 1) If manufacturer’s published data is not available, investigate values

which deviate from those of similar bus connections and sections by more than 50 percent of the lowest value.

c. Insulation-resistance values shall be in accordance with manufacturer’s published data: 1) Refer to NETA ATS tables in the absence of manufacturer’s

published data. 2) Investigate insulation values less than the allowable minimum.

d. Investigate fuse-resistance values that deviate from each other by more than 15 percent.

e. Heaters shall be operational. f. Ground fault tests shall be as specified in this Section. g. Results of protective device tests shall be as specified in this Section.

J. LAN cable testing: 1. Visual and mechanical inspections:

a. Compare cable type and connections with that indicated on the Drawings and specified in the Specifications.

b. Inspect cable and connectors for physical and mechanical damage. c. Verify that all connectors are correctly installed.

2. Pre-testing: a. Test individual cables before installation:

1) Before physical placement of the cable, test each cable while on the spool with a LAN certification test device.

Not to be used for bidding purposes!

Page 486: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 16950-20 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16950 (Bid Set)

2) Before the cable is installed, verify that the cable conforms to the manufacturer’s attenuation specification and that no damage has been done to the cable during shipping or handling.

3) The test shall be fully documented and the results submitted to the Engineer, including a hard copy of all traces, before placement of the cable.

4) The Engineer shall be notified if a cable fails to meet specification and the cable shall not be installed unless otherwise directed by the Engineer.

3. Electrical tests: a. Perform cable end-to-end testing on all installed cables after installation of

connectors from both ends of the cable. b. Test shall include cable system performance tests and confirm the

absence of wiring errors. 4. Test results:

a. Cables shall meet or exceed TIA standards for a Category 6 installation. 5. Test equipment:

a. LAN certification equipment used for the testing shall be capable of testing Category 6 cable installation to TIA proposed Level III accuracy. Tests performed shall include: 1) Near end cross talk. 2) Attenuation. 3) Equal level far end cross talk. 4) Return loss. 5) Ambient noise. 6) Effective cable length. 7) Propagation delay. 8) Continuity/loop resistance.

b. LAN certification test equipment shall be able to store and produce plots of the test results.

c. Acceptable manufacturers: The following or equal: 1) Agilent Technologies, WireScope 350.

3.09 ADJUSTING (NOT USED)

3.10 CLEANING

A. As specified in Section 16050.

B. After the acceptance tests have been completed, dispose of all testing expendables, vacuum all cabinets, and sweep clean all surrounding areas.

3.11 PROTECTION

A. As specified in Section 16050.

3.12 SCHEDULES (NOT USED)

END OF SECTION

Not to be used for bidding purposes!

Page 487: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

PART 1 GENERAL

1.01 SUMMARY

A. Conduit requirements:1. As defined in Section 16050 and Section 16130.

B. Cable requirements and definitions:1. As defined in Section 16050 and Section 16123.2. 2/CS#16: 2 conductor, 16 gauge, twisted shielded pair.3. 3/CS#16: 3 conductor, 16 gauge, twisted shielded triplet. 4. */C#Y: Multiconductor cable (* indicates number of

conductors, Y indicates conductor size and insulation).5. CAT6: Category 6 Ethernet cable.6. PULL: Pull Rope.7. VFD: Shielded VFD cable with integral ground.

PART 2 PRODUCTS

Not Used.

PART 3 EXECUTION

3.01 CONDUIT SCHEDULE

A. Conduit Schedule is presented on the following pages.

SECTION 16990

CONDUIT SCHEDULEAREA 1

May 2017pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16990 (Bid Set)

16990-1

10417A10

Not to be used for bidding purposes!

Page 488: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

CONDUIT SCHEDULE AREA 1 ENGINEER KA

GBT EXPANSION PROJECT - ROCK RIVER WATER RECLAMATION DISTRICT REVISION 0

1 DATE 5/10/17

CONDUIT CONDUCTORS GROUND

NUMBER DWG SIZE # SIZE TYPE # SIZE TYPE DESCRIPTION CONNECTING SEGMENTS

C-01-001 E03 0.75" 8 #14 XHHW-2 1 #14 XHHW-2 FR: VCP-822TO: J-BOX

8 #14 >> VCP-822 CONTROLS

C-01-002 E03 1" 12 #14 XHHW-2 1 #14 XHHW-2 FR: LCP-212 C-01-005TO: J-BOX

12 #14 >> GBTDP-2-212 COMTROLS

C-01-004 E03 2" 6 #12 XHHW-2 1 #12 XHHW-2 FR: J-BOXE05 56 #14 XHHW-2 TO: PLC-GBT

8 #14 >> VCP-822 CONTROLS4 #14 >> LSL-121 CONTROLS8 #14 >> LCP-940 CONTROLS4 #14 >> FSL-932 CONTROLS2 #12 >> LCP-940 POWER6 #14 >> LCP-930 CONTROLS4 #14 >> XSH-931 CONTROLS4 #14 >> FSL-912 CONTROLS6 #14 >> LCP-910 CONTROLS4 #14 >> XSH-911 CONTROLS4 #14 >> FIT-201 CONTROLS2 #12 >> EF-930 MWH2 #14 >> EF-930 TSH2 #12 >> EF-910 MWH2 #14 >> EF-910 TSH

C-01-005 E03 1" 12 #14 XHHW-2 1 #14 XHHW-2 FR: J-BOX C-01-006E05 TO: VCP-211

12 #14 >> GBTDP-2-212 CONTROLS C-01-002

C-01-006 E05 1" 12 #14 XHHW-2 1 #14 XHHW-2 FR: VCP-211TO: PLC-GBT

12 #14 >> GBTDP-2-212 C-01-005

C-01-007 E03 0.75" 4 #14 XHHW-2 1 #14 XHHW-2 FR: LSL-121TO: J-BOX

4 #14 >> LSL-121 CONTROLS

C-01-011 E04 1" 14 #14 XHHW-2 1 #14 XHHW-2 FR: LCP-121E05 TO: PLC-PSP

14 #14 >> HSTP-1-121 CONTROLS

C-01-012 E05 0.75" 10 #14 XHHW-2 1 #14 XHHW-2 FR: VCP-200E04 TO: PLC-PSP

10 #14 >> VCP-200 CONTROLS

C-01-013 E05 0.75" 10 #14 XHHW-2 1 #14 XHHW-2 FR: VCP-111E04 TO: PLC-PSP

10 #14 >> VCP-111 CONTROLS

C-01-015 E03 0.75" 4 #14 XHHW-2 1 #14 XHHW-2 FR: LSH-822TO: J-BOX

4 #14 >> LSH-822 CONTROLS

C-01-016 E03 0.75" 2 #12 XHHW-2 1 #12 XHHW-2 FR: J-BOX8 #14 XHHW-2 TO: J-BOX

2 #12 >> LPC-940 POWER8 #14 >> LCP-940 CONTROLS

C-01-017 E03 1.5" 2 #12 XHHW-2 1 #12 XHHW-2 FR: LCP-94022 #14 XHHW-2 TO: J-BOX

8 #14 >> LCP-940 CONTROLS2 #12 >> LCP-940 POWER6 #14 >> LCP-960 TO LCP-940 CONTROLS C-01-0208 #14 >> LCP-950 TO LCP-940 CONTROLS

C-01-018 E03 1" 14 #14 XHHW-2 1 #14 XHHW-2 FR: CONDUIT TEETO: J-BOX

8 #14 >> LCP-950 CONTROLS C-01-0206 #14 >> LCP-960 CONTROLS C-01-019

C-01-019 E03 0.75" 6 #14 XHHW-2 1 #14 XHHW-2 FR: LCP-960 C-01-018TO: CONDUIT TEE

6 #14 >> LCP-960 CONTROLS

C-01-020 E03 0.75" 8 #14 XHHW-2 1 #14 XHHW-2 FR: LCP-950 C-01-017TO: CONDUIT TEE

8 #14 >> LCP-950 CONTROLS

May 2017pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16990 (Bid Set)

16990-2

10417A10

Not to be used for bidding purposes!

Page 489: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

CONDUIT SCHEDULE AREA 1 ENGINEER KA

GBT EXPANSION PROJECT - ROCK RIVER WATER RECLAMATION DISTRICT REVISION 0

1 DATE 5/10/17

CONDUIT CONDUCTORS GROUND

NUMBER DWG SIZE # SIZE TYPE # SIZE TYPE DESCRIPTION CONNECTING SEGMENTS

C-01-021 E03 1" 2 #12 XHHW-2 1 #12 XHHW-2 FR: J-BOX16 #14 XHHW-2 TO: J-BOX

4 #14 >> FSL-932 CONTROLS C-01-0416 #14 >> LCP-930 CONTROLS C-01-0424 #14 >> XSH-931 CONTROLS C-01-0402 #12 >> EF-930 MWH P-01-1512 #14 >> EF-930 TSH P-01-151

C-01-023 E03 1" 2 #12 XHHW-2 1 #12 XHHW-2 FR: J-BOX16 #14 XHHW-2 TO: J-BOX

4 #14 >> FSL-912 CONTROLS C-01-0456 #14 >> LCP-910 CONTROLS C-01-0444 #14 >> XSH-911 CONTROLS C-01-0432 #12 >> EF-910 MWH P-01-1522 #14 >> EF-910 TSH P-01-152

C-01-024 E03 0.75" 2 #12 XHHW-2 1 #12 XHHW-2 FR: FIT-201 L-01-1102 #14 XHHW-2 TO: J-BOX

2 #14 >> FIT-201 CONTROLS2 #12 >> FIT-201 POWER

C-01-030 C03 0.75" 6 #14 XHHW-2 1 #14 XHHW-2 FR: RIO-GBTTO: EDR-100

6 #14 >> EDR-100 CONTROLS

C-01-040 E03 0.75" 4 #14 XHHW-2 1 #14 XHHW-2 FR: XSH-931 C-01-021TO: J-BOX

4 #14 >> XSH-931 CONTROLS

C-01-041 E03 0.75" 4 #14 XHHW-2 1 #14 XHHW-2 FR: FSL-932 C-01-021TO: J-BOX

4 #14 >> FSL-932 CONTROLS

C-01-042 E03 0.75" 6 #14 XHHW-2 1 #14 XHHW-2 FR: LCP-930 C-01-021TO: J-BOX

6 #14 >> LCP-930 CONTROLS

C-01-043 E03 0.75" 4 #14 XHHW-2 1 #14 XHHW-2 FR: XSH-911 C-01-023TO: J-BOX

4 #14 >> XSH-911 CONTROLS

C-01-044 E03 0.75" 6 #14 XHHW-2 1 #14 XHHW-2 FR: LCP-910 C-01-023TO: J-BOX

6 #14 >> LCP-910 CONTROLS

C-01-045 E03 0.75" 4 #14 XHHW-2 1 #14 XHHW-2 FR: FSL-912 C-01-023TO: J-BOX

4 #14 >> FSL-912 CONTROLS

C-01-102 E05 2" 58 #14 XHHW-2 1 #14 XHHW-2 FR: MCC-GBTTO: PLC-PSP

12 #14 >> HSTP-1-121 CONTROLS10 #14 >> GBTDP-2-212 CONTROLS6 #14 >> LCP-930 CONTROLS4 #14 >> XSH-931 CONTROLS4 #14 >> FSL-912 CONTROLS6 #14 >> LCP-910 CONTROLS4 #14 >> XSH-911 CONTROLS4 #14 >> FSL-932 CONTROLS2 #14 >> HSTP-1-121 TSH2 #14 >> GBTDP-2-212 TSH2 #14 >> EF-930 TSH2 #14 >> EF-910 TSH

C-01-103 E05 1" 12 #14 XHHW-2 1 #14 XHHW-2 FR: J-BOXTO: PLC-PSP

6 #14 >> AHU-1 CONTROLS C-01-1056 #14 >> MAU-1 CONTROLS C-01-104

C-01-104 E05 0.75" 6 #14 XHHW-2 1 #14 XHHW-2 FR: MAU-1 C-01-103TO: J-BOX

6 #14 >> MAU-1 CONTROLS

C-01-105 E05 0.75" 6 #14 XHHW-2 1 #14 XHHW-2 FR: AHU-1 C-01-103TO: J-BOX

6 #14 >> AHU-1 CONTROLS

C-01-200 E05 0.75" 8 #14 XHHW-2 1 #14 XHHW-2 FR: VCP-812TO: PLC-PSP

8 #14 >> VCP-812 CONTROLS

May 2017pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16990 (Bid Set)

16990-3

10417A10

Not to be used for bidding purposes!

Page 490: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

CONDUIT SCHEDULE AREA 1 ENGINEER KA

GBT EXPANSION PROJECT - ROCK RIVER WATER RECLAMATION DISTRICT REVISION 0

1 DATE 5/10/17

CONDUIT CONDUCTORS GROUND

NUMBER DWG SIZE # SIZE TYPE # SIZE TYPE DESCRIPTION CONNECTING SEGMENTS

C-01-201 E05 1.5" 24 #14 XHHW-2 1 #14 XHHW-2 FR: VFD-212 C-01-203TO: J-BOX

24 #14 >> VFD-212 CONTROLS

C-01-202 E05 1.5" 24 #14 XHHW-2 1 #14 XHHW-2 FR: VFD-121 C-01-203TO: J-BOX

24 #14 >> VFD-212 CONTROLS

C-01-203 E05 1.5" 48 #14 XHHW-2 1 #14 XHHW-2 FR: J-BOXTO: PLC-PSP

24 #14 >> VFD-212 CONTROLS C-01-20224 #14 >> VFD-212 CONTROLS C-01-201

C-01-301 E05 0.75" 8 #14 XHHW-2 1 #14 XHHW-2 FR: VCP-211TO: VFD-212

8 #14 >> LCP-211 CONTROLS

C-01-302 E05 0.75" 8 #12 XHHW-2 1 #12 XHHW-2 FR: CONDUIT TEETO: MCC-GBT

4 #12 >> LCP-930 CONTROLS4 #12 >> LCP-930 CONTROLS

C-01-305 E04 0.75" 8 #14 XHHW-2 1 #14 XHHW-2 FR: LCP-121E05 TO: VFD-121

8 #14 >> LCP-121 CONTROLS

L-01-002 E03 0.75" 4 #12 XHHW-2 1 #12 XHHW-2 FR: LHSW-1E05 TO: J-BOX

2 #12 >> LIGHTS FOR NEW GBT BUILDING2 #12 >> RECEPTS FOR NEW GBT BUILDING

L-01-101 E04 0.75" 2 #12 XHHW-2 1 #12 XHHW-2 FR: LSL-121E05 TO: VFD-121 CPT

2 #12 >> LSL-121 POWER

L-01-110 E05 0.75" 4 #12 XHHW-2 1 #12 XHHW-2 FR: CONDUIT TEETO: LHSW-1

2 #12 >> FIT-201 POWER C-01-0242 #12 >> LCP-940 POWER

N-01-001 E03 0.75" 2 CAT6 1 #14 XHHW-2 FR: J-BOXE05 TO: NETWORK RACK IN ELECTRICAL ROOM

1 CAT6 >> NEW GBT IP CAMERA1 CAT6 >> WIRELESS DOOR NEW GBT BUILDING

N-01-002 E03 0.75" 2 CAT6 1 #14 XHHW-2 FR: CONDUIT TEEE05 TO: J-BOX

1 CAT6 >> NEW GBT IP CAMERA1 CAT6 >> WIRELESS DOOR NEW GBT BUILDING

N-01-010 E03 0.75" 1 CAT6 1 #14 XHHW-2 FR: CONDUIT TEETO: IP CAMERA

1 CAT6 >> NEW GBT IP CAMERA

N-01-011 E03 0.75" 1 CAT6 1 #14 XHHW-2 FR: CONDUIT TEETO: J-BOX

1 CAT6 >> WIRELESS DOOR NEW GBT BUILDING

P-01-001 E03 0.75" 3 #12 XHHW-2 1 #12 XHHW-2 FR: VCP-822 P-01-006TO: J-BOX

3 #12 >> VCP-822 POWER

P-01-002 E03 0.75" 3 #10 XHHW-2 1 #10 XHHW-2 FR: GBTDP-2-212 P-01-0052 #12 XHHW-2 TO: J-BOX2 #14 XHHW-2 3 #10 >> GBTDP-2-212 POWER

2 #12 >> GBTDP-2-212 MWH2 #14 >> GBTDP-2-212 TSH

P-01-003 E03 1.5" 1 3/C-#10:VFD VFD INTEGRAL FR: GBT-2-211 P-01-004TO: J-BOX

1 3/C-#10:VFD >> GBT-2-211 POWER

P-01-004 E03 1.5" 1 3/C-#10:VFD VFD INTEGRAL FR: J-BOXE05 3 #12 XHHW-2 TO: VCP-211

3 #12 >> WP-2-211 POWER P-01-0551 3/C-#10:VFD >> GBT-2-211 POWER P-01-003

P-01-005 E03 1.5" 1 3/C-#10:VFD VFD INTEGRAL FR: J-BOXE05 2 #12 XHHW-2 TO: VFD-212

2 #14 XHHW-2 1 3/C-#10:VFD >> GBTDP-2-212 POWER P-01-0022 #12 >> GBTDP-2-212 MWH P-01-0022 #14 >> GBTDP-2-212 TSH P-01-002

May 2017pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16990 (Bid Set)

16990-4

10417A10

Not to be used for bidding purposes!

Page 491: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

CONDUIT SCHEDULE AREA 1 ENGINEER KA

GBT EXPANSION PROJECT - ROCK RIVER WATER RECLAMATION DISTRICT REVISION 0

1 DATE 5/10/17

CONDUIT CONDUCTORS GROUND

NUMBER DWG SIZE # SIZE TYPE # SIZE TYPE DESCRIPTION CONNECTING SEGMENTS

P-01-006 E03 0.75" 3 #12 XHHW-2 1 #12 XHHW-2 FR: J-BOXE05 TO: MCC-GBT

3 #12 >> VCP-822 POWER P-01-001

P-01-008 E05 0.75" 3 #10 XHHW-2 1 #10 XHHW-2 FR: VCP-211TO: MCC-GBT

3 #10 >> GBT-2-211 POWER

P-01-009 E05 0.75" 3 #10 XHHW-2 1 #10 XHHW-2 FR: GRI-2-200 P-01-022E04 2 #12 XHHW-2 TO: VCP-200

2 #14 XHHW-2 3 #10 >> VCP-200 POWER2 #12 >> GRI-2-200 MWH2 #14 >> GRI-2-200 TSH

P-01-010 E05 0.75" 3 #10 XHHW-2 1 #10 XHHW-2 FR: GRI-1-111 P-01-021E04 2 #12 XHHW-2 TO: VCP-111

2 #14 XHHW-2 3 #10 >> VCP-111 POWER2 #12 >> GRI-1-111 MWH2 #14 >> GRI-1-111 TSH

P-01-011 E05 1.5" 1 3/C-#12:VFD VFD INTEGRAL FR: HSTP-1-121E04 2 #12 XHHW-2 TO: VFD-121

2 #14 XHHW-2 1 3/C-#12:VFD >> HSTP-1-121 POWER2 #14 >> HTSP-1-121 TSH2 #12 >> HSTP-1-121 MWH

P-01-012 E05 1" 3 #6 XHHW-2 1 #10 XHHW-2 FR: DISC MAU-1TO: MCC-GBT

3 #6 >> MAU-1 POWER

P-01-013 E05 0.75" 3 #10 XHHW-2 1 #10 XHHW-2 FR: DISC AHU-1TO: MCC-GBT

3 #10 >> AHU-1 POWER

P-01-014 E05 0.75" 6 #12 XHHW-2 1 #12 XHHW-2 FR: J-BOXE03 TO: MCC-GBT

3 #12 >> EF 910 POWER P-01-0153 #12 >> EF 930 POWER P-01-015

P-01-015 E03 0.75" 3 #12 XHHW-2 1 #12 XHHW-2 FR: J-BOX P-01-014TO: DISC EF-930

3 #12 >> EF 930 POWER P-01-016

P-01-016 E03 0.75" 3 #12 XHHW-2 1 #12 XHHW-2 FR: DISC EF-930 P-01-015TO: CONDUIT TEE

3 #12 >> EF 930 POWER

P-01-018 E03 0.75" 3 #12 XHHW-2 1 #12 XHHW-2 FR: DISC EF 910TO: CONDUIT TEE

3 #12 >> EF 910 POWER

P-01-019 E03 2.5" 3 250 XHHW-2 1 #4 XHHW-2 FR: MCC-HSW1TO: MCC-GBT

3 250 >> MCC-GBT POWER

P-01-021 E05 0.75" 3 #10 XHHW-2 1 #10 XHHW-2 FR: VCP-111E04 TO: J-BOX

3 #10 >> VCP-111 POWER P-01-010

P-01-022 E05 0.75" 3 #10 XHHW-2 1 #10 XHHW-2 FR: VCP-200E04 TO: J-BOX

3 #10 >> VCP-200 POWER P-01-009

P-01-024 E03 0.75" 5 #12 XHHW-2 1 #12 XHHW-2 FR: EF-930 2 #14 XHHW-2 TO: CONDUIT TEE

3 #12 >> EF-930 POWER2 #12 >> EF-930 MWH2 #14 >> EF-930 TSH

P-01-026 E03 0.75" 3 #12 XHHW-2 1 #12 XHHW-2 FR: J-BOXTO: DISC EF 910

3 #12 >> EF 910 POWER

P-01-027 C03 0.75" 3 #12 XHHW-2 1 #12 XHHW-2 FR: RECEIVING STATION PRB-01 PANELTO: EDR-100

3 #12 >> EDR-100 POWER

P-01-030 E03 0.75" 5 #12 XHHW-2 1 #12 XHHW-2 FR: EF-9102 #14 XHHW-2 TO: CONDUIT TEE

3 #12 >> EF-910 POWER2 #12 >> EF-910 MWH2 #14 >> EF-910 TSH

May 2017pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16990 (Bid Set)

16990-5

10417A10

Not to be used for bidding purposes!

Page 492: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

CONDUIT SCHEDULE AREA 1 ENGINEER KA

GBT EXPANSION PROJECT - ROCK RIVER WATER RECLAMATION DISTRICT REVISION 0

1 DATE 5/10/17

CONDUIT CONDUCTORS GROUND

NUMBER DWG SIZE # SIZE TYPE # SIZE TYPE DESCRIPTION CONNECTING SEGMENTS

P-01-050 E03 0.75" 3 #12 XHHW-2 1 #12 XHHW-2 FR: DISC MTR-01 P-01-153TO: CONDUIT TEE

3 #12 >> ROLL-UP DOOR MOTOR

P-01-051 E03 0.75" 3 #12 XHHW-2 1 #12 XHHW-2 FR: DISC MTR-02TO: MTR-02

3 #12 >> ROLL-UP DOOR MOTOR

P-01-052 E03 0.75" 3 #12 XHHW-2 1 #12 XHHW-2 FR: DISC MTR-02 P-01-153TO: CONDUIT TEE

3 #12 >> ROLL-UP DOOR MOTOR

P-01-053 E03 0.75" 6 #12 XHHW-2 1 #12 XHHW-2 FR: J-BOXE05 TO: MCC-GBT

3 #12 >> ROLL-UP DOOR MOTOR P-01-1533 #12 >> ROLL-UP DOOR MOTOR P-01-153

P-01-055 E03 0.75" 3 #12 XHHW-2 1 #12 XHHW-2 FR: WP-2-211 P-01-004TO: J-BOX

3 #12 >> WP-2-211 POWER

P-01-060 E03 0.75" 3 #12 XHHW-2 1 #12 XHHW-2 FR: DISC MTR-01TO: MTR-01

3 #12 >> ROLL-UP DOOR MOTOR

P-01-070 E03 0.75" 1 #14 XHHW-2 FR: PRV-501TO: J-BOX

MATCH EXISTIN>> PRV-501 POWER

P-01-080 E03 1" 3 #6 XHHW-2 1 #10 XHHW-2 FR: DISC MAU-1E05 TO: MAU-1

3 #6 >> MAU-1 POWER

P-01-081 E03 0.75" 3 #10 XHHW-2 1 #10 XHHW-2 FR: DISC AHU-1TO: AHU-1

3 #10 >> AHU-1 POWER

P-01-151 E03 0.75" 2 #12 XHHW-2 1 #12 XHHW-2 FR: CONDUIT TEE C-01-0212 #14 XHHW-2 TO: J-BOX

2 #12 >> EF-930 MWH2 #14 >> EF-930 TSH

P-01-152 E03 0.75" 2 #12 XHHW-2 1 #12 XHHW-2 FR: CONDUIT TEE C-01-0232 #14 XHHW-2 TO: J-BOX

2 #12 >> EF-910 MWH2 #14 >> EF-910 TSH

P-01-153 E03 0.75" 6 #12 XHHW-2 1 #12 XHHW-2 FR: CONDUIT TEE P-01-053TO: J-BOX

3 #12 >> ROLL-UP DOOR MOTOR P-01-0523 #12 >> ROLL-UP DOOR MOTOR P-01-050

P-01-200 E03 0.75" 3 #12 XHHW-2 1 #12 XHHW-2 FR: VCP-812TO: MCC-GBT

3 #12 >> VCP-812 POWER

P-01-201 E05 0.75" 3 #8 XHHW-2 1 #10 XHHW-2 FR: MCC-GBTTO: VFD-121

3 #8 >> VFD-121 POWER

P-01-202 E05 0.75" 3 #10 XHHW-2 1 #10 XHHW-2 FR: MCC-GBTTO: VFD-212

3 #10 >> VFD-212 POWER

S-01-001 E03 0.75" 2 2/CS-#16 1 #14 XHHW-2 FR: VCP-822 S-01-004TO: J-BOX

2 2/CS-#16 >> VCP-822 SIGNALS

S-01-002 E03 0.75" 1 3/CS-#16 1 #14 XHHW-2 FR: LCP-212 S-01-004TO: J-BOX

1 3/CS-#16 >> LCP-212 SIGNALS

S-01-004 E03 1.5" 1 3/CS-#16 1 #14 XHHW-2 FR: J-BOXE05 5 2/CS-#16 TO: PLC-PSP

1 2/CS-#16 >> FIT-201 SIGNAL S-01-0071 2/CS-#16 >> LIT-222 SIGNAL S-01-0062 2/CS-#16 >> VCP-822 SIGNALS S-01-0011 2/CS-#16 >> LSH-822 SIGNAL S-01-0151 3/CS-#16 >> LCP-212 SIGNALS S-01-002

S-01-005 E04 0.75" 1 3/CS-#16 1 #14 XHHW-2 FR: LCP-121E05 TO: PLC-PSP

1 3/CS-#16 >> LCP-121 SIGNALS

May 2017pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16990 (Bid Set)

16990-6

10417A10

Not to be used for bidding purposes!

Page 493: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

CONDUIT SCHEDULE AREA 1 ENGINEER KA

GBT EXPANSION PROJECT - ROCK RIVER WATER RECLAMATION DISTRICT REVISION 0

1 DATE 5/10/17

CONDUIT CONDUCTORS GROUND

NUMBER DWG SIZE # SIZE TYPE # SIZE TYPE DESCRIPTION CONNECTING SEGMENTS

S-01-006 E03 0.75" 1 2/CS-#16 1 #14 XHHW-2 FR: LIT-222 S-01-004TO: J-BOX

1 2/CS-#16 >> LIT-222 SIGNAL

S-01-007 E03 0.75" 1 2/CS-#16 1 #14 XHHW-2 FR: FIT-201 S-01-004TO: J-BOX

1 2/CS-#16 >> FIT-201 SIGNAL

S-01-008 C03 0.75" 1 2/CS-#16 1 #14 XHHW-2 FR: RIO-GBTTO: LT-100 (EXISTING PRIMARY TANK #6)

1 2/CS-#16 >> LT-100 SIGNALS

S-01-021 E03 0.75" 1 2/CS-#16 1 #14 XHHW-2 FR: AE-960TO: J-BOX

1 2/CS-#16 >> AE-960 POWER & SIGNALS

S-01-200 E05 0.75" 2 2/CS-#16 1 #14 XHHW-2 FR: VCP-812TO: PLC-PSP

2 2/CS-#16 >> VCP-812 SIGNALS

S-01-201 E05 0.75" 2 2/CS-#16 1 #14 XHHW-2 FR: VFD-121 S-01-203TO: J-BOX

2 2/CS-#16 >> VFD-121 SIGNALS

S-01-202 E05 0.75" 2 2/CS-#16 1 #14 XHHW-2 FR: VFD-212 S-01-203TO: J-BOX

2 2/CS-#16 >> VFD-212 SIGNALS

S-01-203 E05 1" 4 2/CS-#16 1 #14 XHHW-2 FR: J-BOXTO: PLC-PSP

2 2/CS-#16 >> VFD-212 SIGNALS S-01-2022 2/CS-#16 >> VFD-121 SIGNALS S-01-201

S-01-101 E05 0.75" 2 2/CS-#16 1 #14 XHHW-2 FR: VCP-211TO: PLC-PSP

2 2/CS-#16 >> VCP-211 SIGNALS

X-01-001 E03 0.75" 1 PULL ROPE FR: GBT-3-231TO: STUB UP ON EAST SIDE OF NEW GBT BUILDING

1 PULL >> GBT-3-231 CONTROLS

X-01-008 C03 0.75" 1 PULL ROPE FR: RIO-GBTTO: LT-100 (EXISTING PRIMARY TANK #6)

1 PULL >> LT-100 SIGNALS

END OF CONDUIT SCHEDULE

END OF SECTION

May 2017pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/16990 (Bid Set)

16990-7

10417A10

Not to be used for bidding purposes!

Page 494: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

Not to be used for bidding purposes!

Page 495: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

SECTION 17050

COMMON WORK RESULTS FOR PROCESS CONTROL AND INSTRUMENTATION SYSTEMS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. General requirements applicable to all Process Control and Instrumentation

Work. 2. General requirements for process control and instrumentation submittals. 3. As specified in this Section, PLC programming and SCADA/HMI software

configuration will be provided by the Owner, through the services of a consultant, hereinafter referred to as the Programmer.

B. Related sections: 1. Document 00700 - General Conditions. 2. Document 00800 - Supplementary Conditions. 3. Section 01110 - Summary of Work. 4. Section 01140 - Work Restrictions. 5. Section 01292 - Schedule of Values. 6. Section 01312 - Project Meetings. 7. Section 01324B - Progress Schedules and Reports. 8. Section 01329 - Safety Plan 9. Section 01330 - Submittal Procedures. 10. Section 01450 - Quality Control. 11. Section 01600 - Product Requirements. 12. Section 01610 - Project Design Criteria. 13. Section 01612 - Seismic Design Criteria. 14. Section 01614 - Wind Design Criteria. 15. Section 01756 - Commissioning. 16. Section 01770 - Closeout Procedures. 17. Section 01782 - Operation and Maintenance Data. 18. Section 16050 - Common Work Results for Electrical. 19. Section 16222 - Low Voltage Motors up to 500 Horsepower. 20. Section 17950 - Testing, Calibration, and Commissioning.

C. Interfaces to equipment, instruments, and other components: 1. Drawings, Specifications, and overall design are based on preliminary

information furnished by various equipment manufacturers, which identify a minimum scope of supply from the manufacturers. This information pertains to, but is not limited to, instruments, control devices, electrical equipment, packaged mechanical systems, and control equipment provided with mechanical systems.

Not to be used for bidding purposes!

Page 496: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

2. Provide all material and labor needed to install the actual equipment furnished, include all costs to add any additional instruments, wiring, control system inputs/outputs, controls, interlocks, electrical hardware etc., which may be necessary to make a complete, functional installation based on the actual equipment furnished: a. Make all changes necessary to meet the manufacturer’s wiring

requirements. 3. Submit all such changes and additions to the Engineer for acceptance as

specified in Document 00700. 4. Review the complete set of Drawings and Specifications in order to ensure

that all items related to the instrumentation and control systems are completely accounted for. Include any items indicated on the Drawings or in Specifications from another discipline in the scope of Work: a. If a conflict between Drawings and Specifications is discovered, refer

conflict to the Engineer as soon as possible for resolution. b. The Owner and Engineer are not responsible for providing detailed loop

diagrams for Contractor furnished equipment.

D. All instrumentation, and control equipment and systems for the entire project to comply with the requirements specified in the Instrumentation and Control Specifications, whether referenced in the individual Equipment Specifications or not: 1. The requirements of the Instrumentation and Control Specifications apply to all

Instrumentation and Control Work specified in other Specifications, including HVAC controls, packaged mechanical systems, LCPs, VCPs, etc.

2. Inform all vendors supplying instrumentation, control systems, panels, and/or equipment of the requirements of the Instrumentation and Control Specifications.

3. The Owner is not responsible for any additional costs due to the failure of the Contractor to notify all subcontractors and suppliers of the Instrumentation and Control Specifications’ requirements.

E. Contract Documents: 1. General:

a. The drawings and specifications are complementary and are to be used together in order to fully describe the Work.

2. Specifications: a. Documents 00700 and 00800 of the Contract Documents govern the

Work. b. These requirements are in addition to all General Requirements.

3. Contract drawings: a. The Instrumentation and Control Drawings show in a diagrammatic

manner, the desired locations, and arrangements of the components of the Instrumentation Work. Follow the drawings as closely as possible, use professional judgment and coordinate with the other trades to secure the best possible installation, use the entire drawing set for construction purposes.

Not to be used for bidding purposes!

Page 497: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

b. Locations of equipment, control devices, instruments, boxes, panels, etc. are approximate only, exercise professional judgment in executing the Work to ensure the best possible installation: 1) The equipment locations and dimensions indicated on the Drawings

and elevations are approximate. Use the shop drawings to determine the proper layout, foundation, and pad requirements, etc. for final installation. Coordinate with all subcontractors to ensure that all instrumentation and control equipment is compatible with other equipment and space requirements. Make changes required to accommodate differences in equipment dimensions.

2) The Contractor has the freedom to select any of the named manufacturers as identified in the individual Specifications; however, the Engineer has designed the spatial equipment layout based upon a single manufacturer and has not confirmed that every named manufacturer’s equipment fits in the allotted space. It is the Contractor’s responsibility to ensure that the equipment being furnished fits within the defined space.

c. Installation details: 1) The Contract Drawings include installation details showing means

and methods for installing instrumentation and control equipment. For cases where typical details are not provided or compatible with an installed location, develop installation details that are necessary for completing the Work, and submit these details for review by the Engineer.

d. Schematic diagrams: 1) All controls are shown de-energized. 2) Schematic diagrams show control function only. Incorporate other

necessary functions for proper operation and protection of the system.

3) Add slave relays, where required, to provide all necessary contacts for the control system or where needed to function as interposing relays for control voltage coordination, equipment coordination, or control system voltage drop considerations.

4) Mount all devices shown on motor controller schematic diagrams in the controller compartment enclosure, unless otherwise noted or indicated.

5) Control schematics are to be used as a guide in conjunction with the descriptive operating sequences indicated on the Drawings or in the Specifications. Combine all information and furnish a coordinated and fully functional control system.

F. Alternates/Alternatives: 1. Substitute item provisions as specified in Document 00700.

G. Changes and change orders: 1. As specified in Document 00700.

Not to be used for bidding purposes!

Page 498: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

1.02 REFERENCES

A. Code compliance: 1. As specified in:

a. The publications are referred to in the text by basic designation only. The latest edition accepted by the Authority Having Jurisdiction of referenced publications in effect at the time of Bid governs.

2. The following codes and standards are hereby incorporated into this Section: a. American National Standards Institute (ANSI). b. American Petroleum Institute (API):

1) RP 550 - Manual on Installation of Refinery Instruments and Control Systems; Part II-Process Stream Analyzers; Section 5-Oxygen Analyzers.

2) RP 551 - Process Measurement Instrumentation. c. International Organization for Standardization (ISO):

1) 9001 - Quality Management Systems - Requirements. d. International Society of Automation (ISA):

1) 5.1 - Instrumentation Symbols and Identification. 2) 5.4 - Instrument Loop Diagrams. 3) 20 - Specification Forms for Process Measurement and Control

Instruments, Primary Elements, and Control Valves. e. National Electrical Manufacturers Association (NEMA):

1) 250 - Enclosures for Electrical Equipment (1000 V Maximum). f. National Fire Protection Association (NFPA). g. National Institute of Standards and Technology (NIST). h. Underwriters Laboratories, Inc. (UL):

1) 508 - Standard of Safety for Industrial Control Equipment. 2) 508A - Standard of Safety for Industrial Control Panels.

B. Compliance with Laws and Regulations: 1. As specified in Document 00700.

1.03 DEFINITIONS

A. Definitions of terms and other electrical and instrumentation considerations in accordance with: 1. Factory Mutual (FM). 2. International Electrotechnical Commission (IEC). 3. Institute of Electrical and Electronics Engineers (IEEE). 4. International Society of Automation (ISA). 5. International Organization for Standardization (ISO). 6. National Electrical Code (NEC). 7. National Electrical Manufacturers Association (NEMA). 8. InterNational Electrical Testing Association (NETA). 9. National Fire Protection Association (NFPA). 10. National Institute of Standards and Technology (NIST). 11. Underwriters Laboratories (UL).

Not to be used for bidding purposes!

Page 499: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

B. Specific definitions: 1. Control circuit: Any circuit operating at 120 volts alternating current (VAC) or

direct current (VDC) or less, whose principal purpose is the conveyance of information (including performing logic) and not the conveyance of energy for the operation of an electrically powered device.

2. Panel: An instrument support system that may be a flat surface, a partial enclosure, or a complete enclosure for instruments and other devices used in process control systems.

3. Power circuit: Any circuit operating at 90 volts (AC or DC) or more, whose principal purpose is the conveyance of energy for the operation of an electrically powered device.

4. Signal circuit: Any circuit operating at less than 50 VAC or VDC, which conveys analog information or digital communications information.

5. Digital bus: A communication network, such as PROFIBUS, Foundation Fieldbus, or DeviceNet, allowing instruments and devices to transmit data, control functions, and diagnostic information.

6. 2-Wire transmitter (loop powered): A transmitter that derives its operating power supply from the signal transmission circuit and requires no separate power supply connections. As used in this Section, 2-wire transmitter refers to a transmitter that provides a signal such as 4 to 20 mA 24VDC regulation of a signal in a series circuit with an external 24 VDC driving potential: a. Fieldbus communications signal or both.

7. Powered transmitters: A transmitter that requires a separate power source (120 VAC, 240 VAC, etc.) in order for the transmitter to develop its signal. As used in this Section, the produced signal may be a 4 to 20 mA 24VDC signal, a digital bus communications signal, or both.

8. System supplier - As specified in ICSC Qualifications in the Quality Assurance article of this Section.

9. Modifications: Changing, extending, interfacing to, removing, or altering an existing circuit.

C. NEMA: 1. Type 1 enclosure in accordance with NEMA 250. 2. Type 2 enclosure in accordance with NEMA 250. 3. Type 3 enclosure in accordance with NEMA 250. 4. Type 3R enclosure in accordance with NEMA 250. 5. Type 3S enclosure in accordance with NEMA 250. 6. Type 3X enclosure in accordance with NEMA 250. 7. Type 3RX enclosure in accordance with NEMA 250. 8. Type 3SX enclosure in accordance with NEMA 250. 9. Type 4 enclosure in accordance with NEMA 250. 10. Type 4X enclosure in accordance with NEMA 250. 11. Type 5 enclosure in accordance with NEMA 250. 12. Type 6 enclosure in accordance with NEMA 250. 13. Type 6P enclosure in accordance with NEMA 250. 14. Type 12 enclosure in accordance with NEMA 250. 15. Type 12K enclosure in accordance with NEMA 250. 16. Type 13 enclosure in accordance with NEMA 250.

Not to be used for bidding purposes!

Page 500: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

D. Acronym definitions: 1. CCS: The PCS central computer system (CCS) consisting of computers and

software. The personal computer-based hardware and software system that includes the operator interface, data storage, data retrieval, archiving, alarming, historian, reports, trending, and other higher level control system software and functions.

2. DPDT: Double-pole, double-throw. 3. ES: Enterprise system: Computer based communications or data sharing

system utilized for non-process control functions such as E-mail, sharing files, creating documents, etc.

4. FAT: Factory acceptance test also known as Source Test. 5. HART: Highway addressable remote transducer. 6. HOA: Hand-Off-Auto control function that is totally PLC based. In the Hand

mode, equipment is started or stopped, valves are opened or closed through operator direction under the control of the PLC software. In the Auto mode, equipment is started or stopped and valves are opened or closed through a control algorithm within the PLC software. In the Off mode, the equipment is prohibited from responding from the PLC control.

7. HMI: Human machine interface is a software application that presents information to an operator or user about the state of a process, and to accept and implement the operators control instructions. Typically information is displayed in a graphical format.

8. ICSC: Instrumentation and control system contractor: Subcontractor who specializes in the design, construction, fabrication, software development, installation, testing, and commissioning of industrial instrumentation and control systems.

9. IJB: Instrument junction boxes: A panel designed with cord sets to easily remove, replace, or relocate instrument signals.

10. I/O: Input/Output. 11. IP: Internet protocol or ingress protection. 12. LCP: Local control panel: Operator interface panel that may contain an HMI,

pilot type control devices, operator interface devices, control relays, etc. and does not contain a PLC or RIO.

13. LAN: Local area network: A control or communications network that is limited to the physical boundaries of the facility.

14. LOI: Local Operator Interface is an operator interface device consisting of an alphanumeric or graphic display with operator input functionality. The LOI is typically a flat panel type of display mounted on the front of an enclosure with either a touch screen or tactile button interface.

15. LOR: Local-Off-Remote control function. In the Remote mode, equipment is started or stopped, and valves are opened or closed through the PLC based upon the selection of the HOA. In the Local mode, equipment is started or stopped, valves are opened or closed based upon hardwired control circuits completely independent of the PLC with minimum interlocks and permissive conditions. In the Off mode, the equipment is prohibited from responding to any control commands.

16. NJB: Network junction box. An enclosure that contains multiple access points to various networks within the facility. Networks could be Ethernet, Ethernet/IP, Fieldbus, RIO, etc.

17. P&ID: Process and instrumentation diagram. 18. PC: Personal computer.

Not to be used for bidding purposes!

Page 501: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

19. PCIS: Process control and instrumentation system: Includes the entire instrumentation system, the entire control system, and all of the Work specified in the Instrumentation and Control Specifications and depicted on the Instrumentation Drawings. This includes all the PCS and instruments and networking components as well as the various servers, workstations, thin clients, etc.

20. PCM: Process control module: An enclosure containing any of the following devices: PLC, RTU, or RIO.

21. PCS: Process Control System: A general name for the computerized system that gathers and processes data from equipment and sensors and applies operational controls to the process equipment. It includes the PLCs and/or RIOs, LOIs, HMIs, both LCPs, VCPs and all data management systems accessible to staff.

22. PJB: Power junction box: An enclosure with terminal blocks that distribute power to multiple instruments.

23. PLC: Programmable logic controller. 24. RIO: Remote I/O device for the PLC consisting of remote I/O racks, or remote

I/O blocks. 25. RTU: Remote telemetry unit: A controller typically consisting of a PLC, and a

means for remote communications. The remote communications devices typically are radios, modems, etc.

26. SCADA: Supervisory control and data acquisition system: A general name for the computerized system that gathers and processes data from sensors and equipment located outside of the facility, such as wells, lift stations, metering stations, etc.

27. SPDT: Single-pole, double-throw. 28. SPST: Single-pole, single-throw. 29. UPS: Uninterruptible power supply. 30. VCP: Vendor control panel: Control panels that are furnished with particular

equipment by a vendor other than the ICSC. These panels may contain PLCs, RIO, LOI, HMI, etc.

31. WAN: Wide area network: A control or communications network that extends beyond the physical boundaries of the facility.

1.04 SYSTEM DESCRIPTION

A. General requirements: 1. The Work includes everything necessary for and incidental to executing and

completing the instrumentation and control system work indicated on the Drawings and specified in the Specifications and reasonably inferable there from including but not limited to: a. Preparing hardware submittals for field instrumentation. b. Design, develop, and draft loop drawings, control panel designs, and all

other drawing submittals specified in the Instrumentation and Control Specifications.

c. Prepare the test plan, the training plan, and the spare parts submittals. d. Procure all hardware. e. Fabricate panels. f. Perform factory tests on panels. g. Perform bench calibration and verify calibration after installation. h. Oversee and certify installation of the PCS system. i. Oversee, document, and certify loop testing.

Not to be used for bidding purposes!

Page 502: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

j. Oversee, document, and certify system. k. Installation Testing. l. Oversee and document Functional Testing. m. Conduct the Process Operational Period and the Instrumentation and

Controls Process Performance Testing. n. Prepare operation and maintenance manuals. o. Conduct training classes. p. Integrate the PCS with instrumentation and control devices provided

under other sections. q. Provide Record Drawings and Loop Drawings associated with Instruments

and equipment: 1) As specified in the Contract Documents. 2) For Owner furnished items. 3) For interfaces with existing equipment.

r. Resolve signal, power, or functional incompatibilities between the PCS and interfacing devices.

s. Perform all required corrective and preventative maintenance. 2. It is the intent of these Specifications that the entire electrical power,

instrumentation, and control system be complete and operable. Provide all necessary material and labor for the complete system from source of power to final utilization equipment, including all connections, testing, calibration of all equipment furnished by others, as well as equipment furnished by the Contractor, whether or not specifically mentioned but which are necessary for successful operation.

3. The Owner, will provide the configuration and programming for the PLC and PC based control system, as described below. a. The following PLCs will be programmed by the Owner:

1) PLC-GBT. b. The CCS consisting of personal computers and software that will be

configured by the Programmer. c. The Programmer will assist with the testing of the software provided by

the Programmer, as specified in this Section and in Section 17950. 4. The Owner, through the Programmer, will also supply miscellaneous hardware

and software listed below. The software listed is for the exclusive use of the Owner and Programmer, and will not be made available for use by the Contractor. The hardware listed is for incorporation into the Plant PCS system, does not include all required PCS components, and will not be available for use in any other systems or equipment. The quantities being supplied by the Owner are limited to the quantities listed below. Additional hardware and software of similar make and model shall be provided by the Contractor, as needed to complete the PCS system and all other portions of the Work shown or specified. Owner will supply:

5. Coordinate all aspects of the Work between Contractor and all subcontractors before bidding to ensure that all costs associated with a complete installation are included. The Owner is not responsible for any change orders due to lack of coordination of the Work between the Contractor, the ICSC, the other subcontractors, or suppliers.

6. Furnish detailed, complete, and thorough operations and maintenance documentation, including but not limited to operations manuals, maintenance manuals, as-built wiring drawings, training manuals, as-built software documentation, and all other documentation required to operate, modify, and maintain all parts of the PCS.

Not to be used for bidding purposes!

Page 503: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

7. Where demolition is indicated on the Drawings, the electrical subcontractor is responsible for disconnecting equipment electrical connections and rendering the equipment safe. The ICSC is responsible for physically removing all instrumentation to be demolished and return it either to the Owner or dispose of it as directed by the Owner’s representative. The ICSC shall be responsible for any program modifications needed based on the demolition of the equipment, both for the loops directly and indirectly affected.

8. Portions of this Project involve installation in existing facilities and interfaces to existing circuits, power systems, controls, and equipment. a. Perform and document comprehensive and detailed field investigations of

existing conditions (circuits, power systems, controls, equipment, etc.) before performing any Work.

b. Provide and document interface with, modifications to, upgrade, or replacement of existing circuits, power systems, controls, and equipment.

9. Revise in a manner as directed by the Engineer all I/O and addressing that the Engineer determines to be unacceptable as a result of a lack of Contractor coordination between Contract Documents and all suppliers.

10. Defective Work: a. As specified in Document 00700.

B. Existing system: 1. There are primarily two areas defined for this project, an existing Gravity Belt

Thickener Building and a new Gravity Belt Thickener Building. The existing system consists of an existing Gravity Belt Thickener. The associated field instrumentation will remain unchanged. An existing thickened sludge pump in the existing system will be replaced with a new pump. All associated controls from the new pump will tie into the existing PLC. New I/Os will need to be added to the existing PLC. I/O points from each device are indicated on the Drawings. It is imperative that the existing system continues in full operation until the new system is commissioned and all new changes are operational.

C. New system: 1. New GBT Building will consist of a new Gravity Belt Thickener and a new

Polymer Feed System. All associated instrumentation and controls will tie into the existing PLC system. The new GBT building serves as an additional system to the existing GBT system, therefore, the controls and instrumentations shall match the existing system as much as possible. The Owner will be doing all the programming.

1.05 SUBMITTALS

A. Furnish submittals as specified in Section 01330 and this Section.

B. General: 1. Instruct all equipment suppliers of submittals and operation and maintenance

manuals of the requirements in this Section. 2. Furnish the submittals required by each section in the Instrumentation

Specifications. 3. Adhere to the wiring numbering scheme specified in Section 16075 throughout

the Project: a. Uniquely number each wire. b. Wire numbers must appear on all Equipment Drawings.

Not to be used for bidding purposes!

Page 504: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

4. Use equipment and instrument tags, as indicated on the Drawings, for all submittals.

C. Submittal preparation: 1. During the period of preparation of submittals, the Contractor shall authorize

direct, informal liaison between the ICSC and the Engineer for exchange of technical information. As a result of this liaison, certain minor refinements and revisions may be authorized informally by the Engineer, which do not alter the scope of Work or cause increase or decrease in the Contract price or times. During this informal exchange, no oral statement by the Engineer shall be construed to give formal approval of any component or method, nor shall any statement be construed to grant exception to, or variation from, these Contract Documents.

2. In these Contract Documents, some items of Work are represented schematically, and are designated for the most part by numbers, as derived from criteria in ISA-5.1: a. Employ the nomenclature and numbers designated in this Section and

indicated on the Drawings exclusively throughout shop drawings, data sheets, and similar submittals.

b. Replace any other symbols, designations, and nomenclature unique to a manufacturer’s, suppliers, or subcontractor’s standard methods with those identified in this Section and indicated on the Drawings.

D. Specific submittal requirements: 1. Shop drawings:

a. Required for materials and equipment listed in this and other sections. b. Furnish sufficient information to evaluate the suitability of the proposed

material or equipment for the intended use, and for compliance with these Specifications.

c. Shop drawings requirements: 1) Front, side, and, rear elevations, and top and bottom views, showing

all dimensions. 2) Locations of conduit entrances and access plates. 3) Component layout and identification. 4) Schematic and wiring diagrams with wire numbers and terminal

identification. 5) Connection diagrams, terminal diagrams, internal wiring diagrams,

conductor size, etc. 6) Anchoring method and leveling criteria, including manufacturer’s

recommendations for the Project site seismic criteria. 7) Weight. 8) Finish. 9) Nameplates:

a) As specified in Section 16075 or as indicated on the Drawings. 10) Temperature limitations, as applicable.

d. Use equipment and instrument tags as depicted on the P&IDs for all submittals.

e. Adhere to wiring numbering scheme outlined in Section 16075 throughout the Project: 1) Uniquely number each wire per the Specifications.

f. Wire numbers must appear on all equipment drawings.

Not to be used for bidding purposes!

Page 505: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

g. Organize the shop drawing submittals for inclusion in the Operation and Maintenance Manuals: 1) Furnish the initial shop drawing submittal bound in one or more

standard size, 3-ring, D-ring, loose leaf, vinyl plastic, hard cover binders suitable for bookshelf storage.

2) Binder ring size: 2 inches. h. Include the letterhead and/or title block of the firm responsible for the

preparation of all shop drawings. Include the following information in the title block, as a minimum: 1) The firm's registered business name. 2) Firm's physical address, email address, and phone number. 3) Owner’s name. 4) Project name and location. 5) Drawing name. 6) Revision level. 7) Personnel responsible for the content of the drawing. 8) Date.

i. The work includes modifications to existing circuits: 1) Clearly show all modifications to existing circuits. 2) In addition, show all existing unmodified wiring to clearly depict the

functionality and electrical characteristics of the complete modified circuits.

2. Product data: a. Submitted for non-custom manufactured material listed in this and other

sections and shown on shop drawings. b. Include:

1) Catalog cuts. 2) Bulletins. 3) Brochures. 4) Quality photocopies of applicable pages from these documents. 5) Identify on the data sheets the Project name, applicable specification

section, and paragraph. 6) Identify model number and options for the actual equipment being

furnished. 7) Neatly cross out options that do not apply or equipment not intended

to be supplied. c. Use equipment and instrument tags as depicted on the P&IDs for all

submittals. d. Adhere to wiring numbering scheme outlined in Section 16075 throughout

the Project: 1) Uniquely number each wire per the Specifications.

e. Wire numbers must appear on all equipment drawings. 3. Detailed sequence of operation for all equipment or systems. 4. Operation and maintenance manuals:

a. As specified in Section 01782. b. Operational Manual:

1) Prepare and provide a simplified version of the standard manufacturer’s HMI software and system operations manual that includes basic instructions in the application of the system as required for operators in day-to-day operations.

Not to be used for bidding purposes!

Page 506: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-12 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

c. Control System Software Record Documents: 1) Include complete documentation of all the software programs

provided for the entire control and PCS system, including: a) Listings of all application software on both hard copy and DVD,

DVD-ROM, and CD-ROM. b) Database, both hard copy and DVD, DVD-ROM, and CD-ROM. c) Communication protocols. d) All documentation necessary to maintain, troubleshoot, modify,

or update the software system. d. Organize the operation and maintenance manuals for each process in the

following manner: 1) Section A - Process and Instrumentation Diagrams. 2) Section B - Control Descriptions. 3) Section C - Loop Drawings. 4) Section D - Instrument Summary. 5) Section E - Instrument Data Sheets and Brochures. 6) Section F - Sizing Calculations. 7) Section G - Instrumentation Installation Details. 8) Section H - Test Results. 9) Section I - Operational Manual. 10) Section J - Spare Parts List. 11) Section K - Control System Software.

5. Material and equipment schedules: a. Furnish a complete schedule and/or matrix of all materials, equipment,

apparatus, and luminaries that are proposed for use: 1) Include sizes, names of manufacturers, catalog numbers, and such

other information required to identify the items. 6. Itemized instrument summary:

a. Submit a hard copy of the instrument summary. b. List all of the key attributes of each instrument including:

1) Tag number. 2) Manufacturer. 3) Model number. 4) Service. 5) Area location. 6) Calibrated range. 7) Loop drawing number.

c. Associated LCP, VCP, PCM, or PLC. 7. Instrument data sheets and cut sheets:

a. Furnish fully completed data sheets, both electronically in Microsoft Word or Excel and in hard copy, for each instrument and component according to ISA-20 Specification Forms for Process Measurement and Control Instruments, Primary Elements and Control Valves. The data sheets provided with the instrument specifications are preliminary and are not complete. They are provided to assist with the completion of final instrument data sheets. Additional data sheets may be required. Include the following information on the data sheet: 1) Component functional description specified in this Section and

indicated on the Drawings. 2) Manufacturers model number or other product designation. 3) Tag number specified in this Section and indicated on the Drawings. 4) System or loop of which the component is a part.

Not to be used for bidding purposes!

Page 507: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-13 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

5) Location or assembly at which the component is to be installed. 6) Input and output characteristics. 7) Scale range with units and multiplier. 8) Requirements for electric supply. 9) Requirements for air supply. 10) Power consumption. 11) Response timing. 12) Materials of construction and of component parts that are in contact

with, or otherwise exposed to, process media, and or corrosive ambient air.

13) Special requirements or features, such as specifications for ambient operating conditions.

14) Features and options that are furnished. b. Provide a technical brochure or bulletin (“cut sheet”) for each instrument

on the project. Submit with the corresponding data sheets: 1) Where the same make and model of instrument is used in 2 or more

applications on the project, and the process applications are nearly identical, and the materials, features and options are identical submit one brochure or bulletin for the set of identical instruments.

2) Include a list of tag numbers for which it applies with each brochure or bulletin.

3) Furnish technical product brochures that are complete enough to verify conformance with all Contract Document requirements, and to reflect only those features supplied with the device.

4) Cross out models, features, options, or accessories that are not being provided.

5) Clearly mark and identify special options and features. c. Organization: Index the data sheets and brochures in the submittal by

systems or loops. 8. Control panel hardware submittal:

a. Submit the following in 1 submittal package. b. Complete and detailed bills of materials:

1) Including quantity, description, manufacturer, and part number for each assembly or component for each control panel.

2) Include all items within an enclosure. c. Complete grounding requirements for each system component including

any requirements for PLCs, process LANs, and Control System equipment.

d. Requirements for physical separation between control system components and 120 VAC, 480 VAC, and medium voltage power cables.

e. UPS and battery load calculations to show that the backup capacity and time meet the specified requirements.

f. Provide a data sheet for each control system component together with a technical product brochure or bulletin, which include: 1) The manufacturer's model number or other identifying product

designation. 2) Tag and loop number. 3) System to which it belongs. 4) Site to which it applies. 5) Input and output characteristics. 6) Requirements for electric power. 7) Device ambient operating requirements.

Not to be used for bidding purposes!

Page 508: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-14 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

8) Materials of construction. 9. Schedule of values:

a. In addition to completing all items referred to in the schedule of values, Section 01292, submit per unit instrument and labor costs used in developing the final bid for the PCS system, for the express purpose of pricing and cost justification for any proposed change orders. It is the responsibility of the ICSC subcontractor to prove to the Engineer’s satisfaction that said per unit costs were used in the development of the final Bid amount.

10. Installation recommendations: a. Submit the manufacturer’s printed recommendations for installation of

instrumentation equipment. 11. Training submittals:

a. Develop and submit for review a general training plan for approval by Owner within 14 calendar days from Notice to Proceed. Include complete descriptions of all planned training classes, a preliminary training schedule, a list of all proposed instructors along with resumes, examples of proposed training manuals, and a description of any special training tools to be used (simulators, self-paced modules, personal computer-based training, etc.).

b. The Engineer will review the general training plan. Special emphasis will be placed on review of the qualifications of the proposed instructors and the timing of the individual courses to maximize their effectiveness. If, in the opinion of the Engineer, the proposed instructors are not sufficiently qualified to conduct the specified training courses, or lack experience, where required, on the specific configuration of the system, provide more qualified instructors.

c. The general training plan and schedule shall be updated by the Contractor at the beginning of each Phase and approved by the Owner a minimum of 30 days prior to commencement of training.

d. Training course plan submittals: 1) For each training course or other training activity, submit a detailed,

complete outline and agenda for each lesson as specified in Section 01756.

2) Describe any student pre-requisites for the course or training activity. 3) Provide an updated schedule for all sessions of the course, including

dates, times, durations, and locations. 4) Submit training materials.

e. Incorporate all submittal review comments into the course. f. Do not conduct training courses before review and acceptance of the

Course Plan submittal for the course. 12. Project Record documents:

a. Furnish as specified in Section 01770. b. Record Drawing requirements:

1) Provide Project Record Drawing of all Instrumentation Drawings. 2) Update Record Drawings weekly. 3) Record Drawings must be fully updated as a condition of the monthly

progress payments. 4) Clearly and neatly show all changes including the following:

a) All existing pipe, conduit, wire, instruments or other structures encountered or uncovered during construction.

Not to be used for bidding purposes!

Page 509: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-15 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

13. Loop Drawings: a. Submit loop drawings for every analog, discrete, and control circuit:

1) Provide a loop drawing submittal that completely defines and documents the contents of each monitoring, alarming, interlock, and control loop on this Project.

2) This requirement applies to all signal and control circuits associated with equipment on this Project including vendor supplied equipment packages and control panels.

3) Provide loop drawings in the format indicated in the contract drawings. Provide all tagging in accordance with the Owner’s standard.

b. Show every instrument and I/O point on at least one loop diagram. c. Provide a complete index in the front of each bound volume:

1) Index the loop drawings by systems or process areas. d. Provide drawings showing definitive diagrams for every instrumentation

loop system: 1) Show and identify each component of each loop or system using

requirements and symbols from ISA-5.4. 2) Furnish a separate drawing sheet for each system or loop diagram.

e. In addition to the ISA-5.4 requirements, show the following details: 1) Functional name of each loop. 2) Reference name, drawing, and loop diagram numbers for any signal

continuing off the loop diagram sheet. 3) Show all terminal numbers, regardless of the entity providing the

equipment. 4) MCC panel, circuit, and breaker numbers for all power feeds to the

loops and instrumentation. 5) Designation of and, if appropriate, terminal assignments associated

with, every manhole, pull-box, junction box, conduit, and panel through which the loop circuits pass.

6) Show vendor control panel, instrument panel, conduit, junction box, equipment and PCS terminations, termination identification, wire numbers and colors, power circuits, and ground identifications.

7) If a circuit is continued on another drawing, show the name and number of the continuation drawing on the loop drawing. Provide complete references to all continuation drawings whether vendor control panels, other loop drawings, existing drawings provided by the Owner, or other drawings.

f. In addition to the above requirements, provide loop diagrams in accordance with the example loop diagram as indicated on the Drawings.

14. Instrument Installation Drawings: a. Submit, instrument installation, mounting, and anchoring details for all

components and assemblies, including access requirements and conduit connection or entry details.

b. Furnish for each instrument a dedicated 8 1/2-inch by 11-inch installation detail that pertains to the specific instrument by tag number.

c. For each detail, provide certification and the hard copies, by the instrument manufacturer, that the proposed installation is in accordance with the instrument manufacturer's recommendations and is fully warrantable.

Not to be used for bidding purposes!

Page 510: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-16 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

d. For each detail, provide, as a minimum, the following contents: 1) Necessary sections and elevation views required to define instrument

location by referencing tank, building or equipment names and numbers, and geographical qualities such as north, south, east, west, basement, first floor, etc.

2) Ambient temperature and humidity where the instrument is to be installed.

3) Corrosive qualities of the environment where the instrument is to be installed.

4) Hazardous rating of the environment where the instrument is to be installed.

5) Process line pipe or tank size, service and material. 6) Process tap elevation and location. 7) Upstream and downstream straight pipe lengths between instrument

installation and pipe fittings and valves. 8) Routing of tubing and identification of supports. 9) Mounting brackets, stands, anchoring devices, and sun shades. 10) Conduit entry size, number, location, and delineation between power

and signal. 11) NEMA ratings of enclosures and all components. 12) Clearances required for instrument servicing. 13) List itemizing all manufacturer makes, model numbers, quantities,

lengths required, and materials of each item required to support the implementation of the detail.

15. Control Panel Drawings: a. Layout Drawings:

1) Submit panel, enclosure, console, furniture, and cabinet layout drawings for all items provided.

2) As a minimum, include the following information: a) To scale front, side, and plan views. b) Dimensions. c) Interior and exterior arrangements. d) Mounting information, including conduit entrance location. e) Finish data. f) Tag number and functional name of items mounted in and on

each panel, console, and cabinet. g) Nameplate legend including text, letter size, materials, and

colors. b. Wiring and piping diagrams:

1) Submit panel wiring and piping diagrams for every panel that contains wiring and/or piping.

2) Include the following information: a) Name of panel. b) Wiring and piping sizes and types. c) Terminal strip numbers. d) Wire tags and labels. e) Functional name and manufacturer's designation for items to

which wiring and piping are connected. f) Electrical control schematics in accordance with ANSI

standards.

Not to be used for bidding purposes!

Page 511: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-17 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

c. Installation drawings: 1) Provide site-specific installation drawings for all control equipment

panels, including dimensions. 2) Provide scaled drawings and show the position of the equipment at

its intended installation location. 3) Show the placement of all equipment being provided under this

Contract and its spatial relationship to all other equipment located in the abutting and adjoining areas.

4) Show all required access and clearances associated with the equipment with a statement of compliance to manufacturer's recommendations, NEC, and other applicable codes.

16. Schematic Diagrams: a. Submit schematic diagrams for all electrical equipment in ladder diagram

format. b. Include device and field connection terminal numbers on all schematic

diagrams. c. Incorporate equipment manufacturer’s shop drawing information into the

schematic diagrams in order to document the entire control system. 17. Control System Diagram:

a. Submit a complete set of control system diagrams including the following information: 1) All PLCs, workstations, printers, communication devices, and

communication links: a) Show all PLCs with their current I/O allocation, and future I/O

allocation, current plus spares provided, and maximum potential I/O based on available slots.

2) All cables required for communication requirements. 3) Show each component fully annotated with conduit size and number

associated with the power source. 18. Instrumentation and Control System Contractor Statement of Qualifications:

a. Submit statement of qualifications of the proposed ICSC in accordance with subsequent requirements of this Section.

19. Control Descriptions: a. For each control loop, provide a detailed functional description of the

operation of the equipment, signals, and controls as shown on the P&IDs: 1) Include all functions depicted or described in the Contract

Documents. 2) Include within the Control Description content:

a) All specific requirements. b) All common requirements that pertain in general to all loops. c) Listing all ranges, setpoints, timers, values, counter values, etc.

20. Test Procedure Submittals: a. Submit the proposed procedures to be followed during tests of the PCS

and its components in 2 parts: 1) Preliminary Submittal: Outline of the specific proposed tests and

examples of proposed forms and checklists. 2) Detailed Submittal: After successful review of the Preliminary

Submittal, submit the proposed detailed test procedures, forms, and checklists. Include a statement of test objectives with the test procedures.

21. Test reports: a. As specified in Section 01330.

Not to be used for bidding purposes!

Page 512: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-18 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

1.06 QUALITY ASSURANCE

A. Manufacture instruments at facilities certified to the quality standards of ISO 9001.

B. ICSC qualifications: 1. General information on the proposing company:

a. Document that the ICSC company has been actively involved in the instrumentation, PLC-based control systems business for a minimum of five years and has adequate facilities, organization structure, manpower, and technical and managerial expertise to properly perform the Work as specified in these Specifications.

2. Document that the ICSC has a qualified permanent service facility: a. Said facility shall be staffed with permanent employees and equipped with

the tools and test equipment necessary to calibrate, test, and process start-up all of the instrumentation, control, telemetry, SCADA and control systems hardware and software furnished under this Contract, including remote diagnostic capability.

b. Document in-house resource of permanent personnel experienced in the design and programming of equipment and systems as specified in these Specifications.

c. Document the existence of a training program staffed by qualified instructors, to provide proper training in the operation and maintenance of equipment as specified in these Specifications.

d. Document that the firm is a recognized or certified “system integrator partner” or similar designation for the control software and PLC system being supplied for this Project.

3. Similar project experience of the company: a. Provide a list of at least 3 successfully completed projects for a water

and/or wastewater system of similar scope and complexity in which the proposing firm used components the same as those intended for use on this Project. The proposing firm must have performed, for each listed project, system engineering, system fabrication and installation, documentation (including schematic, wiring and panel assembly drawings), software configuration and documentation, field testing, calibration and process start-up, operator instruction, and maintenance training. In addition, provide the following information for each project: 1) Name of plant or system owner, contact name, and current telephone

number. Design engineer’s name, address, and telephone number. Failure to provide current contact information may result in the listed project being disqualified for use in meeting the minimum requirements for prequalification.

2) Manufacturer and model number(s) of the PLC based control system and the computer-based SCADA system used for both hardware and software.

3) Brief description of the system. 4) Approximate number of input and output signals: analog, digital, and

fieldbus. 5) Brief application software description. 6) Contracted cost of the system, separate by base amount and any

change orders for the completed projects. 7) Duration of the project and date of completion.

Not to be used for bidding purposes!

Page 513: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-19 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

4. Information on the proposed Project team members: a. Provide the name and resume of the individual persons who will be

responsible for each of the following: 1) Office engineering and management of this Project. 2) Lead for software configuration/programming. 3) Individual who will be responsible for the hardware and hardware

interface design. 4) Individual who will be responsible for field testing, calibration, and

process start-up. 5) Individual who will be responsible for operator training.

b. All of these individuals must be permanent employees of the proposing firm.

5. Determination of the proposed ICSC qualifications is at the sole discretion of the Engineer.

C. Furnish all equipment listed by and bearing the label of UL or of an independent testing laboratory acceptable to the Engineer and the Authority Having Jurisdiction.

D. The ICSC must have their own operating UL listed panel fabrication facility. All panels must be fabricated at this facility and meet all UL 508/508A requirements.

E. ICSC: 1. The Contractor, through the use of a qualified ICSC, is responsible for the

implementation of the PCIS and the integration of the system with other required instrumentation, control devices, and software.

2. The ICSC assumes full responsibility, through the Contractor, to perform all work to select, furnish, install, , test, calibrate, and place into operation all instrumentation, controls, telemetry equipment, control panels, and control system including application software, for a complete, integrated and functional PCIS system.

3. Due to the complexities associated with the interfacing of numerous control system devices, it is the intent of these Specifications that the ICSC be responsible for the integration of the PCIS with existing devices and devices provided under the Contract Documents with the objective of providing a completely integrated control system.

1.07 DELIVERY, STORAGE, AND HANDLING

A. As specified in Section 01600.

B. Tagging: 1. Tag each component and/or instrument to identify its location, instrument tag

number, and function in the system. 2. Firmly attach a permanent tag indelibly machine marked with the instrument

tag number, as given in the tabulation, on each piece of equipment constituting the PCS.

3. Tag instruments immediately upon receipt in the field. 4. Prominently display identification on the outside of the package. 5. Utilize the Tag and Loop Number identifications shown on the P&IDs.

Not to be used for bidding purposes!

Page 514: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-20 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

C. Delivery and inspection: 1. Deliver products in undamaged condition, in manufacturer’s original container

or packaging with identifying labels intact and legible. Include date of manufacture on label.

1.08 PROJECT OR SITE CONDITIONS

A. Site conditions: 1. Provide a PCS, including all equipment, raceways, and any other components

required for a complete installation that meets the environmental conditions for the Site as specified in the General Requirements and below.

2. Seismic classification: a. Provide all equipment and construction techniques suitable for the seismic

requirements for the site, as specified in Section 01612. 3. Wind:

a. Provide all equipment and construction techniques suitable for the site wind loading criteria, as specified in Section 01614.

4. Altitude, temperature and humidity: a. As specified in Section 01610. b. Provide all equipment and instrumentation fully rated for continuous

operation at this altitude, temperature and humidity conditions with no additional derating factors applied.

c. Provide additional temperature conditioning equipment to maintain all equipment and instrumentation in non-conditioned spaces or outdoors subject to these ambient temperatures 10 degrees Fahrenheit above the minimum operating temperature and 10 degrees Fahrenheit below maximum operating temperature as determined by the equipment manufacturer’s guidelines: 1) Provide all power wiring for these devices (e.g., heaters, fans, etc.),

whether or not indicated on the Drawings. 5. Area classifications:

a. Furnish enclosures that match the area classifications as specified in Section 16050.

6. Site security: a. Abide by all security and safety rules concerning the Work on the Site, as

specified in Section 01329.

1.09 SEQUENCING

A. General: 1. As specified in Sections 01312 and 01756. 2. Testing requirements are specified in Sections 01756, 17950 and other

sections. 3. General scheduling requirements are specified in Section 01324B. 4. Work restrictions and other scheduling requirements are specified in

Section 01140. 5. Commissioning requirements as specified in Section 01756.

B. Submit proposed ICSC statement of qualifications: 1. The ICSC must be accepted by the Engineer before any other Work

commences.

Not to be used for bidding purposes!

Page 515: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-21 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

C. Pre-submittal conferences: 1. Before producing any submittals, schedule a pre-submittal conference for the

purposes of reviewing the entire project, equipment, control philosophy, schedules, and submittal requirements.

2. The Contractor, instrumentation and control subcontractor, electrical subcontractor, and all manufacturers furnishing major pieces of equipment must attend, including but not limited to: a. Vendor control panels. b. Chemical feed systems. c. Motor control centers. d. Switchgear. e. Variable frequency drives. f. Lighting. g. Engine generators.

D. Source Testing: Before the delivery and installation of the PCS system to the job site, but after the procurement, assembly, and configuration of all components, perform the Source Test.

1. Before the delivery and installation of control panels, control system equipment, and other PCS components at the job site, but after the procurement and assembly of components, perform Source Test.

2. Schedule the Source Test after receiving approval of the Source Test procedures submittal.

3. Submit a copy of the test procedures including all forms at least 21 days before any scheduled test date.

4. Notify the Engineer of scheduled tests a minimum of 15 days before the date of the test.

E. General Field Start-Up and testing procedures: 1. As specified in Section 01756.

F. Installation testing: 1. As specified in Section 01756. 2. Commence after acceptance of all training, wire test, calibration tests, and

loop validation tests, and all inspections have demonstrated that the PCIS complies with all Contract requirements.

3. Acceptance of the PCIS Installation testing must be provided in writing by the Owner before the performance testing may begin.

G. Training: 1. As specified in Section 01756.

H. Functional testing: 1. Representatives from each of the following groups shall be in attendance

during the functional Testing: Programmer, System Supplier Commence after acceptance of all training, wire test, calibration tests, and loop validation tests, and all inspections have demonstrated that the PCIS complies with all Contract requirements.

2. Loop validation test.

Not to be used for bidding purposes!

Page 516: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-22 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

3. As specified in Section 17950. a. Notify the Owner of scheduled tests a minimum of 21 days before the

estimated completion date of installation and wiring of the PCIS. b. Complete loop validation testing a minimum of 5 days before the pre-

commissioning phase of the project. c. Loop validation certifications:

1) After the field device loop tests have been successfully completed as specified in Section 17950 for all individual instruments, all separate analog control networks, all valves, all VCPs, all motors, all local operator interface panels, all motor control centers, etc., submit a certified copy of all test forms signed by the Contractor, Vendor, and the Owner’s representative with test data entered, together with a clear and unequivocal statement that all instrumentation, including all control and signal wiring, has been successfully calibrated, inspected, and tested. a) Acceptance of the PCIS Installation Testing must be provided in

writing by the Engineer before the Process Operational Period may begin.

d. The Programmer will assist with Functional Testing for PLCs programmed by the Programmer, as specified in Section 17950.

e. The Programmer shall not be required to be on site, nor shall the Programmer be required to supply application software, until the loop validation tests are complete for a PLC and all prerequisites for the Process Operational Period are completed.

I. Provide all special tools and spare parts, as specified in the Maintenance paragraph of this Section, before Process Operational Period commences, suitably wrapped, and identified.

J. Process Operational Period: 1. Upon completion of the Process Operational Period, conduct an

Instrumentation and Controls Process Performance Test as a condition for Project final completion.

1.10 SCHEDULING (NOT USED)

1.11 WARRANTY

A. Provide additional warranty as specified in the individual Instrumentation and Control Specifications that extends beyond the Correction Period, as specified in Documents 00700 and 00800.

1.12 SYSTEM PROCESS START-UP

A. Replace or modify equipment, software, and materials that do not achieve design requirements after installation in order to attain compliance with the design requirements: 1. Following replacement or modification, retest the system and perform

additional testing to place the complete system in satisfactory operation and obtain compliance acceptance from the Engineer.

1.13 OWNER'S INSTRUCTIONS (NOT USED)

Not to be used for bidding purposes!

Page 517: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-23 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

1.14 MAINTENANCE

A. Before Substantial Completion, perform all maintenance activities required by the Contract Documents including any calibrations, final adjustments, component replacements or other routine service required before placing equipment or systems in service.

B. Furnish all spare parts as required by the Contract Documents.

C. Provide additional spare parts specified in other sections of the Instrumentation and Control Specifications.

D. Submit all special tools and spare parts, suitably wrapped and identified, before Process Operational Period commences.

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. Provide similar items from a single manufacturer throughout the PCIS portion of the Project.

B. Allowable manufacturers are specified in individual instrument and equipment specifications.

2.02 EXISTING PRODUCTS (NOT USED)

2.03 MATERIALS

A. Furnish all materials under this Contract that are new, free from defects, and standard products produced by manufacturers regularly engaged in the production of these devices and that bear all approvals and labels as required by the Specifications.

B. Provide materials complying with the applicable industrial standard as specified in the Contract Documents.

2.04 MANUFACTURED UNITS (NOT USED)

2.05 EQUIPMENT (NOT USED)

2.06 COMPONENTS

A. Furnish all meters, instruments, and other components that are the most recent field proven models marketed by their manufacturers at the time of submittal of the shop drawings unless otherwise specified to match existing equipment.

B. Unless otherwise specified, furnish individual instruments that have a minimum accuracy of within 0.5 percent of full scale and a minimum repeatability of within 0.25 percent of full scale.

Not to be used for bidding purposes!

Page 518: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-24 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

C. Signal transmission: 1. Analog signals:

a. Furnish analog measurements and control signals that vary in direct linear proportion to the measured variable, unless otherwise indicated.

b. Furnish electrical analog signals outside control panels that are 4 to 20 milliamperes 24 VDC, except as indicated.

c. Analog signals within enclosures may be 1 to 5 VDC. d. Electrically or optically isolate all analog signals from other signals. e. Furnish regulated analog signals that are not affected by changes in

supply voltage or load resistance within the unit’s rating. f. Maintain the total 4 to 20 milliamperes loop impedance to 10 percent

below the published value at the loop operating voltage. g. Where necessary, reduce loop impedance by providing current-to-current

(I/I) isolation amplifiers for signal re-transmission. 2. Pneumatic signals:

a. All pneumatic signals: 3 to 15 pounds per square inch gauge. 3. Discrete input signals:

a. As indicated in the controller hardware specification. 4. Discrete output signals:

a. Dry contacts or TRIAC outputs (with express written approval by the Engineer) as needed to coordinate with the field device.

b. Provide external terminal block mounted fuse with blown fuse indication for all discrete outputs.

c. Provide interposing relays for all discrete outputs for voltage and/or current compatibilities.

d. Provide interposing relays as required for functionality of the control circuit.

5. Signal performance and design criteria: a. Stability:

1) After Controls have taken corrective action, oscillation of the final control element shall not exceed 2 cycles per minute or a magnitude of motion of 0.5 percent of full travel.

b. Response: 1) Any change in setpoint or controlled variable shall produce a

corrective change in position of the final control element and stabilized within 30 seconds.

c. Agreement: 1) Setpoint indication of controlled variable and measured indication of

controlled variable shall agree within 3 percent of full scale over a 6:1 operating range.

d. Repeatability: 1) For any repeated magnitude of control signal, from either an

increasing or decreasing direction, the final control element shall take a repeated position within 0.5 percent of full travel regardless of force required to position the final element.

e. Sensitivity: 1) Controls shall respond to a setpoint deviations and measured

variable deviations within 1.0 percent of full scale. f. Performance:

1) All instruments and control devices shall perform in accordance with the manufacturers’ specifications.

Not to be used for bidding purposes!

Page 519: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-25 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

D. Discrete circuit configuration: 1. Configure discrete control circuits to fail safe, on loss of continuity or loss of

power. 2. Alarm contacts: Fail to the alarm condition. 3. Control contacts fail to the inoperative condition unless otherwise indicated on

the Drawings.

E. Grounding: 1. Provide control panels with a signal ground bus, isolated from the power

ground bus: a. Provide multiple panels in one location with a common point for signal

ground bus connection to ground. 2. Ground single point ground shields and measurement loops at the source

panel external terminals, unless otherwise noted, by bonding to the control panel signal ground bus.

3. Provide isolating amplifiers within control panels for field equipment possessing a grounded input or output, except when the panel circuit is galvanically isolated.

F. Instrument air: 1. Where indicated on the Drawings, provide dry, filtered control air at 30 pounds

per square inch gauge nominal pressure piped to all field instruments and instrument panels requiring air: a. Provide each field instrument with an integral, non-adjustable

filter/regulator assembly to provide regulated air. b. Provide each instrument panel requiring air with an adjustable

filter/regulator assembly with gauge and an air manifold to provide air to pneumatic instruments.

c. Filter all air to 5 micron maximum particle size. d. Provide low pressure switch to alarm on insufficient air supply.

2.07 ACCESSORIES

A. Provide flow conditioning devices or other required accessories if necessary to meet the accuracy requirements in the Contract Documents.

B. Nameplates: 1. Provide a nameplate for each controller, instrument transducer, instrument

power supply, solenoid, or any other control device located either in the field or within panels.

2. All nameplates shall be of identical style, color, and material throughout the facility.

3. Device nameplates shall include: a. Designations as indicated on the Drawings and identified on the Process

and Instrumentation Drawings. 1) Device tag and loop number ID (e.g., FIT-60.011). 2) PLC ID (e.g., PLC-11). 3) Power information (e.g., PCM-11, 120VAC).

b. White lettering on a black background, laminated plastic. 4. All instruments shall be equipped with Type 316 stainless steel nameplate with

the instrument tag stamped in 3/8-inch letters and connected to the instrument using Type 316 stainless steel wire.

Not to be used for bidding purposes!

Page 520: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-26 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

2.08 MIXES (NOT USED)

2.09 FABRICATION (NOT USED)

2.10 FINISHES (NOT USED)

2.11 SOURCE QUALITY CONTROL

A. Provide all equipment that is new, free from defects, and standard products produced by manufacturers regularly engaged in the production of these products that bear all approvals and labels as required by the Specifications.

B. Source Test is specified in Section 17950.

PART 3 EXECUTION

3.01 EXAMINATION

A. The ICSC is encouraged to visit the site and examine the premises completely before bidding. It is the ICSC's responsibility to be fully familiar with the existing conditions and local requirements and regulations.

B. Review the existing Site conditions and examine all shop drawings for the various items of equipment in order to determine exact routing and final terminations for all wiring and cables.

C. Provide a complete instrumentation and control system: 1. Install all extra conduits, cables, and interfaces as may be necessary to

provide a complete and operating electrical, and process control and instrumentation system.

3.02 PREPARATION (NOT USED)

3.03 INSTALLATION

A. Equipment locations indicated on the Drawings may change due to variations in equipment size or minor changes made by others during construction: 1. Verify all dimensions as indicated on the Drawings:

a. Actual field conditions govern all final installed locations, distances, and levels.

2. Review all information indicated on the Drawings, including architectural, structural, mechanical, instrumentation, and the accepted electrical, instrumentation, and mechanical shop drawings, and coordinate Work as necessary to adjust to all conditions that arise due to such changes.

3. Make minor changes in location of equipment before rough in, as directed by the Owner or Engineer.

B. Perform all related Electrical Work in accordance with the applicable sections of the Electrical Specifications.

C. The PCIS configurations are diagrammatic: 1. The locations of equipment are approximate unless dimensioned.

Not to be used for bidding purposes!

Page 521: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-27 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

2. Where Project conditions require, make reasonable changes in locations and arrangements.

D. Field instruments installation: 1. Install field instruments as specified in the Contract Documents, API RP 550

and RP 551, and the manufacturer’s instructions. 2. Mount field instruments so that they can be easily read, readily approached,

and easily serviced, and so they do not restrict access to mechanical equipment: a. Mount field instruments on a pipe stand or local panel, if they are not

directly mounted, unless otherwise indicated on the Drawings. b. Provide sun shields for all field electronic instruments exposed to direct

sunlight. 3. Make connections from rigid conduit systems to field instruments with PVC

coated flexible conduit: a. Type of flexible conduit required for the area classification:

1) Area classification as specified in Section 16050. b. Maximum length of 18 inches.

4. Connect field instruments with cable as specified in the Electrical Specifications, except when the manufacturer requires the use of special cable, or otherwise specified in this Section: a. Special cable applications shall be in accordance with the NEC.

5. Verify the correctness of each installation: a. Polarity of electric power and signal connections.

6. Ensure all process connections are free of leaks.

E. Process sensing lines and air tubing: 1. Install individual tubes parallel and/or perpendicular to and near the surfaces

from which they are supported. 2. Provide supports for rigid tubing at intervals of not more than 3 feet. 3. Slope horizontal runs of instrument tubing at a minimum of 1/16th inch per foot

to allow for draining of any condensate. 4. Bends:

a. Use proper tool. b. Make bends for parallel lines symmetrical. c. Make bends without deforming or thinning the walls of the tubing.

5. Square-cut and clean all ends of tubing before being inserted in the fittings. 6. Provide bulkhead fittings at all panels requiring pipe and/or tubing entries. 7. Use stainless steel tubing for all piping hard piped from the air header, unless

otherwise indicated on the Drawings or not compatible with the fluids or atmosphere in the area: a. Use flexible connections only on moving equipment and under the

constraint that the length shall be less than 1.5 times maximum travel of the equipment.

F. Conduit, cables, and field wiring: 1. Provide all PCS equipment cables, and process LAN communication networks

under the Instrumentation and Control Specifications. 2. Provide terminations and wire identification as specified in the Electrical

Specifications. 3. Protect all wiring from sharp edges and corners.

Not to be used for bidding purposes!

Page 522: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-28 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

4. Provide all conduits, fittings, boxes, etc. in accordance with all the requirements of the Electrical Specifications.

G. Equipment tie-downs: 1. Anchor all instruments, control panels, and equipment by methods that comply

with seismic and wind bracing requirements, which apply to the Site. 2. All control panels, VCPs, LCPs, RTUs, PCMs, etc., shall be permanently

mounted and tied down to structures.

H. Instrument tagging: 1. As specified in Section 16075. 2. Provide all field-mounted instruments with nameplates:

a. Nameplates engraved with the instrument’s full tag number as indicated on the Drawings: 1) Affix tags with stainless steel wire fasteners.

3. Provide all back of panel instruments with nameplates: a. Engraved with the instrument’s full tag number as indicated on the

Drawings: 4. Provide all front of panel instruments with a nameplate:

a. Engraving to include the following: 1) Instrument’s full tag number. 2) Service description.

b. Nameplates: 1) Secure nameplates to the panel with stainless steel screws. 2) Use an accepted adhesive if screws would violate the NEMA or other

ratings of the enclosure.

I. Cable and conductor termination: 1. Terminate all cables and conductors on terminal blocks. 2. Terminal block enclosures:

a. Suitable for the area classification as specified in Section 16050.

J. Surge protection: 1. Provide outdoor field instrument loops with voltage surge protection units

installed on the instruments and the panel. 2. Individually fuse each 4 to 20 milliamperes direct current loop with a

1/16 ampere fuse between power supplies and receiver surge protectors. 3. Provide voltage surge protection for 4 wire transmitters and analyzers:

a. Protect both power source and signal loop.

3.04 ERECTION, INSTALLATION, APPLICATION, CONSTRUCTION (NOT USED)

3.05 REPAIR/RESTORATION (NOT USED)

3.06 RE-INSTALLATION (NOT USED)

3.07 COMMISSIONING

A. As specified in Section 01756.

Not to be used for bidding purposes!

Page 523: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-29 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

3.08 FIELD QUALITY CONTROL

A. Inspection: 1. Allow for inspection of PCIS installation as specified in Section 01450. 2. Provide any assistance necessary to support inspection activities. 3. Engineer inspections may include, but are not limited to, the following:

a. Inspect equipment and materials for physical damage. b. Inspect installation for compliance with Drawings and Specifications. c. Inspect installation for obstructions and adequate clearances around

equipment. d. Inspect equipment installation for proper leveling, alignment, anchorage,

and assembly. e. Inspect equipment nameplate data to verify compliance with design

requirements. f. Inspect cable terminations. g. Inspect/witness instrument calibrations/verifications.

4. Inspection activities conducted during construction do not satisfy inspection requirements specified in Section 17950.

B. Instrument Installation Inspection: 1. Provide any assistance necessary to support inspection activities. 2. Inspections may include, but are not limited to, the following:

a. Inspect equipment and materials for physical damage. b. Inspect the installed arrangement, lay lengths, orientation, piping

obstructions, etc., that could affect the instruments accuracy or repeatability.

c. Inspect installation for compliance with Drawings and Specifications. d. Inspect installation for obstructions and adequate clearances around

equipment. e. Inspect equipment installation for proper leveling, alignment, anchorage,

and assembly. f. Inspect equipment nameplate data to verify compliance with design

requirements. g. Inspect cable terminations. h. Inspect/witness instrument calibrations/verifications.

3. Inspection activities conducted during construction do not satisfy inspection requirements specified in Section 17950.

4. Field acceptance testing: (Functional Testing) is specified in Section 17950. Additional general requirements are specified in Section 01756.

C. Installation supervision: 1. Ensure that the entire PCIS is installed in a proper and satisfactory manner. At

a minimum, the ICSC shall provide the following services: a. Installation resources:

1) Coordinate with the Contractor regarding installation requirements of the Contract Documents.

b. Provide technical assistance to installation personnel by telephone: 1) Furnish installation personnel with at least one copy of the accepted

submittals, including all installation details. c. Periodic inspections during the construction period.

Not to be used for bidding purposes!

Page 524: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17050-30 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17050 (Bid Set)

d. A complete check of the completed installation to ensure that it is in conformance with the requirements of the equipment manufacturer and the Contract Documents.

e. Field verify accuracy and calibration of all instruments.

3.09 ADJUSTING

A. Control valves: 1. Stroke all control valves, cylinders, drives and connecting linkages from the

control system as well as local control devices and adjust to verify proper control action, hand switch action, limit switch settings, torque settings, remote control actions, and remote feedback of valve status and position.

2. Check control valve actions and positioner settings with the valves in place to ensure that no changes have occurred since the bench calibration.

B. Make all revisions necessary to the control system software, as directed by the Engineer. 1. It is understood that the Contractor knows and agrees that changes will be

required in the control system software during the Source Testing, Functional Testing, Process Operational Period, Process Start-Up, and during the Project Correction Period.

3.10 CLEANING

A. As specified in Section 01770.

B. Vacuum clean all control panels and enclosures before process start-up and again after final completion of the project.

C. Clean all panel surfaces.

D. Return to new condition any scratches and/or defects.

E. Wipe all instrument faces and enclosures clean.

F. Leave wiring in panels, manholes, boxes, and other locations in a neat, clean, and organized manner: 1. Neatly coil and label all spare wiring lengths. 2. Shorten, re-terminate, and re-label excessive spare wire and cable lengths, as

determined by the Engineer.

G. As specified in other sections of the Contract Documents.

3.11 PROTECTION

A. Protect all Work from damage or degradation until date of Substantial Completion.

3.12 SCHEDULES (NOT USED)

END OF SECTION

Not to be used for bidding purposes!

Page 525: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17213-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17213 (Bid Set)

SECTION 17213

LEVEL MEASUREMENT: LIQUID SUCTION DETECTORS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Level measurement devices for in-line process liquid level detection.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following sections are related to the Work described in this Section. This list of related sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01330 - Submittal Procedures. b. Section 17050 - Common Work Results for Process Control and

Instrumentation Systems. c. Section 17950 - Testing, Calibration, and Commissioning.

C. Provide all instruments identified on the Contract Documents.

1.02 REFERENCES

A. As specified in Section 17050.

1.03 DEFINITIONS

A. As specified in Section 17050.

1.04 SUBMITTALS

A. Furnish submittals as specified in Sections 01330 and 17050.

B. Provide complete documentation covering the traceability of all calibration instruments.

1.05 QUALITY ASSURANCE

A. As specified in Section 17050.

B. Examine the complete set of Contract Documents and verify that the instruments are compatible with the installed conditions including: 1. Process conditions: Fluids, pressures, temperatures, flows, materials etc.

Not to be used for bidding purposes!

Page 526: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17213-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17213 (Bid Set)

2. Physical conditions: a. Installation and mounting requirements. b. Location within the process. c. Accessories: Verify that all required accessories are provided and are

compatible with the process conditions and physical installation.

C. Notify the Engineer if any installation condition does not meet the instrument manufacturer’s recommendations or specifications.

1.06 DELIVERY, STORAGE, AND HANDLING

A. As specified in Section 17050.

1.07 PROJECT OR SITE CONDITIONS

A. Project environmental conditions as specified in Section 17050. 1. Provide instruments suitable for the installed site conditions including, but not

limited to, material compatibility, site altitude, site seismic conditions, humidity, and process and ambient temperatures.

1.08 WARRANTY

A. As specified in Section 17050.

1.09 MAINTENANCE

A. Furnish all parts, materials, fluids, etc. necessary for operation, maintenance, and calibration purposes throughout the warranty period. Deliver all of these supplies before project substantial completion.

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. One of the following or equal: 1. Drexelbrook “Clear Line” 506-7100 Series. 2. Princo Model L3500 series.

2.02 MANUFACTURED UNITS

A. Sensor: 1. Point type, solid state, high frequency (RF) impedance sensing. 2. Single point level switch sensing level of process fluid:

a. DPDT contacts. b. Contacts rated for 120 VAC, 5 Amps minimum. c. Adjustable time delay - selectable from 0 to 30 seconds.

3. Performance requirements: a. Temperature stability: Less than 1.0 pF typical (-40 degrees Fahrenheit to

140 degrees Fahrenheit). 4. Cable:

a. Coaxial, manufacturer’s standard.

Not to be used for bidding purposes!

Page 527: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17213-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17213 (Bid Set)

b. Routed from transmitter to sensor with sufficient length. Splicing is prohibited.

5. Power supply: a. 120 VAC, 1 watt nominal.

B. Flanges and sensor: 1. Flanges: As indicated in the Data Sheets. 2. Sensor (wetted surface):

a. Teflon/Type 316 stainless steel. 3. Connection: Flanged. 4. Sensor:

a. Partial ring. b. Explosion proof, Class I Division 1 and Division 2 Groups A, B, C, D rated. c. Pressure rating: 50 pounds per square inch gauge.

5. Components: a. Manufacturer cables.

2.03 SOURCE QUALITY CONTROL

A. As specified in Section 17050.

PART 3 EXECUTION

3.01 EXAMINATION

A. Examine the installation location for the instrument and verify that the instrument will work properly when installed. 1. Notify the Engineer promptly if any installation condition does not meet the

instrument manufacturer’s recommendations or specifications.

3.02 PREPARATION (NOT USED)

3.03 INSTALLATION

A. As specified in Section 17050.

B. Install in vertical oriented piping.

3.04 FIELD QUALITY CONTROL

A. As specified in Section 17950.

3.05 ADJUSTING

A. As specified in Section 17950.

3.06 CLEANING

A. As specified in Section 17050.

Not to be used for bidding purposes!

Page 528: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17213-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17213 (Bid Set)

3.07 DEMONSTRATION AND TRAINING

A. As specified in Section 17050.

3.08 PROTECTION

A. As specified in Section 17050.

3.09 SCHEDULES

A. The provided information does not necessarily include all required instruments. Provide all instruments identified in the Contract Documents: 1. Instruments may be indicated on the Drawings, specified in the Specifications,

or both.

END OF SECTION

Not to be used for bidding purposes!

Page 529: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17306-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17306 (Bid Set)

SECTION 17306

FLOW MEASUREMENT: ULTRASONIC DOPPLER & TRANSIT TIME

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Ultrasonic flow meters.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 17050 - Common Work Results for Process Control and

Instrumentation Systems. 3. Section 17950 - Testing, Calibration, and Commissioning.

C. Provide all instruments identified in the Contract Documents.

1.02 REFERENCES

A. As specified in Section 17050.

1.03 DEFINITIONS

A. As specified in Section 17050.

1.04 SUBMITTALS

A. Furnish submittals as specified in Sections 01330 and 17050.

B. Provide complete documentation covering the traceability of all calibration instruments.

1.05 QUALITY ASSURANCE

A. As specified in Section 17050.

B. Examine the complete set of Contract Documents and verify that the instruments are compatible with the installed conditions including: 1. Process conditions: Fluids, pressures, temperatures, flows, materials etc. 2. Physical conditions:

a. Installation and mounting requirements. b. Location within the process. c. Accessories: Verify that all required accessories are provided and are

compatible with the process conditions and physical installation.

C. Notify the Engineer if any installation condition does not meet the instrument manufacturer’s recommendations or specifications.

Not to be used for bidding purposes!

Page 530: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17306-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17306 (Bid Set)

D. Provide instruments manufactured at facilities certified to the quality standards of ISO 9001.

1.06 DELIVERY, STORAGE, AND HANDLING

A. As specified in Section 17050.

1.07 PROJECT OR SITE CONDITIONS

A. Project environmental conditions as specified in Section 17050. 1. Provide instruments suitable for the installed site conditions including, but not

limited to, material compatibility, site altitude, site seismic conditions, humidity, and process and ambient temperatures.

1.08 WARRANTY

A. As specified in Section 17050.

1.09 MAINTENANCE

A. Furnish all parts, materials, fluids, etc. necessary for operation, maintenance, and calibration purposes throughout the warranty period. Deliver all of these supplies before project substantial completion.

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. One of the following: 1. Ultrasonic strap-on:

a. Greyline Instruments Inc., DFM5.1. b. Siemens SiTRANS.

2.02 MANUFACTURED UNITS

A. Ultrasonic Flow Meters: strap-on: 1. General:

a. Ultrasonic system shall consist of strap-on sensor to produce 4 to 20 milliamperes DC signal that is directly proportional to the liquid flow rate.

b. Ultrasonic system shall also provide programmable relay outputs for pump control, fault indication power down alarming or remote totalizer driving.

c. Each ultrasonic Doppler system shall include: 1) Clamp-on sensor. 2) Signal cable. 3) Remote mount transmitter. 4) Sensor compound kit and sensor mounting clamps.

2. Performance requirements: a. Accuracy:

1) 1 percent of flow rate. b. Repeatability:

1) 0.25 percent of full scale.

Not to be used for bidding purposes!

Page 531: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17306-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17306 (Bid Set)

3. Element: a. 2 encapsulated single or dual frequency sensor heads suitable for

submersible/underground service. b. Type 316 stainless steel mounting clamp assembly.

4. Transmitter: a. Power supply:

1) 120 VAC. 2) Power consumption: 60 VA maximum.

b. Outputs: 1) Isolated 4 to 20 milliamperes DC with HART communication protocol. 2) Relay outputs:

a) 2 Form C contact. c. Microprocessor-based signal converter/transmitter. d. Type 316 stainless steel or flame retardant fiberglass-reinforced polyester

NEMA Type 4X (IP65) enclosure. e. Operator interface consisting of keypads that respond to English text

entry. f. RS232 serial interface. g. Ambient operating temperature limits of -29 to 60 degrees Celsius (-20 to

140 degrees Fahrenheit).

2.03 ACCESSORIES

A. Provide sunshades for outdoor installations.

2.04 SOURCE QUALITY CONTROL

A. As specified in Section 17050.

B. Factory calibrate each instrument with a minimum 3-point calibration or according to Manufacturer’s standard at a facility that is traceable to the NIST. 1. Submit calibration data sheets to the Engineer at least 30 days before

shipment of the instruments to the project site.

PART 3 EXECUTION

3.01 EXAMINATION

A. Examine the installation location for the instrument and verify that the instrument will work properly when installed. 1. Notify the Engineer promptly if any installation condition does not meet the

instrument manufacturer’s recommendations or specifications.

3.02 PREPARATION (NOT USED)

3.03 INSTALLATION

A. As specified in Section 17050.

B. Coordinate the installation with all trades to ensure that the mechanical system has all necessary appurtenances including weld-o-lets, valves, etc. for proper installation of instruments.

Not to be used for bidding purposes!

Page 532: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17306-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17306 (Bid Set)

3.04 FIELD QUALITY CONTROL

A. As specified in Section 17050.

B. Provide manufacturer’s services to perform start-up and calibration or verification.

3.05 ADJUSTING

A. As specified in Section 17950.

3.06 CLEANING

A. As specified in Section 17050.

3.07 DEMONSTRATION AND TRAINING

A. As specified in Section 17050.

B. Demonstrate performance of all instruments to the Engineer before commissioning.

3.08 PROTECTION

A. As specified in Section 17050.

3.09 SCHEDULES

A. The provided information does not necessarily include all required instruments. Provide all instruments identified in the Contract Documents: 1. Instruments may be indicated on the Drawings, specified in the Specifications,

or both.

END OF SECTION

Not to be used for bidding purposes!

Page 533: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17306-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17306 (Bid Set)

A/E: Carollo Engineers

ULTRASONIC DOPPLER FLOWMETERS

Spec. No. Rev.

Contractor: No By Date Revisio

n17306

Project: GBT Expansion Project Contract DateCustomer: Rock River Water Reclamation District Plant: Rock River Water Reclamation District Req. P.O.Location: Rock River, Illinois BOM No.: By Chk AppFile: 1 Instrument Tag No. FE/FIT-201 2 Service Water 3 P&ID N02 4 C Line Size / Schedule 5 O Line Material 6 N Line Thickness 7 N Connection Type 8 S Type Spool Piece: Strap-On:

E 9 E Sensor Material L 10 N Number of Sensors E 11 S Enclosure Class NEMA 7M 12 O Retract Mechanism E 13 R Other N 14 Other T 15 Fluid 16 F Max Flow Units 17 L Max Velocity Units

18 U Norm Flow

Min Flow

19 I Max Temp Min Temp 20 D Max Press Min Press 21 Other 22 Other

T 23 Function R 24 Mounting Strap-onA 25 Enclosure Class NEMA 7N 26 Length Signal Cable S 27 Type Span Adjustment Mfr. Std.M 28 Power Supply 115VAC, 60HzI 29 Transmitter Output 4-20mA

T 30 Calibrated Range T 31 Accuracy 0.3%E 32 Other

R 33 Display Scale Size Range 16 Char.

LCD Adjustable

34 Alarm Contact No.

Form Mfr. Std. Mfr. Std.

35 Manufacturer 36 Model No. Notes:

Not to be used for bidding purposes!

Page 534: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

Not to be used for bidding purposes!

Page 535: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17401-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17401 (Bid Set)

SECTION 17401

PRESSURE/VACUUM MEASUREMENT: DIAPHRAGM AND ANNULAR SEALS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Annular seals.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 17050 - Common Work Results for Process Control and

Instrumentation Systems.

C. Provide all seals identified in the Contract Documents.

1.02 REFERENCES

A. As specified in Section 17050.

1.03 DEFINITIONS

A. As specified in Section 17050.

1.04 SUBMITTALS

A. Furnish submittals as specified in Sections 01330 and 17050.

B. Additional requirements: 1. Product data:

a. Manufacturer’s installation instructions. b. Seal type. c. Body materials. d. Diaphragm material. e. Fill fluid type. f. Seal size. g. Options. h. Process connection.

1.05 QUALITY ASSURANCE

A. As specified in Section 17050.

B. Examine the complete set of Contract Documents and verify the compatibility with the installed conditions including: 1. Process conditions: Fluids, pressures, temperatures, flows, materials, etc. 2. Physical conditions:

a. Installation and mounting requirements. b. Location within the process.

Not to be used for bidding purposes!

Page 536: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17401-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17401 (Bid Set)

c. Accessories: Verify that all required accessories are provided and are compatible with the process conditions and physical installation.

C. Notify the Engineer if any installation condition does not meet the manufacturer’s recommendations or specifications.

1.06 DELIVERY, STORAGE, AND HANDLING

A. As specified in Section 17050.

1.07 PROJECT OR SITE CONDITIONS

A. As specified in Section 17050.

1.08 WARRANTY

A. As specified in Section 17050.

1.09 MAINTENANCE

A. As specified in Section 17050.

B. Provide spare annular seal for every size indicated in the project.

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. Annular seals: 1. One of the following or equal:

a. Red Valve - Series 40.

2.02 MANUFACTURED UNITS

A. Annular seals: 1. General:

a. Inside diameter of annular seal shall provide uninterrupted flow: 1) There shall be no dead ends or crevices. 2) Process flow shall be sufficient to make the annular seal

self-cleaning. b. The pressure sensing flexible cylinder shall measure pressure around the

full inside circumference of the pipeline. 2. Requirements:

a. Pressure rating: Equivalent to the ANSI flanges. b. Materials of construction:

1) Inner flexible cylinder: Manufacturer’s standard. 2) Body:

a) Carbon Steel with epoxy coating. b) Type 316 Stainless Steel.

3) Assembly flanges: To match adjacent piping. 4) Fill fluid: Silicon oil.

c. Nominal pipe size: As indicated on the Drawings.

Not to be used for bidding purposes!

Page 537: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17401-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17401 (Bid Set)

d. Process connection: Wafer. e. Instrument connection: 1/2 inch NPT.

2.03 ACCESSORIES (NOT USED)

2.04 SOURCE QUALITY CONTROL

A. As specified in Section 17050.

PART 3 EXECUTION

3.01 EXAMINATION (NOT USED)

3.02 PREPARATION (NOT USED)

3.03 INSTALLATION

A. As specified in Section 17050.

B. Coordinate the installation with all trades to ensure that the mechanical system has all necessary appurtenances including weld-o-lets, valves, etc. for proper installation of instruments.

C. Do not use Teflon thread seal tape on pressure instruments with silicon oil fill fluid.

3.04 FIELD QUALITY CONTROL

A. As specified in Section 17050.

3.05 ADJUSTING (NOT USED)

3.06 CLEANING

A. As specified in Section 17050.

3.07 DEMONSTRATION AND TRAINING

A. As specified in Section 17050.

3.08 PROTECTION

A. As specified in Section 17050.

3.09 SCHEDULES (NOT USED)

END OF SECTION

Not to be used for bidding purposes!

Page 538: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 539: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17402-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17402 (Bid Set)

SECTION 17402

PRESSURE/VACUUM MEASUREMENT: INSTRUMENT VALVES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Valve manifolds and instrument valves.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 17050 - Common Work Results for Process Control and

Instrumentation Systems.

C. Provide all valves identified in the Contract Documents.

1.02 REFERENCES

A. As specified in Section 17050.

1.03 DEFINITIONS

A. As specified in Section 17050.

1.04 SUBMITTALS

A. Furnish submittals as specified in Sections 01330 and 17050.

B. Additional requirements: 1. Product data:

a. Valve type. b. Body material. c. Size. d. Options.

2. Shop drawings: a. Mounting details for all manifold valves.

1.05 QUALITY ASSURANCE

A. As specified in Section 17050.

B. Examine the complete set of Contract Documents and verify that the valves are compatible with the installed conditions including: 1. Process conditions: Fluids, pressures, temperatures, flows, materials, etc. 2. Physical conditions:

a. Installation and mounting requirements. b. Location within the process. c. Accessories: Verify that all required accessories are provided and are

compatible with the process conditions and physical installation.

Not to be used for bidding purposes!

Page 540: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17402-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17402 (Bid Set)

C. Notify the Engineer if any installation condition does not meet the valve manufacturer’s recommendations or specifications.

D. Provide valves manufactured at facilities certified to the quality standards of ISO 9001.

1.06 DELIVERY, STORAGE, AND HANDLING

A. As specified in Section 17050.

B. Protect valve manifolds and protective coatings from damage during handling and installation. Repair coating where damaged.

1.07 PROJECT OR SITE CONDITIONS

A. Project environmental conditions as specified in Section 17050. 1. Provide valves suitable for the installed site conditions including, but not

limited to, material compatibility, process, and ambient temperatures.

1.08 WARRANTY

A. As specified in Section 17050.

1.09 MAINTENANCE

A. As specified in Section 17050.

B. Furnish all parts, materials, fluids, etc. necessary for operation, maintenance, and calibration purposes throughout the warranty period. Deliver all of these supplies before project substantial completion.

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. Valve manifold manufacturers: One of the following or equal: 1. Anderson Greenwood. 2. Hex Valve. 3. Noshok. 4. Rosemount.

B. Block and bleed valve manufacturers: One of the following or equal: 1. Anderson Greenwood. 2. Hex Valve.

C. Gauge valve manufacturers: One of the following or equal: 1. Anderson Greenwood. 2. Hex Valve.

D. Level sensor isolation valve manufacturers: One of the following or equal: 1. Indu-Tech Level Sensor Isolation Valve. 2. DeZURIK Level Sensor Isolation Valve.

Not to be used for bidding purposes!

Page 541: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17402-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17402 (Bid Set)

3. Tyco Rovalve Isolation Knife Gate Valve.

2.02 MANUFACTURED UNITS

A. Valve manifolds: 1. General:

a. Provide 2-valve, 3-valve, blowdown type 5-valve, or metering type 5-valve manifolds as indicated on the Drawings.

b. Valve manifolds shall have one piece bonnet with a metal to metal seal to the valve body below the bonnet threads.

2. Requirements: a. Bonnet lock pin to prevent accidental loosening. b. Gas leak tested metal-to-metal hard seat design for hard seat valves. c. Gas leak tested soft seat design with replaceable seat for soft seat valves. d. Manifold valves shall have straight through portion for bi-directional flow

and easy roddable cleaning. e. Manifold valves shall allow for direct or remote instrument mounting. f. Shall be able to withstand pressures up to 6,000 psi for soft seat valves

and 10,000 psi for hard seat valves at maximum 200 degrees Fahrenheit. g. Materials of construction:

1) Body material: Type 316 stainless steel. 2) O-Ring: Teflon.

h. 2-Valve manifolds: 1) 1 isolation valve and 1 drain/vent and calibration valve.

i. 3-Valve manifolds: 1) 2 isolation valves and 1 equalizing valve for differential pressure

applications. 2) Plugged vent connections used for vent/drain or calibration.

j. Blowdown 5-valve manifold: 1) 2 isolation valves, 1 equalizing valve, 2 blowdown valves for

differential pressure applications. k. Metering 5-valve manifold:

1) 2 isolation valves, 2 equalizing valves, 1 vent/drain and calibration valve for differential pressure applications.

B. Block and bleed valves: 1. General:

a. Valve shall provide process isolation and venting/draining capabilities. b. Gas leak tested metal-to-metal hard seat design for hard seat valves. c. Gas leak tested soft seat design with replaceable seat for soft seat valves. d. Valve shall not be used with fluids with high solids content, such as raw

wastewater or sludge. 2. Requirements:

a. Materials of construction: 1) Body material: Type 316 stainless steel. 2) O-Ring: Teflon.

C. Gauge valves: 1. General:

a. Valve shall provide process isolation from pressure instrument. b. Gas leak tested, metal-to-metal hard seat design for hard seat valves. c. Gas leak tested soft seat design with replaceable seat for soft seat valves.

Not to be used for bidding purposes!

Page 542: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17402-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17402 (Bid Set)

2. Requirements: a. Materials of construction:

1) Body material: Type 316 stainless steel. 2) O-Ring: Teflon.

D. Level sensor isolation valves: 1. General:

a. Valve shall provide process isolation from level diaphragm. b. Gas leak tested, metal-to-metal hard seat design for hard seat valves. c. Gas leak tested soft seat design with replaceable seat for soft seat valves.

2. Requirements: a. Materials of construction:

1) Body material: Type 316 stainless steel. 2) Flange diameter size: 3 inches.

2.03 ACCESSORIES

A. Provide tube fitting, female NPT, or pipe butt weld connections if necessary.

B. Provide stainless steel concentric or eccentric pipe nipples when necessary.

2.04 SOURCE QUALITY CONTROL

A. As specified in Section 17050.

PART 3 EXECUTION

3.01 EXAMINATION

A. Examine the installation location and verify it will work properly when installed. 1. Notify the Engineer promptly if any installation condition does not meet the

manufacturer’s recommendations or specifications.

3.02 PREPARATION (NOT USED)

3.03 INSTALLATION

A. As specified in Section 17050.

B. Coordinate the installation with all trades to ensure that the mechanical system has all necessary appurtenances including weld-o-lets, valves, etc. for proper installation of all valves.

3.04 FIELD QUALITY CONTROL

A. As specified in Section 17050.

3.05 ADJUSTING

A. As specified in Section 17950.

Not to be used for bidding purposes!

Page 543: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17402-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17402 (Bid Set)

3.06 CLEANING

A. As specified in Section 17050.

3.07 DEMONSTRATION AND TRAINING

A. As specified in Section 17050.

B. Demonstrate performance of all valves to the Engineer before commissioning.

3.08 PROTECTION

A. As specified in Section 17050.

3.09 SCHEDULES (NOT USED)

END OF SECTION

Not to be used for bidding purposes!

Page 544: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 545: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17404-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17404 (Bid Set)

SECTION 17404

PRESSURE/VACUUM MEASUREMENT: GAUGES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Pressure/vacuum gauges.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 17050 - Common Work Results for Process Control and

Instrumentation Systems.

C. Provide all instruments specified in the Contract Documents.

1.02 REFERENCES

A. As specified in Section 17050.

B. American Society of Mechanical Engineers (ASME): 1. B40.100 - Pressure Gauges and Gauge Attachments.

1.03 DEFINITIONS

A. As specified in Section 17050.

1.04 SUBMITTALS

A. Furnish submittals as specified in Sections 01330 and 17050.

B. Additional requirements: 1. Product data:

a. Accessories such as diaphragm seals, valve manifold, snubbers, and pulsation dampeners.

1.05 QUALITY ASSURANCE

A. As specified in Section 17050.

B. Examine the complete set of Contract Documents and verify that the instruments are compatible with the installed conditions including: 1. Process conditions: Fluids, pressures, temperatures, flows, materials, etc. 2. Physical conditions:

a. Installation and mounting requirements. b. Location within the process. c. Accessories: Verify that all required accessories are provided and are

compatible with the process conditions and physical installation.

Not to be used for bidding purposes!

Page 546: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17404-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17404 (Bid Set)

C. Notify the Engineer if any installation condition does not meet the instrument manufacturer’s recommendations or specifications.

1.06 DELIVERY, STORAGE, AND HANDLING

A. As specified in Section 17050.

1.07 PROJECT OR SITE CONDITIONS

A. As specified in Section 17050.

1.08 WARRANTY

A. As specified in Section 17050.

1.09 MAINTENANCE

A. As specified in Section 17050.

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. Manufacturers: One of the following or equal: 1. Ashcroft:

a. Maximum pressure less than 10 pounds per square inch: Model 1188. 1) If a stainless steel dial casing is required:

a) Model 1009. b. Maximum pressure greater than or equal to 10 pounds per square inch:

Model 1279. 1) If a stainless steel dial casing is required:

a) Model 1009. 2. Wika. 3. Ametek U.S. Gauge.

2.02 MANUFACTURED UNITS

A. General: 1. Pressure gauge assembly shall include pressure sensing element, gauge

case, and dial mechanism.

B. Performance requirements: 1. Pressure range:

a. As specified in the Contract Documents. 2. Accuracy:

a. Grade 2A, as defined by ASME B40.100. b. Within 1.0 percent of span after friction errors are eliminated by tapping or

vibration. c. Maximum allowable friction inaccuracy: Within 1.0 percent of span.

Not to be used for bidding purposes!

Page 547: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17404-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17404 (Bid Set)

3. Element: a. Where the maximum pressure is less than 10 pounds per square inch,

provide socket and bellows; for all other pressure ranges, employ a Bourdon tube.

b. Socket tips for bellows and Bourdon tube: 1) Materials: Type 316 stainless steel.

c. Overpressure: Minimum 130 percent of maximum range pressure without damage to gauge or sensing element.

d. Wetted materials: Type 316 stainless steel. 4. Dial gauge:

a. Dial size: 4-1/2 inches. b. Dial case material: c. Maximum pressure less than 10 pounds per square inch:

1) Aluminum. d. Maximum pressure greater than or equal to 10 pounds per square inch:

1) Stainless steel. e. Provide safety gauge with safety blow out through the back or top of the

unit. f. Dial face: Gasketed shatterproof glass or polycarbonate. g. Provide gauge locks where possible. h. Connection and mounting:

1) Direct mounted and suitable for outdoor installation. 2) 1/2 inch NPT. 3) Connection material: Stainless steel.

i. Pointer: Externally adjustable.

2.03 ACCESSORIES

A. Provide means for gauge isolation: 1. Mount valve manifold integrally to the gauge. 2. Valve manifold and pressure gauge shall be assembled by manufacturer and

shipped as an assembly.

2.04 SOURCE QUALITY CONTROL

A. As specified in Section 17050.

B. Factory calibrate each pressure gauge at a facility that is traceable to the NIST.

C. Provide complete documentation covering the traceability of all calibration instruments.

PART 3 EXECUTION

3.01 EXAMINATION (NOT USED)

3.02 PREPARATION (NOT USED)

3.03 INSTALLATION

A. As specified in Section 17050.

Not to be used for bidding purposes!

Page 548: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17404-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17404 (Bid Set)

B. Coordinate the installation with all trades to ensure that the mechanical system has all necessary appurtenances including weld-o-lets, valves, etc. for proper installation of instruments.

3.04 FIELD QUALITY CONTROL

A. As specified in Section 17050.

3.05 ADJUSTING

A. Verify factory calibration of all instruments in accordance with the manufacturer’s instructions: 1. Return factory calibrated devices to the factory if they do not meet the field

verification requirements for calibration.

3.06 CLEANING

A. As specified in Section 17050.

3.07 DEMONSTRATION AND TRAINING

A. As specified in Section 17050.

3.08 PROTECTION

A. As specified in Section 17050.

3.09 SCHEDULES

A. The provided information does not necessarily include all required instruments. Provide all instruments identified in the Contract Documents: 1. Instruments may be indicated on the Drawings, specified in the Specifications

or both.

END OF SECTION

Not to be used for bidding purposes!

Page 549: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17404-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17404 (Bid Set)

A/E: Carollo Engineers PRESSURE

GAUGES

Spec. No. Rev. Contractor: No By Date Revision 17404

Project: GBT Expansion Project Contract Date Customer: Rock River Water Reclaimation District Plant: Rock River Water Reclamation District Req. P.O. Location: Rockriver, Illinois BOM No.: By Chk App File: 1 Type Direct Rdg.: √ Receiver: Other: 2 Mounting Surface: Local: Flush: 3 Dial Diameter: 4.5” Color: 4 Case Cast Iron: Aluminum: Phenolic: √ Polished SS Other: 5 Ring Screwed: Hinged: Slip: Std: Other: 6 Blowout Protection None: Disc: Front: Other: Mfr. Std. 7 Lens Glass: √ Plastic: 8 Options Siphon: N/A Material: 9 Other Snubber: 10 Other Pressure Limit Valve: N/A 11 Other Movement Damping: N/A 12 Nominal Accuracy Required 13 Pressure Element Bourdon: √ Bellows: Other: 14 Element Material Bronze: Steel: Type SS: 316 √ Other: 15 Socket Material Bronze: Steel: SS: 316 Other: 16 Connection ¼ in.: ½ in.: √ Bottom: Other: 17 Movement Dampened: Standard: √ Other: 18 Diaphragm Seal Mfr.: Wetted Part Mat’l: Type: 19 Other Other Mat’l: Fill Fluid: Model: 20 Manufacturer 21 Model No. Rev Tag Number Range P&ID Service Notes

Notes:

Not to be used for bidding purposes!

Page 550: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 551: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17405-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17405 (Bid Set)

SECTION 17405

PRESSURE/VACUUM MEASUREMENT: DIRECT

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Pressure transmitters and indicators.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 17050 - Common Work Results for Process Control and

Instrumentation Systems. 3. Section 17401 - Pressure/Vacuum Measurement: Diaphragm and Annular

Seals. 4. Section 17402 - Pressure/Vacuum Measurement: Instrument Valves. 5. Section 17950 - Testing, Calibration, and Commissioning.

C. Provide all instruments identified in the Contract Documents.

1.02 REFERENCES

A. As specified in Section 17050.

1.03 DEFINITIONS

A. As specified in Section 17050.

B. Specific definitions: 1. Lower range value (LRV): Lowest pressure that the pressure transmitter is

capable of measuring. 2. Upper range value (URV): Highest pressure that the pressure transmitter is

capable of measuring. 3. Calibrated range: The range that the pressure transmitter is configured to

measure. The low end of the calibrated range must be greater than the LRV of the transmitter. The high end of the calibrated range must be less than or equal to the URV. The calibrated range corresponds to the flow signal sent from the transmitter.

1.04 SUBMITTALS

A. Furnish submittals as specified in Sections 01330 and 17050.

B. Provide complete documentation covering the traceability of all calibration instruments.

1.05 QUALITY ASSURANCE

A. As specified in Section 17050.

Not to be used for bidding purposes!

Page 552: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17405-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17405 (Bid Set)

B. Examine the complete set of Contract Documents and verify that the instruments are compatible with the installed conditions including: 1. Process conditions: Fluids, pressures, temperatures, flows, materials etc. 2. Physical conditions:

a. Installation and mounting requirements. b. Location within the process. c. Accessories: Verify that all required accessories are provided and are

compatible with the process conditions and physical installation.

C. Notify the Engineer if any installation condition does not meet the instrument manufacturer’s recommendations or specifications.

D. Provide instruments manufactured at facilities certified to the quality standards of ISO 9001.

1.06 DELIVERY, STORAGE, AND HANDLING

A. As specified in Section 17050.

1.07 PROJECT OR SITE CONDITIONS

A. As specified in Section 17050.

B. Project environmental conditions as specified in Section 17050. 1. Provide instruments suitable for the installed site conditions including, but not

limited to, material compatibility, site altitude, site seismic conditions, humidity, and process and ambient temperatures.

1.08 WARRANTY

A. As specified in Section 17050.

1.09 MAINTENANCE

A. Furnish all parts, materials, fluids, etc. necessary for operation, maintenance, and calibration purposes throughout the warranty period. Deliver all of these supplies before project substantial completion.

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. One of the following or equal: 1. Rosemount: 3051 Series. 2. Yokogawa: EJA Series. 3. ABB: 266 Series. 4. Endress & Hauser: Cerabar S Series.

Not to be used for bidding purposes!

Page 553: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17405-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17405 (Bid Set)

2.02 MANUFACTURED UNITS

A. Pressure transmitters – direct: 1. General:

a. Pressure transmitter assembly shall include a diaphragm type pressure transducer and microprocessor based transmitter for measurement of gauge, vacuum, or absolute pressure.

2. Performance requirements: a. Maximum ratio of total instrument range to calibrated span: 10 to 1. b. Accuracy:

1) Reference accuracy: Plus or minus 0.075 percent of calibrated span, including effects of hysteresis, nonlinearity, and repeatability.

2) Total performance accuracy: Plus or minus 0.30 percent of calibrated span, including reference accuracy effects, static pressure and ambient temperature effects.

3) Stability: Plus or minus 0.15 percent of upper range limit over 5 years.

3. Element: a. Diaphragm type transducer integral to pressure transmitter. b. Diaphragm material: Stainless steel or ceramic. c. Process material compatibility:

1) Verify all material compatibilities with the instrument manufacturer. d. Process connection: As specified in the Instrument Data Sheets.

4. Transmitter: a. Power supply:

1) 24 VDC - 2 wire loop powered. 2) Power consumption: 3 VA maximum.

b. Outputs: 1) Isolated 4-20mA DC with HART communication protocol.

c. Provided with electronic microprocessor. d. Adjustments: Adjustable electronic zero and span, with elevated or

suppressed zero as required by application. Adjustment shall be possible without mechanical fulcrum points or handheld configurator.

e. Local display: 1) 5-digit LCD. 2) Scaled in engineering units.

f. Enclosure: 1) NEMA Type 4X. 2) NEMA Type 7.

g. Over range protection: To maximum process line pressure. h. Conduit: 1/2 inch male NPT.

5. Components: a. Transmitter mounting:

1) As specified in the Instrument Data Sheets. 2) Provide all necessary hardware for transmitter mounting.

2.03 ACCESSORIES

A. Provide valve manifolds as specified in Section 17402: 1. Mount valve manifold integrally to the transmitter. 2. Valve manifold and transmitter shall be assembled by Manufacturer and

shipped as an assembly.

Not to be used for bidding purposes!

Page 554: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17405-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17405 (Bid Set)

3. Provide remote or integral diaphragm seals as specified in the Instrument Data Sheets and in Section 17401.

B. Provide sunshades for outdoor installations.

2.04 SOURCE QUALITY CONTROL

A. As specified in Section 17050.

B. Factory calibrate each instrument with a minimum 3-point calibration or according to Manufacturer’s standard at a facility that is traceable to the NIST. 1. Submit calibration data sheets to the Engineer at least 30 days before

shipment of the instruments to the project site.

PART 3 EXECUTION

3.01 EXAMINATION

A. Examine the installation location for the instrument and verify that the instrument will work properly when installed. 1. Notify the Engineer promptly if any installation condition does not meet the

instrument manufacturer’s recommendations or specifications.

3.02 PREPARATION (NOT USED)

3.03 INSTALLATION

A. As specified in Section 17050.

B. Coordinate the installation with all trades to ensure that the mechanical system has all necessary appurtenances including weld-o-lets, valves, etc. for proper installation of instruments.

3.04 FIELD QUALITY CONTROL

A. As specified in Section 17050.

3.05 ADJUSTING

A. As specified in Section 17950.

3.06 CLEANING

A. As specified in Section 17050.

3.07 DEMONSTRATION AND TRAINING

A. As specified in Section 17050.

3.08 PROTECTION

A. As specified in Section 17050.

Not to be used for bidding purposes!

Page 555: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17405-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17405 (Bid Set)

3.09 SCHEDULES

A. The provided information does not necessarily include all required instruments. Provide all instruments identified in the Contract Documents: 1. Instruments may be indicated on the Drawings, specified in the Specifications,

or both.

END OF SECTION

Not to be used for bidding purposes!

Page 556: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17405-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17405 (Bid Set)

A/E: Carollo Engineers PRESSURE

TRANSMITTERS

Spec. No. Rev. Contractor: No By Date Revision 17405

Project: GBT Expansion Project Contract Date Customer: Rock River Water Reclamation District Plant: Rock River Water Reclamation District Req. P.O. Location: Rock River, Illinois BOM No.: By Chk App File:

1 Instrument Tag No. LIT-222 GENERAL 2 Service Water

3 P&ID N02 4 Pressure

SERVICE 5 Process Temperature 35-70 deg F 6 Ambient Temperature 7 Manufacture 8 Model No. 9 Pressure Transmitter Type Direct

TRANSMITTER 10 Calibrated Span 11 Accuracy 12 Adjustable Range 13 Output Signal 4-20 Ma HART 14 Body Rating 15 Process Flange Type Threaded

16 Drain/Vent None 17 Process Flange MNPT 18 Adapters

BODY 19 Wetted O-Ring 20 Housing 21 Bolts 22 Mounting Brackets 23 Conduit Entry Size

ELEMENT 24 Isolating Diaphragm Not Required 25 Fill Fluid Not Required 26 Certification / Approval Type 27 Meter

OPTIONS 28 Zero Span & Adjustment 29 Surge Protection 30 Custom Configuration 31 Manufacturer

MANIFOLD 32 Model Number 33 Manifold Style Reference Details 34 Manifold Type Block and Bleed

Notes: Refer to Section 17402 for additional instrument valve requirements.

Not to be used for bidding purposes!

Page 557: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17407-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17407 (Bid Set)

SECTION 17407

PRESSURE MEASUREMENT: SUBMERSIBLE

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Submersible pressure transmitters.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 17050 - Common Work Results for Process Control and

Instrumentation Systems. 3. Section 17710 - Control Systems: Panels, Enclosures, and Panel

Components. 4. Section 17950 - Testing, Calibration, and Commissioning.

C. Provide all instruments identified in the Contract Documents.

1.02 REFERENCES

A. As specified in Section 17050.

1.03 DEFINITIONS

A. As specified in Section 17050.

1.04 SUBMITTALS

A. Furnish submittals as specified in Sections 01330, and 17050.

B. Provide complete documentation covering the traceability of all calibration instruments.

1.05 QUALITY ASSURANCE

A. As specified in Section 17050.

B. Examine the complete set of Contract Documents and verify that the instruments are compatible with the installed conditions including: 1. Process conditions: Fluids, pressures, temperatures, flows, materials etc. 2. Physical conditions:

a. Installation and mounting requirements. b. Location within the process. c. Accessories: Verify that all required accessories are provided and are

compatible with the process conditions and physical installation.

C. Notify the Engineer if any installation condition does not meet the instrument manufacturer’s recommendations or specifications.

Not to be used for bidding purposes!

Page 558: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17407-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17407 (Bid Set)

D. Provide instruments manufactured at facilities certified to the quality standards of ISO 9001.

1.06 DELIVERY, STORAGE, AND HANDLING

A. As specified in Section 17050.

1.07 PROJECT OR SITE CONDITIONS

A. Project environmental conditions as specified in Section 17050. 1. Provide instruments suitable for the installed site conditions including, but not

limited to, material compatibility, site altitude, site seismic conditions, humidity, and process and ambient temperatures.

1.08 WARRANTY

A. As specified in Section 17050.

1.09 MAINTENANCE

A. Furnish all parts, materials, fluids, etc. necessary for operation, maintenance, and calibration purposes throughout the warranty period. Deliver all of these supplies before project substantial completion.

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. Submersible level measurement with 2-wire integral transmitter: 1. One of the following or equal:

a. Endress+Hauser, Waterpilot FMX21 with 1.65-inch outer diameter probe. b. GE Druck, PTX-1290. c. Siemens, A1000i. d. Measurement Specialties KPSI 700 Series. e. PMC Engineering - Versaline VL2000 Series.

2.02 MANUFACTURED UNITS

A. Submersible level measurement with 2-wire integral transmitter: 1. General:

a. Pressure is measured through a diaphragm-type measuring cell and converted to linear pressure measurement.

b. Each submersible pressure transmitter system shall include: 1) Signal cable, including pressure compensation tube. 2) Transducer probe with integral transmitter. 3) Transmitter cable termination box.

2. Performance requirements: a. Accuracy:

1) 0.3 percent of range. b. Repeatability:

1) 0.25 percent of full scale.

Not to be used for bidding purposes!

Page 559: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17407-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17407 (Bid Set)

c. Rangeability: 1) 3:1.

d. Range: 1) As indicated on the Drawings.

3. Element: a. Sensor housing shall be Type 316L stainless steel or titanium with

ceramic, teflon-coated, or titanium diaphragm. b. Protective cap shall be manufacturer’s recommended material, chemically

resistant to process fluid. c. Slip resistant extension cable with pressure compensation tube with

Teflon filter. d. Enclosure for probe and transmitter assembly shall be NEMA Type 4X.

4. Transmitter: a. Power supply:

1) 2 wire loop powered. 2) Power consumption: 1 VA maximum.

b. Outputs: 1) Isolated 4 to 20 milliamperes DC.

c. Without display. d. Ambient operating temperature limits of -10 to 70 degrees Celsius

(-14 to 158 degrees Fahrenheit). e. Transmitter shall be integral to probe housing.

5. Transmitter cable termination box: a. NEMA Type 4X. b. Equipped with filter or desiccant chamber to eliminate moisture from the

pressure compensation tube. c. Termination for signal wires and pressure compensation tube.

2.03 ACCESSORIES

A. Type 316L stainless steel mounting clamp with Type 304 stainless steel mounting screws.

B. Provide cable clamp and strain relief.

2.04 SOURCE QUALITY CONTROL

A. As specified in Section 17050.

B. Factory calibrate each instrument with a minimum 3-point calibration or according to Manufacturer’s standard at a facility that is traceable to the NIST. 1. Submit calibration data sheets to the Engineer at least 30 days before

shipment of the instruments to the project site.

PART 3 EXECUTION

3.01 EXAMINATION

A. Examine the installation location for the instrument and verify that the instrument will work properly when installed. 1. Notify the Engineer promptly if any installation condition does not meet the

instrument manufacturer’s recommendations or specifications.

Not to be used for bidding purposes!

Page 560: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17407-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17407 (Bid Set)

3.02 PREPARATION (NOT USED)

3.03 INSTALLATION

A. As specified in Section 17050.

B. Coordinate the installation with all trades to ensure that the mechanical system has all necessary appurtenances including weld-o-lets, valves, etc. for proper installation of instruments.

3.04 FIELD QUALITY CONTROL

A. As specified in Section 17050.

3.05 ADJUSTING

A. As specified in Section 17950.

3.06 CLEANING

A. As specified in Section 17050.

3.07 DEMONSTRATION AND TRAINING

A. As specified in Section 17050.

3.08 PROTECTION

A. As specified in Section 17050.

3.09 SCHEDULES

A. The provided information does not necessarily include all required instruments. Provide all instruments identified in the Contract Documents: 1. Instruments may be indicated on the Drawings, specified in the Specifications,

or both.

END OF SECTION

Not to be used for bidding purposes!

Page 561: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17407-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17407 (Bid Set)

A/E: Carollo Engineers SUBMERSIBLE PRESSURE

INSTRUMENTS

Spec. No. Rev. Contractor: No By Date Revision 17407

Project: GBT Expansion Project Contract Date Customer: Rock River Water Reclamation District Plant: Rock River Water Reclamation District Req. P.O. Location: Rock River, Illinois BOM No.: By Chk App File:

1 Instrument Tag Number PE-100 G 2 Service E 3 P&ID N01 N 4 Fluid Type Water 5 Fluid Specific Gravity 1.0 6 Type Submersible

P 7 Measuring Cell Material Diaphragm R 8 Probe Body Material O 9 Op. Temp. Range 40-80 deg F B 10 Op. Pressure Range 0- ft E 11 Other 12 Other

C 13 Style Mfg. Std A 14 Signal Cable Length As Required B 15 Other L 16 Other E 17 Other 18 Type

T 19 Operating Mode Continuous R 20 Enclosure A 21 Mounting N 22 Temperature Range S 23 Measurement Range M 24 Power Supply Loop Powered I 25 Accuracy 0.3 % of range T 26 Display LCD T 27 Output 4-20 mA E 28 Calibration R 29 Status Relay 30 Manufacturer 31 Model No. 32 Elect. Entry 33 Other

O 33 P 34 T 35 S 36 Notes:

Not to be used for bidding purposes!

Page 562: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 563: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17504-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17504 (Bid Set)

SECTION 17504

ANALYZERS: GAS MONITORS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Combustible and toxic gas monitors.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 17050 - Common Work Results for Process Control and

Instrumentation Systems. 3. Section 17950 - Testing, Calibration, and Commissioning.

C. Provide all instruments identified in the Contract Documents.

1.02 REFERENCES

A. As specified in Section 17050.

1.03 DEFINITIONS

A. As specified in Section 17050.

B. Specific definitions: 1. LEL: Lower explosive limit is the lowest concentration of vapor in air, which will

burn or explode upon contact with a source of ignition. 2. Multi-channel gas monitor: A multi-channel gas monitor facilitates monitoring

of 2 or more sensor modules. 3. Sensor module: A module formed using the combination of a sensor and a

transmitter is called a sensor module. 4. Single-channel gas monitor: A single-channel gas monitor is used to monitor a

single type of gas. 5. STEL: Short-term exposure limit is the maximum permissible concentration of

a material for duration of 15 minutes. 6. TWA: Time-weighted-average concentration is the average concentration of a

chemical to which it is permissible to expose a worker for a period of 8 hours. 7. Wet stack sensor: A sensor designed for monitoring reactive gas

concentrations in moisture saturated air streams.

1.04 SUBMITTALS

A. Furnish submittals as specified in Sections 01330 and 17050.

B. Provide complete documentation covering the traceability of all calibration instruments.

Not to be used for bidding purposes!

Page 564: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17504-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17504 (Bid Set)

1.05 QUALITY ASSURANCE

A. As specified in Section 17050.

B. Examine the complete set of Contract Documents and verify that the instruments are compatible with the installed conditions including: 1. Process conditions: Fluids, pressures, temperatures, flows, materials etc. 2. Physical conditions:

a. Installation and mounting requirements. b. Location within the process. c. Accessories: Verify that all required accessories are provided and are

compatible with the process conditions and physical installation.

C. Notify the Engineer if any installation condition does not meet the instrument manufacturer’s recommendations or specifications.

D. Provide instruments manufactured at facilities certified to the quality standards of ISO 9001.

1.06 DELIVERY, STORAGE, AND HANDLING

A. As specified in Section 17050.

1.07 PROJECT OR SITE CONDITIONS

A. Project environmental conditions as specified in Section 17050: 1. Provide instruments suitable for the installed site conditions including, but not

limited to, material compatibility, site altitude, site seismic conditions, humidity, and process and ambient temperatures.

1.08 WARRANTY

A. As specified in Section 17050.

1.09 MAINTENANCE

A. Furnish all parts, materials, fluids, etc. necessary for operation, maintenance, and calibration purposes throughout the warranty period. Deliver all of these supplies before project substantial completion.

B. As specified in Section 17050.

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. One of the following or equal: 1. Single-channel gas monitor:

a. ATI: Series 12 Gas Transmitter. b. MSA: Ultima X Series Single Channel Gas Monitors. c. Sensidyne: SensAlert Plus Single Channel Gas Monitor.

Not to be used for bidding purposes!

Page 565: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17504-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17504 (Bid Set)

d. SMC: Series 4000/5100 Gas Sensor-Transmitter Modules/Single Channel Monitor.

2.02 MANUFACTURED UNITS

A. Single-channel gas monitor: 1. General:

a. Monitor a single type of gas and produce an analog output, which is directly proportional to the gas concentration.

b. A single-channel gas monitoring system consists of: 1) A gas sensor module (integral or remote to the gas transmitter). 2) A gas transmitter. 3) Cable between gas sensor and gas transmitter (for remote

applications). 2. Performance requirements:

a. Repeatability: Within 1 percent full scale. b. Accuracy: Within- 5 percent of full scale. c. Calibrated range: As indicated on the Instrument Data Sheets.

3. Sensor module: a. Gas type: Toxic or Combustible as indicated on the individual Instrument

Data Sheets. b. Sensor type:

1) Toxic gases: Electrochemical sensors. 2) Combustible gases: Infrared or Catalytic bead sensors as indicated

on the individual Instrument Data Sheets. c. Sheets. d. Enclosure rating: Class I Div 1 for hazardous areas, NEMA 4X for all other

areas. e. Integral or remote as indicated on the Drawings. f. Corrosion resistant.

4. Transmitter: a. Microprocessor-based transmitter. b. Programming and setup: Non-intrusive. c. Enclosure rating: Class I Div 1 for hazardous areas, NEMA 4X for all other

areas. d. Mounting: As indicated on the Instrument Data Sheets. e. Power requirements: As indicated on the Instrument Data Sheets. f. LCD or LED display. g. Outputs: As indicated on the Instrument Data Sheets. h. Operating temperature range: As indicated on the Instrument Data

Sheets. 5. Cable between sensor and transmitter for remote applications: Manufacturer’s

standard for the intended application.

2.03 ACCESSORIES

A. Calibration equipment: 1. Provide calibration kit including appropriate gas with all necessary hardware to

calibrate the gas monitoring/indication units for a 2-year period. 2. Furnish carrying case.

Not to be used for bidding purposes!

Page 566: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17504-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17504 (Bid Set)

B. For outdoor installations, provide sunshield for transmitters/controllers, sensor flow cap and rain shield.

C. Manufacturer’s battery backup option for transmitter.

2.04 SOURCE QUALITY CONTROL

A. As specified in Section 17050.

B. Factory-calibrate each instrument with a minimum 3-point calibration or according to Manufacturer’s standard at a facility that is traceable to the NIST. 1. Submit calibration data sheets to the Engineer at least 30 days before

shipment of the instruments to the project site.

PART 3 EXECUTION

3.01 EXAMINATION

A. Examine the installation location for the instrument and verify that the instrument will work properly when installed. 1. Notify the Engineer promptly if any installation condition does not meet the

instrument manufacturer’s recommendations or specifications.

3.02 PREPARATION (NOT USED)

3.03 INSTALLATION

A. As specified in Section 17050.

3.04 FIELD QUALITY CONTROL

A. As specified in Section 17050.

B. Provide manufacturer’s services to perform installation inspection, start-up and calibration/verification.

3.05 ADJUSTING

A. As specified in Section 17950.

3.06 CLEANING

A. As specified in Section 17050.

3.07 DEMONSTRATION AND TRAINING

A. As specified in Section 17050.

3.08 PROTECTION

A. As specified in Section 17050.

Not to be used for bidding purposes!

Page 567: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17504-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17504 (Bid Set)

3.09 SCHEDULES

A. The provided information does not necessarily include all required instruments. Provide all instruments identified in the Contract Documents: 1. Instruments may be indicated on the Drawings, specified in the Specifications,

or both.

END OF SECTION

Not to be used for bidding purposes!

Page 568: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17504-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17504 (Bid Set)

A/E: Carollo Engineers ANALYZERS - GAS MONITORS Spec. No. Rev. Contractor: No By Date Revision 17504 Project: GBT Expansion Project Contract Date Customer: Rock River Water Reclamation District Plant: Rock River Water Reclamation District Req. P.O. Location: Rockriver, Illinois BOM No.: By Chk App File: G 1 Tag No. Sample Unit Transmitter AE/AIT-960 E 2 Service N 3 P&ID N05 S 4 Gas Type Toxic: Combustible:

E 5 Sensor Type Electrochemical: Infra-Red:

Catalytic Bead:

N 6 Operating Temperature Range -40C to 60C S 7 Operating Humidity Range 15 - 95% O 8 Operating Pressure Range R 9 Enclosure Rating 316 SS 10 Sensor Mounting to Transmitter Integral: X Remote: 10 Repeatability +/- 1% or 2ppm

11 Accuracy +/-2% < 50% LEL or +/-3% > 50%

LEL

12 Calibrated Range 13 Other 14 Other 15 Manufacturer 16 Model No.

C 17 Style A 18 Length B 19 Model No. L 20 Other E T 21 Type Control Unit and Display R 22 Enclosure Rating 316 SS A 23 Mounting Wall: Panel: Other:

N 24 Power Requirements 2-wire 24 VDC: X 3-wire 24

VDC: 120 VAC:

S 25 Display LED or LCD M 26 Output 4-20 mA DC I 27 Calibration Type Factory: X Custom: T 28 Operating Temperature Range T 29 SPDT Relay outputs E 30 Other R 31 Other 32 Manufacturer 33 Model No.

C 34 Input type (from transmitter) N 35 Number of channels (transmitter inputs) T 36 Output R 37 Power Requirements L 38 Enclosure Rating NEMA 4X E 39 Operating Temperature Range R 40 Mounting O 41 Mfr’s flow cell and sampling system P 42 T 43 Notes:

Not to be used for bidding purposes!

Page 569: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17710-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17710 (Bid Set)

SECTION 17710

CONTROL SYSTEMS: PANELS, ENCLOSURES, AND PANEL COMPONENTS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Design, fabrication and assembly of all instrumentation enclosures, control

panels and components provided under this contract, including but not limited to: a. Custom built instrumentation and control panels, including all enclosures

for hand stations controllers, low voltage power distribution and marshalling panels.

b. Control panels furnished as part of equipment systems specified in other Divisions, such as vendor control panels (VCPs) and chemical feed panels.

c. Control components. d. Control panel installation.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01612 - Seismic Design Criteria. 3. Section 16050 - Common Work Results for Electrical. 4. Section 16262 - Variable Frequency Drives 0.50 - 50 Horsepower. 5. Section 16412 - Low Voltage Molded Case Circuit Breakers. 6. Section 16422 - Motor Starters. 7. Section 17050 - Common Work Results for Process Control and

Instrumentation Systems. 8. Section 17950 - Testing, Calibration and Commissioning.

C. Provide all control panels identified in Contract Documents.

1.02 REFERENCES

A. As specified in Section 17050.

B. Institute of Electrical and Electronics Engineers (IEEE): 1. C62.41.1 - Guide on the Surge Environment in Low-Voltage (1000 V and less)

AC Power Circuits.

C. Underwriters Laboratories Inc. (UL): 1. 508 - Standard for Industrial Control Equipment. 2. 508A - Standard for Industrial Control Panel. 3. 913 - Standard for Intrinsically Safe Apparatus and Associated Apparatus for

Use in Class I, II, III, Division 1, Hazardous (Classified) Locations. 4. 1283 - Standard for Electromagnetic Interference Filters. 5. 1449 - Standard for Surge Protective Devices.

Not to be used for bidding purposes!

Page 570: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17710-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17710 (Bid Set)

1.03 DEFINITIONS

A. As specified in Section 17050.

B. Specific definitions: 1. The term “panel” in this Section is interchangeable with the term “enclosure.”

1.04 SYSTEM DESCRIPTION

A. Panel dimensions: 1. Minimum dimensions are scalable from or as indicated on the Drawings and

are based upon manufacturer’s non-certified information. It is the responsibility of the Contractor or manufacturer to design and size all panels: a. Size panels to provide space for all equipment, wiring, terminations, and

other items in the panel, including space for future build out. b. Panel sizes that substantially deviate (within 3 inches in any dimension)

from the sizes indicated on the Drawings must be approved by the Engineer.

c. Maximum panel depth: 30 inches, unless otherwise indicated.

B. Structural design: 1. Completed and installed panel work shall safely withstand seismic

requirements at the project site as specified in Section 16050. Enclosures and internal equipment shall be braced to prevent damage from specified forces.

1.05 SUBMITTALS

A. Provide submittals as specified in Sections 01330 and 17050.

B. Provide a control panel hardware submittal for each control panel and enclosure being provided on this project, including but not limited to: 1. Product data:

a. Enclosure construction details and NEMA type. b. Manufacturer's literature and specification data sheets for each type of

equipment to be installed within or on the panel or enclosure. 2. Shop drawings:

a. Scaled, detailed exterior panel (front and side views) and interior panel layout showing equipment arrangement and dimensional information: 1) Provide draft for review and approval by Engineer. The Engineer has

the authority to substantially alter initial panel layouts. b. Complete nameplate engraving schedule. c. Structural details of fabricated panels.

3. Calculations: a. Provide installation details based on calculated shear and tension forces:

1) Calculations shall be signed and sealed by a Professional Engineer licensed in the state where the cabinets and panels will be installed.

b. For assembled enclosures and other equipment with a weight of 200 pounds or more, provide calculations for: 1) Weight including panel internal components. 2) Seismic forces and overturning moments. 3) Shear and tension forces in connections.

c. Cooling calculations, including but not limited to: 1) Highest expected ambient temperature for the enclosure's location.

Not to be used for bidding purposes!

Page 571: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17710-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17710 (Bid Set)

2) Internal heat load. 3) Exposure to direct sunlight. 4) Dimensions of the enclosure in inches. 5) Maximum allowable temperature inside the enclosure, based on the

lowest operating temperature limit of the installed components.

C. Seismic design: 1. Seismic panel construction:

a. Seismic anchorage: Provide seismic design calculations and installation details for anchorage of all panels, enclosures, consoles, etc. to meet seismic requirements in Section 01612: 1) Stamped by a Professional Engineer registered in the state where

the project is being constructed. b. For floor-mounted freestanding panels weighing 200 pounds or more

(assembled, including contents), submit calculations, data sheets, and other information to substantiate that panel, base, and framing meet minimum design strength requirements and seismic requirements as specified in Section 01612. Calculations shall be signed and sealed by a Professional Engineer licensed in the state where the cabinets and panels will be installed.

1.06 QUALITY ASSURANCE

A. As specified in Section 17050.

B. Assemble panels, enclosures, and rack systems along with all internal and external devices, wiring, equipment, and materials in a facility that is recognized by UL to assemble and certify UL-labeled control panels: 1. Provide all components and equipment with UL 508 listing. 2. All control panels shall be UL 508A labeled, unless the equipment in the panel

and the design in the contract documents cannot be reasonably modified to meet the requirements for UL 508A labeling: a. Non-listed, complex, and unique equipment may be evaluated and

approved by a third-party testing agency, with prior approval by the Owner. Provide report documenting the testing standard, specification, method of testing, and that the equipment and materials meet appropriate designated standards or have been tested and found suitable for use in a specified manner.

3. Provide fuses for all equipment that is not UL or UR listed.

1.07 DELIVERY, STORAGE, AND HANDLING

A. Project environmental conditions as specified in Section 17050. 1. Provide instruments suitable for the installed site conditions including, but not

limited to, material compatibility, site altitude, site seismic conditions, humidity, and process and ambient temperatures.

1.08 PROJECT OR SITE CONDITIONS

A. As specified in Section 17050.

1.09 SEQUENCING (NOT USED)

Not to be used for bidding purposes!

Page 572: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17710-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17710 (Bid Set)

1.10 SCHEDULING (NOT USED)

1.11 WARRANTY

A. As specified in Section 17050.

1.12 SYSTEM START-UP (NOT USED)

1.13 OWNER’S INSTRUCTIONS (NOT USED)

1.14 COMMISSIONING

A. Refer to Section 17950.

1.15 MAINTENANCE (NOT USED)

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. As listed below in the individual component paragraphs.

B. Provide instruments and other components performing similar functions of the same type, model, or class, and from 1 manufacturer.

2.02 EXISTING PRODUCTS

A. Provide labor and materials for complete modifications to existing panels as required.

B. Field cut and refinish existing panel faces to original condition to accommodate installation of new instruments, removal of existing instruments, and fitting of blanks to suit new layouts. New instrument supports shall be provided as required for complete installation.

2.03 MATERIALS

A. Construct and finish enclosures using materials capable of withstanding the mechanical, electrical, and thermal stresses, as well as the effects of humidity and corrosion that are likely to be encountered in normal service: 1. Enclosures shall have the following properties:

a. NEMA Type 1: Steel. b. NEMA Type 4: Steel with gasketed door, raintight. c. NEMA Type 4X: Type 316 stainless steel (unless Type 304 is indicated on

the Drawings). d. NEMA Type 4X: Polycarbonate or fiberglass reinforced polyester (FRP) in

corrosive areas where stainless steel is incompatible. e. NEMA Type 12: Steel with gasketed door, dusttight. f. NEMA Type 7: Cast aluminum.

Not to be used for bidding purposes!

Page 573: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17710-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17710 (Bid Set)

B. Bolting material: 1. Commercial quality 1/2-inch diameter, stainless steel hex-head Grade 5 bolts,

nuts, and washers, with unified coarse (UNC) threads. 2. Carriage bolts for attaching end plates. 3. All other bolted joints shall have S.A.E. standard lock washers.

2.04 MANUFACTURED UNITS

A. Panels/enclosures: 1. Manufacturer: One of the following or equal:

a. Rittal. b. Pentair (formerly Hoffman Engineering). c. Saginaw Control & Engineering.

2. Panel assembly: a. General guidelines for panel fabrication include:

1) Continuous welds ground smooth. 2) Exposed surfaces free of burrs and sharp edges. 3) Base formed of heavy channel iron, either galvanized or powder

coated, minimum 1/2-inch holes at 12-inch spacing to accommodate anchoring of freestanding enclosures to floor.

b. Construct enclosure and mounting panel using stretcher-level quality sheet metal having minimum thickness not less than the following sizes (U.S. Standard Gauge):

Enclosure Height (inches)

Minimum Enclosure Steel Thickness

(gauge)

Minimum Back Mounting Panel

Thickness (gauge) Wall-mounted up to 48 14 14

Up to 57 12 12

57 - 69 12 10

69 - 82 12, except 10 on back 10

82 or more 10 10

1) Use heavier sheet metal to meet seismic requirements at the project site or when required due to equipment requirements.

c. Construct supporting frame structure with angled, channeled, or folded rigid section of sheet metal, rigidly attached to and having essentially the same outer dimensions as the enclosure surface and having sufficient torsional rigidity to resist the bending moments applied via the enclosure surface when it is deflected.

d. Provide stiffeners for back mounting panels in enclosures larger than 4 feet. In addition, secure the panels in place by collar studs welded to the enclosure.

e. Door construction: 1) Turned-back edges suitably braced and supported to maintain

alignment and rigidity without sagging. 2) Sufficient width to permit door opening without interference with rear

projection of flush-mounted instruments. 3) Heavy-gauge piano-type continuous stainless steel hinges.

Not to be used for bidding purposes!

Page 574: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17710-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17710 (Bid Set)

4) For NEMA Type 12, Type 4, and Type 4X, provide oil-resistant neoprene sealing gasket and adhesive to seal cover to enclosure.

5) Gasket installed to seal against roll lip on the enclosure opening. f. Latches:

1) For panels, provide each door with a 3-point latching mechanism and locking handle with rollers on the ends of the latch rods. Latch rods shall be connected to a common door handle, hold doors securely, and form a compressed seal between door and gasket, at the top, side, and bottom. a) Provide padlock for each enclosure with padlock provisions.

2) Include an oiltight key-locking, 3-point latching mechanism on each door: a) Provide 2 keys per panel. b) All locks keyed alike.

3) For large NEMA Type 4 and NEMA Type 4X cabinets not available with 3-point latching hardware, provide multiple clips and padlock hasps.

g. Panel cut-outs: 1) Cut, punch, or drill cutouts for instruments, devices, and windows.

Smoothly finish with rounded edges. 2) Allow a minimum of 3-inch envelope around all displays, controllers,

and monitors. 3) Reinforce around cut-outs with steel angles or flat bars for the

following: a) Large panel cutouts; for example, openings for local operator

interfaces. b) Pilot device groupings, where the removed metal exceeds

50 percent of the available metal. 3. In addition to the requirements specified above, the following requirements for

NEMA Type 4X powder coated stainless steel enclosures apply: a. Minimum 14-gauge, Type 304 stainless steel. b. Captive stainless steel cover screws threaded into sealed wells. c. Inside finish: White polyester powder coating. d. Specifically designed for use with flange-mounted disconnect handles

where required or as indicated on the Drawings. e. NEMA Type 4X powder-coated stainless steel enclosures are not an

acceptable substitute for stainless steel unless indicated on the Drawings. 4. Outdoor panels. Supplementary requirements for panels located outdoors are

as follows: a. All enclosures located outdoors shall be explicitly designed and rated for

outdoor service by the manufacturer. b. Door hardware: Stainless steel. c. Provide factory installed rain canopy and sun shield for all enclosures with

operator interface panels. d. Bases: Heavy channel, gasketed stainless steel bases, flanges up, for

anchoring to pad.

B. Arrangement of components: 1. Arrange panel internal components for external conduit and piping to enter into

panel either from above or below.

Not to be used for bidding purposes!

Page 575: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17710-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17710 (Bid Set)

2. Arrange panel instruments and control devices in a logical configuration, associating pushbutton and selector switches with related readout devices, or as indicated on the Drawings.

3. Mount internal control components on an internal back panel. Devices may be mounted on the side panel only by special permission from the Engineer.

4. All control-panel-mounted operator interface devices shall be mounted between 3 feet and 5 feet above finished floor.

C. Overcurrent protection: 1. Main overcurrent device:

a. Where the electrical power supply voltage to the control panel is more than 120 VAC, provide the panel with a flange-mounted disconnect handle operating a molded-case circuit breaker and provide a control power transformer for 120-VAC circuits: 1) Door-mounted disconnect handles are not acceptable. 2) Mechanically interlock the disconnect switch with the control

enclosure doors so that no door can be opened unless the power is disconnected, and the disconnect switch cannot be closed until all doors are closed.

3) Provide means to defeat the interlock. 4) Lockable in the off position.

b. Control panels supplied with 120 VAC: 1) Provide an internal breaker with the line side terminals covered by a

barrier. 2) Provide a nameplate prominently positioned on the control panel

identifying the location of the power source and a warning statement requiring the source to be disconnected before opening the door to the enclosure.

2. Provide circuit breakers as specified in Section 16412. 3. Selection and ratings of protective devices:

a. Interrupting ratings: Not less than the system maximum available fault current at the point of application.

b. Voltage rating: Not less than the voltage of the application. c. Select current rating and trip characteristics to be suitable for:

1) Maximum normal operating current. 2) Inrush characteristics. 3) Coordination of the protective devices to each other and to the

source breaker feeding the panel. 4. Provide a separate protective device for each powered electrical device:

a. An individual circuit breaker for each 120-VAC instrument installed within its respective control panel and clearly identified for function.

b. An individual fuse for each PLC discrete output. Provide with individual blown fuse indication external of the I/O card: 1) Size external fuse to open before any I/O-card-mounted fuses. 2) Individual discrete inputs shall use a 0.5-ampre fuse.

c. Control loops can use individual 5-ampere fuse for the loop. d. Install protective devices on the back mounting panel and identify by a

service nameplate in accordance with the wiring diagrams.

Not to be used for bidding purposes!

Page 576: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17710-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17710 (Bid Set)

5. Fuses for 4 to 20 milliamperes signals: a. Provide durable, readily visible label for each fuse, clearly indicating the

correct type, size, and ratings of replacement fuse: 1) Label shall not cover or interfere with equipment manufacturer's

instructions. b. An individual 1/2-ampere fuse for each 4 to 20 milliamperes analog loop

powered from the control panel. c. Provide fuses rated for the voltage and available short-circuit current at

which they are applied. d. Manufacturer: One of the following or equal:

1) Ferraz Shawmut. 2) Littelfuse. 3) Bussmann.

6. Fuse holders: a. Modular type:

1) DIN rail mounting on 35-millimeter rail. 2) Touch-safe design: All connection terminals to be protected against

accidental touch. 3) Incorporates blown-fuse indicator. 4) Plug-in style fuse teminals and fuse plugs are not acceptable.

b. Provide nameplate identifying each fuse: c. Manufacturer: One of the following or equal:

1) Phoenix Contact. 2) Allen-Bradley 1492-FB Series B.

7. Control circuit breakers: a. DIN rail mounting on 35-millimeter rail. b. Manual OPEN-CLOSE toggle switch. c. Rated for 250 VAC. d. Interrupting rating: 10 kiloampere (kA) or available fault current at the line

terminal, whichever is higher. e. Current ratings: As indicated on the Drawings or as required for the

application. f. Provide nameplate identifying each circuit breaker: g. Manufacturer: One of the following or equal:

1) Phoenix Contact. 2) ABB. 3) Allen-Bradley. 4) Square D.

D. Conductors and cables: 1. Power and control wiring:

a. Materials: Stranded, soft annealed copper. b. Insulation: 600 volts type MTW. c. Minimum sizes:

1) Primary power distribution: 12 AWG. 2) Secondary power distribution: 14 AWG. 3) Control: 16 AWG.

d. Color: 1) AC power (line and load): Black. 2) AC power (neutral): White. 3) AC control: Red. 4) AC control: Orange for foreign voltages.

Not to be used for bidding purposes!

Page 577: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17710-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17710 (Bid Set)

5) DC power and control (ungrounded): Blue. 6) DC power and control (grounded): White with Blue stripe. 7) Ground: Green.

2. Signal cables: a. Materials: Stranded, soft annealed copper. b. Insulation: 600 volts, PVC outer jacket. c. Minimum size: 18 AWG paired triad. d. Overall aluminum shield (tape). e. Copper drain wire. f. Color:

1) 2-Conductor: a) Positive (+): Black. b) Negative (-): White and red.

2) 3-Conductor: a) Positive (+): Black. b) Negative (-): Red. c) Signal: White.

g. Insulate the foil shielding and exposed drain wire for each signal cable with heat-shrink tubing.

E. Conductor identification: 1. Identify each conductor and cable with unique wire numbers. 2. Readily identified without twisting the conductor.

F. General wiring requirements: 1. Wiring methods: Wiring methods and materials for panels shall be in

accordance with the NEC requirements for General Purpose (no open wiring) unless otherwise specified.

2. Install all components in accordance with the manufacturer’s instructions included in the listing and labeling.

3. Provide a nameplate on the cover of the control panel identifying all sources of power supply and foreign voltages within the control panel.

4. Provide transformers, protective devices, and power supplies required to convert the supply voltage to the needed utilization voltage.

5. Provide power surge protection for all control panels. 6. Provide signal surge protection within control panels for each analog I/O,

discrete I/O, and data line (Copper Ethernet, Coax, Fieldbus signals) that originates from outdoor devices.

7. Provide non-metallic ducts for routing and organization of conductors and cables: a. Provide wiring separation plan. b. Size ducts for ultimate build-out of the panel, or for 20-percent spare,

whichever is greater. c. Provide separate ducts for signal and low-voltage wiring from power and

120-VAC control wiring: 1) 120 VAC: Grey colored ducts.

8. Cables shall be fastened with cable-mounting clamps or with cable ties supported by any of the following methods: a. Screw-on cable tie mounts. b. Hammer-on cable-tie mounting clips. c. Fingers of the nonmetallic duct.

Not to be used for bidding purposes!

Page 578: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17710-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17710 (Bid Set)

9. Wire Ties: a. No wire ties inside wire duct. b. Use Panduit Cable tie installation tool, with tension control/cutoff. c. Verify cut ends are cut flush filed smooth after installed.

10. Provide supports at the ends of cables to prevent mechanical stresses at the termination of conductors.

11. Support panel conductors where necessary to keep them in place. 12. Wiring to rear terminals on panel-mount instruments shall be run in nonmetallic

duct secured to horizontal brackets run adjacent to the instruments. 13. Conductors and cables shall be run from terminal to terminal without splice or

joints. Exceptions: a. Factory-applied connectors molded onto cables shall be permitted. Such

connectors shall not be considered as splices or joints. 14. The control panel shall be the source of power for all 120-VAC devices

interconnected with the control panel including, but not limited to: a. Solenoid valves. b. Instruments both mounted in the control panel and remotely connected to

the control panel.

G. Provide power circuits for all Contractor and Vendor-furnished PLC cabinets in accordance with the PLC and Instrument Power wiring diagrams Indicated on the Drawings or as specified.

2.05 EQUIPMENT (NOT USED)

2.06 COMPONENTS

A. Thermal management: 1. Provide heating, cooling, and dehumidifying devices in order to maintain all

instrumentation and control devices to within a range as specified in Section 17050.

2. Air conditioner: a. Provide solid-state cabinet coolers or air conditioning units on all outdoor

panels containing electronic components such as local operator interface (LOI) units, panel instruments, programmable logic controllers, or remote I/O.

b. Provide filters on intake and exhaust openings. c. Increase panel sizes as needed to accommodate cooling units. d. Enclosure rating: NEMA Type 4X. e. Closed-loop design. f. Power supply: 120 VAC. g. Utilize a CFC-free refrigerant. h. Manufacturer: The following or equal:

1) Kooltronic Integrity Series 21. 3. Heating:

a. Provide all panels located in areas that are not climate controlled with thermostatically controlled strip heaters, except where all of the following conditions apply: 1) The panel is not supplied with 120 VAC power. 2) There are no electronics or moisture-sensitive devices in the

enclosure. 3) The panel is smaller than 38 inches high.

Not to be used for bidding purposes!

Page 579: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17710-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17710 (Bid Set)

4. Heat exchanger: a. Closed-loop design ensuring separation of ambient air and clean air inside

the cabinet. b. Filterless design to facilitate easy cleaning of the core. c. Mounting: As indicated on the Drawings. d. Manufacturer: The following or equal:

1) Noren CC Series. 5. Enclosure temperature switch:

a. Provide wall-mounted bimetallic switch transmitter (to measure internal cabinet temperature in all enclosures) containing electrical components such as PLCs, RTUs, RIO, and VFDs.

b. Sensor and electronic enclosure. c. Accuracy: Within 2 degrees Fahrenheit. d. Manufacturer: The following or equal:

1) Hoffman ATEMNC. 2) Pfannenberg FLZ.

6. Status relays and discrete inputs for switches, power supplies, and fieldbus devices (if applicable): a. Provide as indicated on the Drawings or as specified.

B. Panel meters: 1. Pointer type:

a. Suitable for panel mounting. b. Minimum scale length: 3 inches. c. Calibrated in engineering units. d. Accuracy: Within 2 percent of span. e. NEMA Type 4/IP65 sealed front metal bezel. f. Manufacturer: The following or equal:

1) Yokogawa. 2) Red Lion.

2. Digital process indicators: a. General:

1) Integral provisions for scaling. 2) Scale to process engineering units. 3) Switch-programmable decimal points. 4) NEMA Type 4/IP65 sealed front bezel.

b. Current and voltage indicators: 1) 3-1/2-digit minimum. 2) Minimum character height: 0.5 inches. 3) Accuracy:

a) AC/DC volts: Within 0.1 percent of reading plus 2 digits. b) DC current: 4 to 20 milliamperes; within 0.1 percent of reading

plus 1 digit. c) DC voltage: 0 to 10 volts; within 0.1 percent of reading plus

1 digit. c. Operating voltage: 120 VAC. d. Operating temperature: 0 to 60 degrees Celsius.

1) Manufacturer: One of the following or equal: a) Red Lion. b) Action Instruments Visipak.

Not to be used for bidding purposes!

Page 580: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17710-12 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17710 (Bid Set)

3. Digital bar graph meter: a. Self-contained instruments that display process signals directly in

engineering units, both in decimal format and as a bar graph display. b. Suitable for panel mounting. c. LED display:

1) Not less than 3 decimal digits. 2) Not less than a 101-segment LED bar graph.

d. Input signal: 1) All conventional current loops and voltage control signals.

e. Minimum sample rate of once per second. f. Provisions for field-adjustable scaling and/or offset. g. Accuracy shall be within 1 least-significant digit. h. Manufacturer: One of the following or equal:

1) Ametek Dixson. 2) Yokogawa. 3) Weschler Instruments.

4. Counters: a. 6 digits. b. Switch-selectable inputs:

1) Switch contacts. 2) CMOS. 3) TTL. 4) Magnetic pickup. 5) RLC sensors.

c. Selectable up/down control via external signal. d. Remote reset. e. Remote inhibit to prevent accumulating counts. f. Programmable to enable or disable front panel reset. g. Non-volatile memory to retain all data upon loss of supply power. h. Sunlight readable. i. Operating temperature: 0 to 50 degrees Celsius. j. Manufacturer: The following or equal:

1) Red Lion PAX Series.

C. Pilot devices: 1. General:

a. Provide operator pushbuttons, switches, and pilot lights, from a single manufacturer.

b. Size: 1) 30.5 millimeters.

c. Heavy duty. d. Pushbuttons:

1) Contacts rated: a) NEMA Type A600.

2) Furnish 1 spare normally open contact and normally closed contact with each switch.

e. Selector switches: 1) Contacts rated:

a) NEMA Type A600. b) Knob type.

2) Furnish 1 spare normally open contact and normally closed contact with each switch.

Not to be used for bidding purposes!

Page 581: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17710-13 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17710 (Bid Set)

3) Provisions for locking in the OFF position where lockout provisions are indicated on the Drawings.

f. Pilot lights: 1) Type:

a) LED for interior installations. 2) Push to test. 3) Lamp color:

a) On/Running/Start: Red. b) Off/Stop: Green. c) Power: White. d) Alarm: Amber. e) Status or normal condition: White. f) Opened: Red. g) Closed: Green. h) Failure: Red.

2. Indoor and outdoor areas: a. NEMA Type 4/13. b. Manufacturer: One of the following or equal:

1) Allen-Bradley Type 800T. 2) Square D Class 9001, Type K. 3) General Electric Type CR104P. 4) IDEC TWTD Series.

3. Corrosive areas: a. NEMA Type 4X. b. Corrosion resistant. c. Exterior parts of high-impact strength fiberglass-reinforced polyester or

multiple-layer epoxy-coated zinc. d. Manufacturer: One of the following or equal:

1) Cutler Hammer Type E34. 2) Square D Class 9001, Type SK. 3) Allen-Bradley Type 800H. 4) IDEC TWTD Series.

4. Hazardous (Classified) Areas/Class I Division 2: a. NEMA Type 4X. b. Corrosion resistant. c. Exterior parts of high-impact strength fiberglass-reinforced polyester or

multiple-layer epoxy-coated zinc: 1) All contacts contained within a hermetically sealed chamber:

a) Pushbuttons. b) Selector switches. c) Push-to-test contacts on pilot lights.

2) UL listed and labeled for Class I Division 2 areas. d. Manufacturer: One of the following or equal:

1) Cutler Hammer Type E34. 2) Allen-Bradley Type 800H.

D. Potentiometer and slidewire transmitters: 1. Provide a DC output in proportion to a potentiometer input. 2. Potentiometer input:

a. 100 ohms to 100 K ohms. b. Impedance Greater or equal to 1 M ohms. c. Zero turn-up: 80 percent of full-scale input.

Not to be used for bidding purposes!

Page 582: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17710-14 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17710 (Bid Set)

d. Span turn-down: 80 percent of full-scale input. 3. Field-configurable output:

a. Voltage and current: All conventional current loops and voltage control signals.

4. Accuracy including linearity and hysteresis within 0.1 percent maximum at 25 degrees Celsius.

5. Operating temperature: 0 to 55 degrees Celsius. 6. Supply power: 9 to 30 VDC. 7. Manufacturer: The following or equal:

a. Phoenix Contact.

E. Signal isolators and converters: 1. Furnish signal isolators that provide complete isolation of input, output, and

power input: a. Minimum isolation level: 1.5 kilovolts AC/50 Hertz for at least 1 minute. b. Adjustable span and zero. c. Accuracy: Within 1.0 percent of span. d. Ambient temperature range: -20 to +65 degrees Celsius.

2. Manufacturer: One of the following or equal: a. Phoenix Contact MCR Series. b. Acromag 1500, 600T, 800T, Flat Pack, or ACR Series. c. Action Instruments Q500 Series or Ultra SlimPakII. d. AGM Electronics Model TA-4000.

F. Relays: 1. General:

a. For all types of 120-VAC relays, provide surge protection across the coil of each relay.

b. For all types of 24-VDC relays, provide a free-wheeling diode across the coil of each relay.

2. General purpose: a. Magnetic control relays. b. NEMA Type A300 rated:

1) 300 volts. 2) 8 Amps continuous (minimum). 3) 7,200 volt-amperes make. 4) 720 volt-amperes break.

c. Plug-in type. d. LED indication for energization status. e. Coil voltages: As required for the application. f. Minimum poles: DPDT. g. Touch-safe design: All connection terminals to be protected against

accidental touch. h. Enclose each relay in a clear plastic heat and shock-resistant dust cover. i. Quantity and type of contact shall be as indicated on the Drawings or as

needed for system compatibility. j. Relays with screw-type socket terminals. k. Provide additional (slave/interposing) relays when the following occurs:

1) The number or type of contacts shown exceeds the contact capacity of the specified relays.

2) Higher contact rating is required in order to interface with starter circuits or other equipment.

Not to be used for bidding purposes!

Page 583: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17710-15 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17710 (Bid Set)

l. DIN rail mounting on 35-millimeter rail. m. Ice-cube-type relays with retainer clips to secure relay in socket. n. Integrated label holder for device labeling. o. Manufacturer: One of the following or equal:

1) Phoenix Contact PLC Series. 2) Potter and Brumfield Type KRP or KUP. 3) IDEC R* Series (* = H, J, R, S, U). 4) Allen-Bradley Type 700 HC. 5) Square D Type K.

3. Latching: a. Magnetic-latching control relays. b. NEMA Type B300 rated:

1) 300 volts. 2) 10 Amps continuous. 3) 3,600 volt-amperes make. 4) 320 volt-amperes break.

c. Plug-in type. d. DIN rail mounting on 35-millimeter rail. e. Coil voltage: As required for the application. f. Minimum poles: 2 PDT; as required for the application. Plus 1 spare pole. g. Touch-safe design: All connection terminals to be protected against

accidental touch. h. Clear cover for visual inspection. i. Provide retainer clip to secure relay in socket. j. Manufacturer: One of the following or equal:

1) Square D 8501, Type K. 2) IDEC TWTD Series.

4. Time delay: a. Provide time-delay relays to control contact transition time. b. Contact rating:

1) 240 volts. 2) 10 Amps continuous. 3) 3,600 volt-amperes make. 4) 360 volt-amperes break.

c. Coil voltage: As required for the application. d. Provide pneumatic or electronic type with on-delay, off-delay, and on/off-

delay: 1) For off-delay, use true power-off time-delay relays. Where the

required timing range exceeds capability of the off-delay relay use, signal off-delay where power loss will not cause undesirable operation or pneumatic time-delay relays.

e. Minimum poles: 2 PDT. f. Units include adjustable dial with graduated scale covering the time range

in each case. g. Minimum timing range: 0.1 seconds to 10 minutes, or as required for the

application. h. Manufacturer: One of the following or equal:

1) IDEC RTE Series. 2) Agastat Series 7000 (pneumatic). 3) Allen-Bradley Type 700-HR.

Not to be used for bidding purposes!

Page 584: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17710-16 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17710 (Bid Set)

G. Terminal blocks: 1. DIN rail mounting on 35-millimeter rail. 2. Suitable for specified AWG wire. 3. Rated for 15 amperes at 600 volts. 4. Screw terminal type. 5. Provide mechanism to prevent wire connection from loosening in

environments where vibration is present. This mechanism shall not cause permanent deformation to the metal body.

6. Finger-safe protection for all terminals for conductors. 7. Construction: Polyamide insulation material capable of withstanding

temperature extremes from - 40 to 105 degrees Celsius. 8. Terminals: Plainly identified to correspond with markings on the diagrams:

a. Permanent machine-printed terminal identification. 9. Disconnect-type field signal conductor terminals with socket/screw for testing. 10. Identify terminals suitable for use with more than 1 conductor. 11. Position:

a. So that the internal and external wiring does not cross. b. To provide unobstructed access to the terminals and their conductors.

12. Provide minimum 25-percent spare terminals. 13. Manufacturer: One of the following or equal:

a. Phoenix Contact UT4 Series. b. Allen-Bradley 1492 Series.

H. Wire duct: 1. Provide flame retardant plastic wiring duct, slotted with dust cover. 2. Type:

a. Wide slot. b. Narrow slot. c. Round hole.

3. Manufacturer: The following or equal: a. Panduit.

I. Din Rail: 1. Perforated Steel. 2. 35mm width. 3. 15mm deep. 4. Provide 2 inch offset using one of the following:

a. Offset brackets. b. Preformed standoff Din Rail Channel.

J. Surge protection devices: 1. Control panel power:

a. 120-volt control power source: Non-UPS powered: 1) Provide surge protection device (SPD) for panel power entrances:

a) Nominal 120-VAC with a nominal clamping voltage of 200 volts. b) Non-faulting and non-interrupting design. c) A response time of not more than 5 nanoseconds.

2) Control panel power system level protection, non-UPS powered: a) Designed to withstand a maximum 10-kA test current of a

8/20 µs waveform according to IEEE C62.41.1 Category C Area. b) For panels receiving power at 120 VAC, provide surge

protection at secondary of main circuit breaker.

Not to be used for bidding purposes!

Page 585: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17710-17 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17710 (Bid Set)

c) Provide both normal mode noise protection (line to neutral) and common mode (neutral to ground) surge protection.

d) DIN rail mounting. e) Attach wiring to the SPD by means of a screw-type cable-

clamping terminal block: (1) Gastight connections. (2) The terminal block: Fabricated of non-ferrous,

non-corrosive materials. f) Visual status indication of MOV status on the input and output

circuits. g) Dry contact rated for at least 250 VAC, 1 Amp for remote status

indication. h) Meeting the following requirements:

(1) Response time: Less than or equal to 100 ns. (2) Attenuation: Greater than or equal to -40 dB at

100 kilovolt-Hertz as determined by a standard 50-ohm insertion test.

(3) Safety approvals: (a) UL 1283 (EMI/RFI Filter). (b) UL 1449 2nd Edition.

i) Manufacturer: One of the following or equal: (1) Phoenix Contact Type SFP Filter. (2) Liebert Accuvar Series. (3) Islatrol.

b. 120-volt control power source: UPS powered. 1) Provide surge protection on the control power source at each panel

containing power supplies, or electronic components including PLCs, I/O, HMI, and digital meters.

2) Location: a) For panels with a UPS, install surge protection ahead of UPS

and maintenance bypass switch. (1) Surge protection is not required for 120-VAC circuits that

are only used for panel lights and receptacles. b) For panels receiving power at 480 VAC, provide surge

protection on the 120-VAC control power transformer secondary.

3) MCOV: 150 VAC. 4) Surge capability (8/20 µs wave): 10 kA. 5) Peak let-through: 620V L-N, 850V L-G. 6) Manufacturer: One of the following or equal:

a) Phoenix Contact Plugtrab PT Series. b) MTL Surge Technologies MA15 Series.

2. Instrument, data, and signal line protectors (traditional I/O) – panel mounted: a. Surge protection minimum requirements: Withstand a 10-kA test current

of a 8/20 µs waveform in accordance with IEEE C62.41.1 Category C Area.

b. DIN rail mounting on 35-millimeter rail (except field-mounted SPDs). c. SPDs consisting of 2 parts:

1) A base terminal block. 2) A plug protection module:

a) Replacing a plug shall not require the removal of any wires nor interrupt the signal.

Not to be used for bidding purposes!

Page 586: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17710-18 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17710 (Bid Set)

b) Base and plug coded to accept only the correct voltage plug. d. SPD manufacturer: One of the following or equal:

1) Phoenix Contact Plugtrab Series. 2) Bournes Series 1800.

3. Instrument, data, and signal line protectors (traditional I/O) – field mounted: a. Surge protection minimum requirements: Withstand a minimum 10-kA test

current of a 8/20 µs waveform in accordance with IEEE C62.41.1 Category C Area.

b. Manufacturer: One of the following or equal: 1) Plugtrab PT Series. 2) MTL TP48 Series.

K. Horns and beacons: 1. Beacons/horn combination units:

a. Manufacturer: One of the following or equal: 1) Federal Signal Multi-Status LED 108i with tone module. 2) LED Colors: Red, Green, Amber. 3) Power: 120VAC. 4) Provide accessories such as pipe mount flange, pipe extensions,

corner mount brackets, or wall mount brackets as needed. b. Horn rated 80 dB minimum at 10 feet.

2. Dedicated beacon unit: a. Manufacturer: One of the following or equal:

1) Federal Signal Corp Starfire Series. 2) Allen-Bradley 855 B *-* 10 Series. 3) Edwards 102 Series.

3. Dedicated horn unit: a. Electromechanical:

1) Manufacturer: One of the following or equal: a) Federal Signal 350 or 31X Series. b) Edwards 878EX or 879EX Series.

b. Electronic: 1) Manufacturer: One of the following or equal:

a) Federal Signal 300GCX or 300X Series. b) Allen-Bradley 855H or 855XH Series. c) Edwards 5530M or 5533MD Series.

c. Rated for 80 dB minimum at 10 feet.

L. Power supplies: 1. Design power supply systems so that either the primary or backup supply can

be removed, repaired, and returned to service without disrupting the system operation.

2. Convert 120 VAC to 24 volt DC or other DC voltages required or as required for the application.

3. Provide backup 24 VDC power supply units to automatically supply the load upon failure of the primary supply.

4. Provide power supply arrangement that is configured with several modules to supply adequate power in the event of a single module failure: a. Provide automatic switchover upon module failure. b. Alarm contacts monitored by the PLC.

5. Sized to provide 40-percent excess rated capacity. 6. UL 508C listed to allow full rated output without de-rating.

Not to be used for bidding purposes!

Page 587: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17710-19 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17710 (Bid Set)

7. Provide fuse or short-circuit protection. 8. Provide a minimum of 1 set of dry contacts configured to change state on

failure for monitoring and signaling purposes. 9. Output regulation: Within 0.05 percent for a 10-percent line change or a

50-percent load change: a. With remote voltage sensing.

10. Operating temperature range: 0 to 50 degrees Celsius. 11. Touch-safe design: All connection terminals to be protected against accidental

touch. 12. DIN rail mounting on 35-millimeter rail. 13. Provide self-protecting power supplies with a means of limiting DC current in

case of short circuit. 14. Manufacturer: One of the following or equal:

a. Fully redundant: 1) Phoenix Contact Quint Power Supply with SFB technology.

a) Phoenix Contact Quint - O-ring redundancy module. 2) IDEC PS5R Series:

a) Wit redundancy Diode. b. Sola. c. Acopian. d. PULS.

M. Starters: 1. Magnetic motor starters:

a. As specified in Section 16422. 2. Integral self-protected starters:

a. As specified in Section 16422.

N. Variable frequency drives: 1. As specified in Section 16262.

O. Limit switches: 1. NEMA Type 4X. 2. AC contact rating 120 volts, 10 A. 3. DC contact rating 125 volts, 0.4 A. 4. Provide robust actuation mechanism not prone to degradation. 5. Provide complete actuator mechanism with all required hardware. 6. Allows for contact opening even during contact weld condition. 7. UL approved. 8. Operating temperature range: -18 to +110 degrees Celsius (0 to 230 degrees

Fahrenheit). 9. Manufacturer: One of the following or equal:

a. Allen-Bradley 802 Series. b. Honeywell HDLS Series. c. Omron D4 Series. d. Eaton E47, E49, E50. e. ABB.

P. Current switches: 1. Operate from 120-VAC supply voltage. 2. 1 normally open and normally closed contacts. 3. Adjustable current setting.

Not to be used for bidding purposes!

Page 588: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17710-20 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17710 (Bid Set)

4. Manufacturer: a. Zelio® RM35.

2.07 ACCESSORIES

A. As specified in Section 17050.

B. Provide panels with an inside protective pocket to hold the panel drawings. Ship panels with 1 copy of accepted Shop Drawings including, but not limited to, schematic diagram, connection diagram, and layout drawing of control wiring and components in a sealed plastic bag stored in the panel drawing pocket.

C. Provide 15-inch floor stands or legs where needed or as indicated on the Drawings.

D. Provide a folding shelf for enclosures that contain programmable controllers. The shelf shall be mounted on the inside surface of the door, capable of supporting a laptop computer.

E. Provide nameplate to each panel as indicated on the Drawings: 1. Provide on all internal and external instruments and devices. 2. Provide a nameplate with the following markings that is plainly visible after

installation: a. Manufacturer’s name, trademark, or other descriptive marking by which

the organization responsible for the panel can be identified. b. Supply voltage, phase, frequency, and full-load current. c. Power source or circuit ID. d. Short-circuit current rating of the panel based on one of the following:

1) Short-circuit current rating of a listed and labeled assembly. 2) Short-circuit current rating established utilizing an approved method.

F. Provide a window kit where indicated on the Drawings or where a transmitter with display is mounted inside a control panel. The window shall meet the following requirements: 1. Safety plate glass. 2. Secured by rubber locking seal. 3. Allow full viewing of devices issuing visual process data or diagnostics.

G. Lighting: 1. Provide 1 luminaire for each section, on the interior of the panel, spaced

evenly along the top-front of the enclosure door opening(s): a. Covered or guarded. b. Provide On-Off door-activated switches where indicated on the Drawings. c. 120-volt, single-phase, 15-amp style plug. d. Provide 4,000 K, 900 Lumens – LED fixture.

1) Provide additional fixtures for every 36 inches of width.

H. Receptacles: 1. Provide 1 duplex receptacle located every 4 feet of enclosure width, spaced

evenly along the back mounting panels. 2. GFCI, 120-volt, single-phase, 15-amp style plug. 3. Provide circuit breaker or fuse to limit receptacle draw to 5 amperes.

Not to be used for bidding purposes!

Page 589: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17710-21 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17710 (Bid Set)

I. Grounding: 1. Provide the following:

a. Grounding strap between enclosure doors and the enclosure. b. Equipment grounding conductor terminals. c. Provide equipment ground bus with lugs for connection of all equipment

grounding wires. d. Bond multi-section panels together with an equipment grounding

conductor or an equivalent grounding bus. 2. Identify equipment grounding conductor terminals with the word “GROUND,”

the letters “GND,” the letter “G,” or the color green. 3. Signal (24 VDC) grounding: Terminate each drain wire of a signal (shielded)

cable to a unique grounding terminal block, or common ground bus at the end of the cable as shown on the Loop Drawings.

4. Ensure the continuity of the equipment grounding system by effective connections through conductors or structural members.

5. Design so that removing a device does not interrupt the continuity of the equipment-grounding circuit.

6. Provide an equipment-grounding terminal for each incoming power circuit, near the phase conductor terminal.

7. Size ground wires in accordance with NEC and UL Standards, unless noted otherwise.

8. Connect all exposed, noncurrent-carrying conductive parts, devices, and equipment to the equipment-grounding circuit.

9. Connect the door stud on the enclosures to an equipment-grounding terminal within the enclosure using an equipment-bonding jumper.

10. Bond together all remote and local control panels, processor racks, and conductive enclosures of power supplies and connect to the equipment-grounding circuit to provide a common ground reference.

J. Provide sunshades and insulation for all outdoor installations.

2.08 MIXES (NOT USED)

2.09 FABRICATION (NOT USED)

2.10 FINISHES

A. Finishes: 1. Metallic (non-stainless):

a. Metal surfaces of panels shall be prepared by chemical cleaning and mechanical abrasion in accordance with the finish manufacturer’s recommendations to achieve a smooth, well-finished surface.

b. Scratches or blemishes shall be filled before finishing. One coat of zinc phosphate shall be applied per the manufacturer’s recommended dry-film thickness and allowed to dry before applying the finish coat.

c. Finish coat shall be a baked polyester-urethane powder, aliphatic air-dry polyurethane, or epoxy enamel to meet NEMA rating specified application.

d. Exterior of enclosures located outdoors shall be UV-resistant polyester powder coating. Total dry film thickness shall be 3 mils, minimum.

2. Stainless steel: a. Stainless enclosures shall be provided with a Number 4 brushed finish -

not painted.

Not to be used for bidding purposes!

Page 590: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17710-22 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17710 (Bid Set)

B. Colors: 1. Exterior color of panels mounted indoors shall be manufacturer’s standard light

gray. 2. Exterior of panels mounted outdoors shall be manufacturer’s standard white. 3. Panel interiors shall be manufacturer’s standard white.

2.11 SOURCE QUALITY CONTROL

A. As specified in Section 17050.

PART 3 EXECUTION

3.01 EXAMINATION

A. Examine the installation location for the instrument and verify that the instrument will work properly when installed. 1. Notify the Engineer promptly if any installation condition does not meet the

instrument manufacturer’s recommendations or specifications.

3.02 PREPARATION (NOT USED)

3.03 INSTALLATION

A. Install enclosures so that their surfaces are plumb and level within 1/8 inch over the entire surface of the panel; anchor securely to wall and structural supports at each corner, minimum. Direct attachment to drywall is not permitted.

B. Install the enclosure per guidelines and submitted installation instructions to meet the seismic requirements at the project site.

C. Provide floor stand kits for wall-mounted enclosures larger than 48 inches high.

D. Provide 3-1/2-inch high concrete housekeeping pads for freestanding enclosures.

E. Install gasket and sealing material under panels with floor slab cutouts for conduit: 1. Undercoat floor-mounted panels.

F. Provide a full-size equipment-grounding conductor in accordance with NEC included with the power feeder. Terminate to the incoming power circuit-grounding terminal.

G. All holes for field conduits, etc. shall be cut in the field. There shall be no additional holes, factory cut holes, or hole closers allowed. Incorrect holes, additional holes, or mis-cut holes shall require that the entire enclosure be replaced.

H. Control panels that are adjacent to motor control centers shall be fully wired to the motor control centers using wireways integral to the motor control center or additional conduits as needed. These interconnections are not shown or reflected on the Conduit Schedule, but shall be shown on the Loop Drawings prepared by the Contractor.

Not to be used for bidding purposes!

Page 591: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17710-23 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17710 (Bid Set)

I. Provide individually fused analog input module points with blown-fuse indicator lights, mounted external of the module on the output terminal strip.

J. Side Panels: 1. Side panels shall be kept free off all control equipment and devices. Any

deviation must be sent to the engineer in writing asking for a deviation.

3.04 ERECTION, INSTALLATION, APPLICATION, AND CONSTRUCTION (NOT USED)

3.05 REPAIRS/RESTORATION (NOT USED)

3.06 RE-INSTALLATION (NOT USED)

3.07 FIELD QUALITY CONTROL

A. As specified in Section 17050.

3.08 ADJUSTING (NOT USED)

3.09 CLEANING

A. As specified in Section 17050.

3.10 DEMONSTRATION AND TRAINING (NOT USED)

3.11 PROTECTION

A. As specified in Section 17050.

3.12 SCHEDULES (NOT USED)

END OF SECTION

Not to be used for bidding purposes!

Page 592: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 593: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17740-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17740 (Bid Set)

SECTION 17740

CONTROL SYSTEMS: PROCESS CAMERAS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Closed circuit television system (CCTV) including:

a. Cameras. b. Lenses. c. Receiver. d. Transceiver. e. Enclosures.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following sections are related to the Work described in this Section. This list of related sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01330 - Submittal Procedures. b. Section 17050 - Common Work Results for Process Control and

Instrumentation Systems.

1.02 REFERENCES

A. As specified in Section 17050.

1.03 DEFINITIONS

A. As specified in Section 17050.

1.04 SYSTEM DESCRIPTION

A. Provide all CCTV equipment identified in the Contract Documents.

Not to be used for bidding purposes!

Page 594: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17740-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17740 (Bid Set)

B. System description: 1. The intent of this Section is to provide a fully operational CCTV surveillance

system consisting of cameras (fixed and integrated pan/tilt/zoom), transporting the video and data control over fiber optic cable, wiring into digital video recorders (DVR), looping the video out and into a matrix switcher via coax cable. The control of the cameras shall be through the DVR or the matrix switcher joystick controller with display on VGA monitors located in plant control center operator’s console or on the Owner’s personal computers via client software for the DVRs. There shall be no licensing fees or charge for the client software to the Owner. All indoor cameras shall utilize coax cable for transmission of video while all outdoor cameras mounted to poles shall utilize fiber for distribution of video to the head-end equipment.

1.05 SUBMITTALS

A. Furnish submittals as specified in Sections 01330 and 17050.

B. Shop drawings: 1. System layout diagram, panel diagrams, rack diagrams, and all

interconnection-wiring drawings.

C. Operation and maintenance manuals. 1. The Contractor shall submit the manufacturer’s installation and testing

manuals for each type of equipment.

D. Spare parts: 1. The Contractor shall submit as part of the shop drawing submittal a list of

recommended spare parts for each piece of equipment. The Contractor shall also furnish the name, address, and telephone number of the nearest distributor for each piece of equipment.

2. During the term of this Contract, the Contractor shall notify the Engineer in writing about any manufacturer’s modification of the identified spare parts such as part number, interchangeability, model change, etc.

E. Special tools: 1. A list of special tools required for adjusting and test monitoring the system

shall be submitted to the Engineer for approval. After approval, the Contractor shall supply these tools suitably wrapped and identified for application.

1.06 QUALITY ASSURANCE

A. As specified in Section 17050.

B. CCTV system supplier shall be regularly engaged in the manufacturing of security video equipment: 1. Shall be UL listed and labeled.

C. After installation, provide the services of an experienced factory service representative to inspect and test the CCTV system for proper performance and installation.

Not to be used for bidding purposes!

Page 595: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17740-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17740 (Bid Set)

1.07 DELIVERY, STORAGE, AND HANDLING

A. As specified in Section 17050.

1.08 PROJECT OR SITE CONDITIONS

A. As specified in Section 17050.

1.09 WARRANTY

A. As specified in Section 17050.

1.10 MAINTENANCE

A. Extra materials: 1. Any tools or equipment necessary to adjust the system shall be provided by

the Contractor. 2. Provide test monitor and cables. 3. The manufacturer shall provide maintenance schedule and direction.

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. One of the following or equal: 1. Cameras:

a. Phillips. b. Pelco. c. Panasonic. d. Ikegami. e. Axis P1364-E Fixed Network Camera.

2.02 MANUFACTURED UNITS

A. General: 1. Provide control of pan, tilt, zoom, focus, and iris control for each camera from

the control stations as indicated on the Drawings, each with a color monitors integrated in the plant control center operator’s console.

2. CCTV control cable: Fiber optic cable selected by the CCTV system supplier.

B. CCTV system design: 1. Provide cameras, monitors, receivers, transmitters, control stations, fiber optic

and coaxial cable by one CCTV system supplier. 2. The video output of each camera shall be capable of being displayed on any of

the monitors in the system with the matrix joystick controller. Assign a label for each camera to facilitate the operator’s manual selection of the process locations using the CCTV vendor’s master control software package.

3. Video shall be transported from the cameras to the video recorders via fiber optic cabling. Fiber modules shall be installed in the pan/tilt/zoom cameras. Fixed cameras outdoors shall be transported via fiber from a transmitter mounted in a NEMA rated box at the bottom of the pole.

Not to be used for bidding purposes!

Page 596: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17740-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17740 (Bid Set)

C. Furnish outdoor pan/tilt/zoom dome cameras with sunshields and cabling with the following characteristics: 1. Resolution: Greater than 470 TV lines. 2. Sensitivity: Minimum illumination 1 FC Color. 3. Standard NTSC color system. 4. Lens: Auto aperture. 5. Synchronization system: RS 170. 6. Mounting: 3-way, universal mounting bracket. 7. Weather resistant outdoor rated. 8. Full lens protection: Polycarbonate plastic, Lexan or equal. 9. Signal to noise ratio: Greater than 50 dB. 10. Auto target, beam, gain, black level. 11. -60 degrees Fahrenheit to +140 degrees Fahrenheit; 0 to 90 percent relative

humidity. 12. 360-degree pan. 13. 18X zoom. 14. 180 degree tilt. 15. Auto-flip function at the bottom for continuous following of subjects.

D. Furnish indoor/ integrated fixed camera with dome housing and universal mounts and cabling with the following characteristics: 1. Resolution: Greater than 480 TV lines. 2. Sensitivity: Minimum illumination 0.05FC. 3. Standard NTSC color system. 4. Lens: Auto aperture. 5. Synchronization system: RS 170. 6. Mounting: 3-way, universal mounting bracket. 7. Weather resistant outdoor rated. 8. Signal to noise ratio: 50 dB. 9. Auto target, beam, gain, black level. 10. -40 degrees Fahrenheit to +122 degrees Fahrenheit; 10 to 100 percent relative

humidity. 11. Varifocal lens with auto IRIS and 3.8 to 9.0 mm. 12. Control room.

E. Joystick controller: 1. Pushbutton camera selectable. 2. Joystick pan/tilt/zoom control of cameras. 3. LCD display with 4 lines of keyboard information and operations functions.

F. Surge protection: 1. All cameras that are mounted above the roofline of a building shall include

lightning protection of all cameras at the head-end equipment and at the camera. Protection shall include any data lines and power lines.

2.03 ACCESSORIES

A. Provide straight poles of the same type as the light poles, with the maximum height of 15 feet to mount the pole-mounted camera.

2.04 SOURCE QUALITY CONTROL

A. As specified in Section 17050.

Not to be used for bidding purposes!

Page 597: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17740-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17740 (Bid Set)

PART 3 EXECUTION

3.01 EXAMINATION

A. Examine the installation location for the camera and verify that the camera will work properly when installed.

3.02 PREPARATION

A. Coordinate the installation with all trades to ensure that the mechanical and electrical system has all necessary appurtenances for proper installation of the CCTV system.

3.03 INSTALLATION

A. Furnish and install 120 VAC power to each camera location.

B. Furnish and test CCTV equipment.

C. Install fiber optic cable in separate and dedicated raceways between the cameras and the auxiliary control room.

D. Install all equipment in strict accordance with the manufacturer’s recommendation and under the general review of the Engineer.

E. Install the camera system in easily accessible locations for ease of maintenances.

F. The pendant-mounted camera shall be mounted at various type of ceiling locations where indicated on the Drawings using the manufacturer provided mounting equipment. Provide proper mounting hardware for the various types of ceilings.

3.04 FIELD QUALITY CONTROL

A. As specified in Section 17050.

3.05 ADJUSTING

A. Calibrate all instruments in accordance with the manufacturer’s instructions.

B. Perform the final camera alignment under the guidance of the Engineer.

3.06 CLEANING

A. As specified in Section 17050.

3.07 DEMONSTRATION AND TRAINING

A. Demonstrate the performance of the CCTV system to the Engineer.

B. Test each camera system before installation.

Not to be used for bidding purposes!

Page 598: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17740-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17740 (Bid Set)

3.08 PROTECTION

A. As specified in Section 17050.

3.09 SCHEDULES

A. Complete product data sheets for each product and submit this information System Description article of this Section.

END OF SECTION

Not to be used for bidding purposes!

Page 599: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

SECTION 17950

TESTING, CALIBRATION, AND COMMISSIONING

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Testing requirements that apply to process control and instrumentation

systems for the entire Project.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01756 - Commissioning. 3. Section 17050 - Common Work Results for Process Control and

Instrumentation Systems. 4. Section 17100 - Control Strategies. 5. Section 17101 - Specific Control Strategies. 6. Section 17710 - Control Systems - Panels, Enclosures, and Panel

Components.

1.02 REFERENCES

A. As specified in Section 17050.

B. Electronics Industries Alliance (EIA).

C. Telecommunications Industry Association (TIA).

1.03 DEFINITIONS

A. As specified in Sections 01756 and 17050.

1.04 SYSTEM DESCRIPTION (NOT USED)

1.05 SUBMITTALS

A. Furnish submittals as specified in Section 01330.

B. General: 1. Reference additional detailed test submittal scheduling and prerequisite

requirements as specified in the Sequencing article of Section 17050.

C. Test procedures: 1. Develop and submit detailed test procedures to show that the integrated

SCADA system hardware and software is fully operational and in compliance with the requirements specified in the Contract Documents.

2. Provide a statement of test objectives for each test. 3. Prepare specific procedures for each process system.

Not to be used for bidding purposes!

Page 600: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

4. Describe sequentially the steps to be followed in verifying the correct operation of each process system, including all features described in the loop descriptions, control strategies, and shown in the P&IDs. Implied or generic test procedures are not acceptable.

5. Specify who will perform the tests, specifically what testing equipment will be used (including serial numbers and NIST-traceable calibration), and how the testing equipment will be used.

6. Describe the expected role of the Engineer, as well as any requirements for assistance from Owner’s staff.

7. Provide the forms and checklists to be used.

D. Test forms: 1. Provide test and calibration forms and checklists for each of the following:

a. Calibration. b. Factory acceptance tests (FAT). c. Loop validation tests. d. Installation tests. e. Functional tests. f. Instrumentation Fine-Tuning. g. Communication Testing including all digital bus and all forms of Ethernet.

2. Test forms shall include the detailed test procedures, or shall include clear references to separate pages containing the complete test procedure applicable to each form. If references to procedures are used, the complete procedure shall be included with each test binder.

3. Every page of each test form shall include project name, date, time, name of person conducting the test, signature of person conducting the test, and for witnessed tests, place for signature of person (Engineer and Owner) witnessing the test.

4. Some sample test forms are included at the end of this Section. These test forms show the minimum required test form content. They are not complete, and have not been customized for this Project. The Contractor is to develop and submit test forms customized for the Project and meeting all of the specified test and submittal requirements.

E. Testing binders: 1. Sub-system to be tested, provide and submit a test binder containing all test

procedures and individual test forms for the test. References to other documents for test procedures and requirements are not acceptable.

2. Fill out in advance headings and all other information known before the test. 3. Include applicable test plan information, as well as a list of all test

prerequisites, test personnel, and equipment. 4. Include or list reference material and provide separately at the time of the test. 5. Record test results and verify that all test requirements and conditions have

been met.

F. FAT procedure additional minimal requirements: 1. Prepare and submit a FAT procedure which includes:

a. Control system testing block diagram. b. Estimated test duration. c. Details on the simulator construction, components, and operation.

Not to be used for bidding purposes!

Page 601: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

G. Test reports: 1. At the conclusion of each test, submit a complete test report, including all test

results and certifications. 2. Include all completed test binders, forms, and checklists. 3. Submission, review, and acceptance of each test report is required before the

start of the sub-system.

1.06 QUALITY ASSURANCE

A. Test personnel: 1. Furnish qualified technical personnel to perform all calibration, testing, and

verification. The test personnel are required to be familiar with this Project and the equipment, software, and systems before being assigned to the test program.

1.07 DELIVERY, STORAGE, AND HANDLING (NOT USED)

1.08 PROJECT OR SITE CONDITIONS (NOT USED)

1.09 SEQUENCING (NOT USED)

1.10 SCHEDULING

A. As specified in Section 17050.

1.11 WARRANTY (NOT USED)

1.12 SYSTEM START-UP (NOT USED)

1.13 OWNER’S INSTRUCTIONS (NOT USED)

1.14 MAINTENANCE (NOT USED)

PART 2 PRODUCTS Not Used.

PART 3 EXECUTION

3.01 EXAMINATION (NOT USED)

3.02 PREPARATION (NOT USED)

3.03 INSTALLATION

A. As specified in Section 17050.

B. Installation supervision: 1. Provide as specified in Section 17050.

3.04 ERECTION, INSTALLATION, APPLICATION, CONSTRUCTION (NOT USED)

Not to be used for bidding purposes!

Page 602: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

3.05 REPAIR/RESTORATION (NOT USED)

3.06 RE-INSTALLATION (NOT USED)

3.07 COMMISSIONING

A. Source Testing: 1. Provide manufacturer services as specified in the table below.

Section Number Section Title

Source Testing (Witnessed or

Non-Witnessed)

17100 Control Strategies Non-Witnessed

17101 Specific Control Strategies Non-Witnessed

17710 Control Systems - Panels, Enclosures, and Panel Components

Non-Witnessed

17950 Testing, Calibration, and Commissioning Non-Witnessed

2. FAT - general: a. Performed during the Commissioning Phase, source testing activity. b. Before shipment to the Project Site, the complete PCIS system including

all operator stations, servers, network equipment, printers, PCMs, PLCs, RTUs, LCPs, CCS, peripherals, communications equipment, and other SCADA equipment, shall be assembled, connected, and all software loaded for a fully functional FAT of the integrated system.

c. Perform tests to show that the integrated system hardware and software is fully operational and in compliance with the requirements specified in the Contract Documents.

d. Additional factory tests are specified in other sections of the Instrumentation and Control Specifications.

e. The FAT will be witnessed. f. Right of observation: The Owner retains the right to observe all factory

test activities including any and all subsystem preparation, pretests, troubleshooting, retests, warm-up, and software modification and/or update.

g. The Owner reserves the right to test any specified function, whether or not explicitly stated in the test submittal.

h. Correction of deficiencies: Any deficiencies observed during the test shall be corrected and retested before completion of the test.

i. Any changes and/or corrections shall be noted on the test forms. Engineer shall witness the revisions and/or corrections prior to leaving the test site.

j. If the corrections and/or revisions are too extensive to be made while the Engineer is scheduled to be at the FAT test site, the FAT shall be, at the Engineer’s sole discretion, considered failed, and the test shall be restarted at a later date. All costs for the re-test shall be borne by the Contractor.

Not to be used for bidding purposes!

Page 603: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

3. Testing simulation: a. The FAT shall make use of hardware simulators that contain switches,

pilot lights, variable analog signal generators, and analog signal level displays, which shall be connected to the I/O points within the SCADA system. All inputs and outputs shall be simulated and proper control and system operation shall be validated.

b. The use of jumper wires, terminal block mounted pilot lights, and loose meters to act as or supply the functionality of a simulator shall not be allowed.

c. The hardware simulator may consist of a PLC, operating under a SCADA software package, or other approved software that has its I/O points wired to PLC’s I/O points. Software operating on a PC may then act as the switches, pilot lights, variable analog signal generators, and analog signal level displays.

4. Preliminary FAT: a. A complete preliminary FAT (pre-FAT) shall be conducted utilizing test

procedures approved by the Engineer. The pre-FAT test procedure shall be a subset of the full FAT.

b. The purpose of the pre-FAT is to provide assurance to the Engineer that the SCADA system is ready for the full, witnessed FAT, in terms of both stability and functionality. Debugging of software and troubleshooting of hardware shall occur during and before the pre-FAT, not during the FAT. The Contractor shall fully test the SCADA system and fix all deficiencies found before the full FAT.

c. The Owner shall have the right to witness any or all of the pre-FAT testing and shall be notified in writing 20 days before the start of the pre-FAT.

d. The pre-FAT test results submittal shall include a letter, signed by the Contractor’s project manager or company officer, certifying that the system is complete, has been tested successfully, and is fully ready for the full, witnessed FAT. The submittal shall include completed pre-FAT test forms, signed by the Contractor’s staff, and shall be submitted for review before the start of the FAT.

5. Panel inspections: a. The Engineer will inspect each control panel for completeness,

workmanship, fit and finish, and compliance with the Contract Documents and the accepted shop drawings.

b. Provide panel inspection forms as part of the FAT procedures submittal. c. Inspection to include, as a minimum: Layout, mounting, wire and data

cable routing, wire tags, power supply, components and wiring, I/O components layout (including terminals, wiring and relays), device layout on doors and front panels, and proper ventilation operation.

d. A sample FAT control panel form has been provided at the end of this Section.

6. I/O test: a. Verify that I/O is properly wired to field terminals and is properly mapped

into the PLC and the rest of the SCADA system, including all operator interface devices.

b. Test methodology: 1) Use the submitted and approved system simulator for this test.

Not to be used for bidding purposes!

Page 604: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

2) Discrete inputs: Apply appropriate input from simulator at panel terminal, observe input card indicator, observe data value at each indicated data address, observe data received on all operator interface displays (SCADA workstations and local operator interface (LOI) displays).

3) Discrete outputs: Issue commands from operator interface screen, verify output card indicator light and measure response at field wiring terminals on simulator. Repeat for each operator interface screen.

4) Analog inputs: Apply appropriate analog input signal at panel terminals on simulator, observe data value at each indicated data address, and observe data properly received at each operator screen. Check each point at 0 percent, 50 percent, and 100 percent of scale.

5) Analog outputs: Enter scaled values in the output buffer file, observe the output data file value, and measure appropriate response at panel wiring terminals.

c. Test forms to include, but not be limited to: 1) PLC and panel number. 2) I/O type. 3) I/O tag name. 4) Panel terminal block numbers. 5) Rack/slot/number of I/O point. 6) Check-off for correct response for each I/O point. 7) Space for comments. 8) Initials of individual performing test. 9) Date test was performed. 10) Witness’ signature lines.

7. System configuration test: a. Demonstrate and test the setup and configuration of all operator stations,

servers, development stations, and peripherals. b. Demonstrate all utility software and functions, such as virus protection,

backup, optical drive burning, network monitoring, etc. c. Demonstrate the proper operation of all peripheral hardware. d. Demonstrate all general SCADA functions. e. Demonstrate proper operation of log-on and other access security

functions. f. Demonstrate the proper operation of all historical data storage, trend,

display, backup, and report functions. g. Test automatic fail over of redundant equipment. h. Demonstrate the proper operation of the alarm display and

acknowledgement functions. i. Test forms:

1) For each test, list the specification page and paragraph of the function demonstrated, and provide a description of the function.

2) List the specific tests and steps to be conducted. 3) For each function, list all of the different sub-functions or ways the

function can be used, and provide a test check-off for each: a) Include signature and date lines.

8. Control logic test: a. The purpose of this test is to verify that all software functions and logic

work as specified, along with any hardwired logic or functions in the tested control panels.

Not to be used for bidding purposes!

Page 605: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

b. Testing requirements: 1) Demonstrate each function described in Section 17100. Demonstrate

in detail how each function operates under a variety of operating scenarios. Test to verify the application of each general control strategy function to each specific control strategy or loop description.

2) Demonstrate the proper operation of the programming and configuration for each control strategy or loop description. Test each strategy or loop description on a sentence by sentence and function by function basis. Loops with similar or identical logic must each be tested individually.

3) Demonstrate the proper operation of all digital communication links and networks. Verify each digital communication I/O point.

4) Failure testing: In addition to demonstrating correct operation of all specified features, special effort shall be made to demonstrate how the system responds to and recovers from abnormal conditions including, but not limited to: equipment failure, operator error, communications subsystem error, communications failures, simulated/forced software lockups, power failure (both utility power and power to SCADA hardware), process equipment failure, and high system loading conditions.

c. Test forms: 1) Include the fully revised and approved control strategy for the loop

being tested. 2) Identify the cause and effect as each I/O point is toggled through the

simulator. Check boxes shall be provided to track proper and/or improper operation of the loop.

3) Any deficiencies or operational changes shall be noted on the forms for correction and documentation: a) Include signature and date lines.

B. Owner Training: 1. Complete Owner training as specified in Section 17050.

C. Installation Testing: 1. General:

a. The Owner reserves the right to test any specified function, whether or not explicitly stated in the test submittals.

b. Failure testing: 1) In addition to demonstrating correct operation of all specified

features, demonstrate how the system reacts and recovers from abnormal conditions including, but not limited to: a) Equipment failure. b) Operator error. c) Communications sub-system error. d) Power failure. e) Process equipment failure. f) High system loading conditions.

c. Conduct testing Monday through Friday during normal working hours for no more than 8 hours per day. 1) Testing at other times requires approval of the Engineer.

Not to be used for bidding purposes!

Page 606: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

2. Sequencing: a. See additional requirements specified in the Sequencing article of

Section 17050. 3. Calibration:

a. After installation but before starting other tests, calibrate and adjust all instruments, devices, valves, and systems, in conformance with the component manufacturer's instructions and as specified in these Contract Documents.

b. Components having adjustable features are to be set carefully for the specific conditions and applications of this installation. Test and verify that components and/or systems are within the specified limits of accuracy.

c. Replace either individually or within a system, defective elements that cannot achieve proper calibration or accuracy.

d. Calibration points: 1) Calibrate each analog instrument at 0 percent, 25 percent,

50 percent, 75 percent, and 100 percent of span, using test instruments with accuracies traceable to NIST.

e. Field verify calibration of instruments that have been factory-calibrated to determine whether any of the calibrations are in need of adjustment.

f. Analyzer calibration: 1) Calibrate and test each analyzer system as a workable system after

installation. Follow the testing procedures directed by the manufacturers' technical representatives.

g. Complete instrument calibration sheets for every field instrument and analyzer.

h. Calibration tags: 1) Attach a calibration and testing tag to each instrument, piece of

equipment, or system. 2) Sign the tag when calibration is complete.

(1) Report: (a) Prepare a report that documents the results of the

qualification and testing activities. (b) Document the installed condition of the network and

provide baseline values for future network maintenance and testing activities.

(c) The report to include, but not limited to, the following: (d) Executive summary for each network. (e) Inspection and test results for each network. (f) Calculated network parameters. (g) Recommendations. (h) Description of test procedures and required test

equipment.

Not to be used for bidding purposes!

Page 607: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

Network Installation

Installer

TestResults

Network InstallationTesting

Network Tester

Pass

Fail

Network Activation

Engineer/Integrator

Network OperationsTesting

Network Tester

CorrectConfigurationDeficiencies

Engineer/Integrator

Pass

Fail

NetworkCommissioning

Complete

TestResults

INSTALLATIONQUALIFICATION AND TESTING

OPERATIONAL QUALIFICATIONAND TESTING

Network InstallationInspection

Engineer

Inspection

InspectionDeficiencyCorrection

Installer

Fail

Pass

InstallationDeficiencyCorrection

Installer

b) Operations qualification and testing: (1) Network installation qualification and testing successfully

completed. (2) Network is commissioned and is operating under normal

conditions. (3) Process and process equipment is not dependent on

operation of the network. i. Installation qualification and test procedures:

1) Visual and mechanical inspection: a) Compare network devices nameplate data with drawings and

specifications. b) Verify labeling of all trunk cables. c) Confirm minimum cable distance between nodes. d) Verify the presence/absence of stub lines. e) Verify network terminators are in place.

Figure 1 Network Test Sequence and Responsibilities

Not to be used for bidding purposes!

Page 608: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

f) Verify power supply source and connections for active terminations.

g) Verify total network node count. h) Verify power supply specifications including quantity, ratings,

locations, and configuration. Verify power supply source of supply location, conductor size, and rating.

i) Inspect accessible network cabling for adherence to specified installation practices: (1) Cable installed in conduit or protective raceway. (2) Cable proximity to high voltage wiring. (3) Exposure to extreme temperatures, shock, vibration,

chemicals, or moisture. (4) Bend radius.

j) Inspect cable and conductor terminations for adherence to specified installation practices.

k) Check all accessible components for evidence of physical damage.

l) Check grounding techniques including ground conductor sizes and termination points.

m) Non-permissible cable length. n) Wrong cable type. o) Signal reflections.

j. Electrical tests: 1) Measure network resistance. 2) Measure network cable length. 3) Line analysis for the following conditions:

a) Short circuit between signal lines A and B. b) Short circuit between signal lines A and B and the cable shield.

4) Shield continuity. 5) Cross-wired signals lines. 6) Terminator installed in wrong position. 7) Poor transmission or reception levels. 8) Non-permissible stub line.

k. Generate slave list. l. Measure power supply voltage at active terminations. m. Evaluation:

1) Confirm the network cable topology (length and configuration) does not exceed data rate limitations.

2) Confirm total stub length (if required by design) does not exceed data rate limitations.

3) Calculate spare trunk length for the specified data rate. n. Operations qualifications and test procedures:

1) Electrical tests: a) Examine the data traffic between the master and each slave

device. b) Verify baud rate. c) Confirm signal level. d) Verify network cycle time. e) Generate “live” slave list. f) Verify and record scanner diagnostic data including node status

and error codes. g) Monitor and capture network waveform.

Not to be used for bidding purposes!

Page 609: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

o. Evaluation: 1) Confirm all specified slave devices appear on the live list. 2) Evaluate data traffic between master and each slave to confirm

proper slave configuration and performance. 3) Inspect waveform capture for evidence of excessive noise. 4) Evaluate and report any failed or questionable network tests. 5) Evaluate and report network error codes and related symptoms.

4. Ultrasonic and radar check out: a. Check response under all operating conditions. b. Track all responses through trend charts in the SCADA system. c. Provide Echo Transmission and signal quality on all level transmitters

including guided and unguided units. 1) Provide printout of the actual transmission and all parameters.

5. Loop check/validation: a. Check all control loops under simulated operating conditions by causing a

range of input signals at the primary control elements and observing appropriate responses of the respective control and monitoring elements, final control elements, and the graphic displays associated with the SCADA system. Issue commands from the SCADA system and verify proper responses of field devices. Use actual process inputs wherever available.

b. Provide “end-to-end” tests: 1) Test SCADA system inputs from field device to SCADA system

operator workstations. 2) Test SCADA system outputs from SCADA operator workstations to

field devices and equipment. 3) Observe and record responses at all intermediate devices. 4) Test and record operator commands and signal readouts to each

operator device where there is more than one operator interface point.

5) For each signal, perform separate tests for SCADA computer screens, local operator interface (LOI) screens, and local control panels.

c. Retest any loop following any necessary corrections. d. Apply simulated sensor inputs corresponding to 0 percent, 25 percent,

50 percent, 75 percent, and 100 percent of span for networks that incorporate analog elements, and monitor the resulting outputs to verify compliance to accuracy tolerance requirements.

e. Apply continuously variable up and down analog inputs to verify the proper operation and setting of discrete devices (signal trips, etc.).

f. Apply provisional settings on controllers and alarm setpoints. g. Record all analog loop test data on test forms. h. Exercise each field device requiring an analog command signal, through

the SCADA system. Vary, during the validation process, the output from the PLC SCADA system and measure the end device position, speed, etc. to confirm the proper operation of the device for the supplied analog signal. Manually set the output from the SCADA screen at 0 percent, 25 percent, 50 percent, 75 percent, and 100 percent and measure the response at the final device and at any intermediate devices.

Not to be used for bidding purposes!

Page 610: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-12 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

i. Exercise each field device providing a discrete input to the SCADA system in the field and observe the proper operation shall be observed at the operator workstation: 1) Test limit switches, set limits mechanically, and observe proper

operation at the operator workstation. 2) Exercise starters, relay contacts, switch contacts, and observe

proper operation. 3) Calibrate and test instruments supplying discrete inputs, and observe

proper operation. j. Test each device accepting a discrete output signal from the SCADA.

Perform the appropriate operator action at the SCADA operator stations (including LOIs, if present) and confirm the proper operation of the field device: 1) Stroke valves through outputs from the SCADA system, and confirm

proper directional operation. Confirm travel limits and any feedback signals to the SCADA system.

2) Exercise motors starters from the SCADA system and verify proper operation through direct field observation.

3) Exercise solenoids and other field devices from the SCADA system and verify proper operation through direct field observation.

k. Include in the test forms: 1) Analog input devices:

a) Calibration range. b) Calibration data: Input, output, and error at each test value. c) Analog input associated PLC register address. d) Value in PLC register at each test point. e) Value displayed at each operator interface station (local

operator interface displays and SCADA workstations). 2) Analog output devices:

a) Calibration range. b) Test value at each test point. c) Analog output associated PLC register address. d) Control variable value at field device at each test point. e) Physical device response at each test point:

(1) Response to be actual valve position, or motor speed, etc. 3) Discrete instrument input devices:

a) Switch setting, contact action, and dead band. b) Valve position switches:

(1) Response in the PLC as the valve is stroked from the PLC. (2) Field observed actual valve position, and valve indicator

position as the valve is stroked from the PLC. c) Operator interface switches (control stations and other pilot

devices) and associated response. d) Starter and drive auxiliary device contact response. e) Response of all other discrete inputs to the PLC.

4) Discrete output devices: a) Observed response of field device to the discrete output from

the PLC. b) Observe the proper operation of Open, Close, Start, Stop, On,

Off, etc. 5) Test equipment used and associated serial numbers.

Not to be used for bidding purposes!

Page 611: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-13 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

D. Functional Testing: 1. General:

a. Commence Functional tests after completion of all loop check/validation tests: 1) As specified in Section 17050, Sequencing and Scheduling article.

b. Functional to demonstrate proper operation of all systems with process equipment operating over full operating ranges under conditions as closely resembling actual operating conditions as possible.

c. Additional tests are specified in other Instrumentation and Control Sections.

d. Follow approved detailed test procedures and check lists for Functional Test activities.

2. Control logic operational validation: a. The purpose of control logic validation is to field test the operation of the

complete control system, including all parts of the SCADA system, all control panels (including vendor control panels), all control circuits, all control stations, all monitored/controlled equipment, and final control elements.

b. Demonstrate all control functionality shown on the P&IDs, control schematics, and other drawings, and specified in the loop descriptions, control strategies, Electrical Specifications, and Mechanical Equipment Specifications.

c. Test in detail on a function-by-function and sentence-by-sentence basis. d. Thoroughly test all hardware and software functions:

1) Including all hardwired and software control circuit interlocks and alarms.

e. Test final control elements, controlled equipment, control panels, and ancillary equipment under startup, shut down, and steady-state operating conditions to verify all logic and control is achieved.

f. Control logic validation tests to include, but not limited to: a repeat of all control logic tests from the FAT, modified and expanded to include all field instruments, control panels, circuits, and equipment.

3. Loop tuning: a. Optimally tune all electronic control stations and software control logic

incorporating proportional, integral, or derivative control. Apply control signal disturbances at various process variable levels and adjusting the gain, reset, or rate settings as required to achieve proper response.

b. Verify the transient stability of final control elements operating over the full range of operating conditions, by applying control signal disturbances, monitoring the amplitude and decay rate of control parameter oscillations and making necessary controller adjustments as required to eliminate excessive oscillatory amplitudes and decay rates. As a minimum, achieve 1/4 wave amplitude decay ratio damping (subsidence ratio of 4) under the full range of operating conditions.

c. If excessive oscillations or system instability occur, as determined by the Engineer, continue tuning and parameter adjustments, or develop and implement any additional control algorithms needed to achieve satisfactory control loop operation.

4. Functional validation sheets: a. Document each Functional test on an approved test form.

Not to be used for bidding purposes!

Page 612: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-14 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

b. Document loop tuning with a report for each loop, including two-pen chart recordings showing the responses to step disturbance at a minimum of 3 setpoints or process rates approved by the Engineer. Show tuning parameters on the charts, along with time, date, and sign-off by Contractor and Engineer.

c. Include on the form, functions which can be demonstrated on a loop-by-loop basis: 1) Loop number and P&ID number. 2) Control strategy, or reference to specification tested. 3) Test procedures: Where applicable, use the FAT function-by-

function, sentence-by-sentence loop test checklist forms modified to meet the requirements of the Functional test. Otherwise, create new forms.

d. For functions that cannot be demonstrated on a loop-by-loop basis (such as overall plant power failure), include on the test form a listing of the specific steps and tests to be conducted. Include with each test description the following information: 1) Specification page and paragraph of function demonstrated. 2) Description of function and/or text from specification. 3) Test procedures: use the FAT loop test checklist forms modified to

meet the specific testing conditions of the Functional test. 5. Functional certification:

a. Provide Manufacturer’s Certificate of Installation and Functionality Compliance as specified in Section 01756. 1) Including all test forms with test data entered, submitted to the

Engineer with a clear and unequivocal statement that all Functional test requirements have been satisfied.

E. Instrumentation Fine-Tuning: 1. After the Process Operational Period, test PCIS system for additional 60 days

as specified in this Section to identify issues and make corrections, as needed. 2. General:

a. The performance test is part of the Work that must be completed as a condition of substantial completion and final completion for the entire Project.

b. The complete PLC control and SCADA system must run continuously for the duration of the performance test.

c. Test and use the entire process control system under standard operating conditions.

d. Exercise all system functions. e. Log failure, any system interruption and accompanying component,

subsystem, or program failure including time of occurrence, duration of each failure, failure classification, and cause. 1) Provide a competently trained technician or programmer on call for

the Project Site during all normal working days and hours from the start of the performance test until final acceptance of the system. a) Response time to the Project Site: 24 hours or less, for a major

failure. 3. SCADA system testing:

a. Exercise each system function, e.g., status report, alarms, logs, and displays several times at a minimum, and in a manner that approximates "normal" system operation.

Not to be used for bidding purposes!

Page 613: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-15 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

b. Failure of the SCADA system during testing shall be considered as indicating that the programs and operating system do not meet the requirements of the specifications. 1) Corrective action is required before restarting the performance test.

c. Only those components, sub-systems, and systems covered in this Section and supplied under this Contract shall be considered for this acceptance test. Problems and failures of other systems shall not be considered as part of this test, except as they display the capabilities of this system to detect failures.

4. Failures: a. Classify failures as either major or minor.

1) Minor failure: a) A small and non-critical component failure or software problem

that can be corrected by the Owner's operators. b) Log this occurrence but this is not a reason for stopping the test

and is not grounds for non-acceptance. c) Should the same or similar component failure occur repeatedly,

this may be considered as grounds for non-acceptance. d) Failure of one printer or operator station is considered a minor

failure providing all functions can be provided by backup equipment, i.e., alternate printers and operator station, and repairs can be made and equipment returned to service within 3 working days.

2) Major failure: a) Considered to have occurred when a component, subsystem,

software control, or program fault causes a halt in or improper operation of the system and/or when a technician's work is required to make a repair or to re-initiate operation of the system.

b) Cause termination of the performance test. c) Start a new acceptance test when the causes of a major failure

have been corrected. d) A failure is also considered major when failure of any control

system that results in an overflow, underflow, overdose, or underdose condition occurs.

5. Technician report: a. Each time a technician is required to respond to a system malfunction,

they must complete a report, which includes details concerning the nature of the complaint or malfunction and the resulting repair action required and taken.

b. If a malfunction occurs which clears itself or which the operator on duty is able to correct, no report is required or logged as specified above.

c. If a technician has performed work but no report is written, then a major failure is considered to have occurred.

d. Each report shall be submitted within 24 hours to the Engineer and the Owner, or its representative.

3.08 FIELD QUALITY CONTROL (NOT USED)

3.09 ADJUSTING (NOT USED)

3.10 CLEANING (NOT USED)

Not to be used for bidding purposes!

Page 614: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-16 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

3.11 PROTECTION (NOT USED)

3.12 SCHEDULES

A. Example test forms: 1. Example test forms are attached at the end of this Section. They may be used

as a starting point for the development of Project-specific test forms for this Project.

2. The example test forms are not intended to be complete or comprehensive. Edit and supplement the forms to meet the requirements for testing and test forms specified in this Section and other Contract Documents.

END OF SECTION

Not to be used for bidding purposes!

Page 615: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-17 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

FACTORY ACCEPTANCE TEST – CONTROL PANELS

1. GENERAL INSPECTION A. Structural Inspection

Verify Lifting Lugs Installed Verity enclosure has lock and lock is functional Confirm that seismic bracing components are provided per manufacturer’s installation instructions

B. Exterior Inspection Cabinet exterior is clean, scratch, and dent free Inspect externally for corrosion and damage Verify enclosure door opens and closes easily Verify enclosure has a 3-point latch Verify enclosure has a flange mounted disconnect (where voltages greater than 120 VAC enter the cabinet) Verify enclosure has the appropriate NEMA rating (1, 1G, 12, 3R, 4, 4X, etc) Verify enclosure is the appropriate size (not grossly larger than design, and will still fit in the plant)

Nameplates Cabinet has identification nameplate

All door labels are straight, spelled correctly, and match the tagging defined in the Contract

Cabinet has a nameplate that includes the following:

Power source(s) Integrator’s Logo Circuit ID(s) Short Circuit KAIC ratings If labels are screwed to door, silicone was utilized to cover screw holes (Labels screwed to the door of a

NEMA 4/4X panel technically violates the NEMA rating.) Door Devices All devices penetrating the outside of panel have gaskets, silicone or both All door devices are installed (HMIs, Pilot Devices, etc) Door mounted equipment is mounted straight and square All exterior or door mounted equipment present and accounted for, installed and securely fastened NEMA classification has not been violated due to penetrations Door mounted equipment has the same NEMA rating as the panel All door mounted equipment installed at the correct height All door mounted equipment installed in the correct positions and order (layout of door mounted equipment

is grouped properly and in a logical manner) Doors with multiple penetrations have adequate bracing (if needed) Visually check condition of indicators , controllers and annunciators Check that pilot lights illuminate correctly Check the Push-To-Test function Ensure correct pilot light color Peripheral Devices Horn / Beacon is installed (where required) Silence and Reset pushbutton PROJECT NAME: TEST DATE: FACILITY NAME: TESTED BY: PROCESS AREA: COMPANY: NETWORK ID: PAGE: WITNESSED BY: SIGNATURE:

Not to be used for bidding purposes!

Page 616: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-18 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

FACTORY ACCEPTANCE TEST – CONTROL PANELS

1. GENERAL INSPECTION (continued) C. Interior Inspection

Cabinet is cleaned of marks and dirt. Inspect internally for corrosion and damage. Back panel is clean of marks and dirt. Interior of panel vacuumed and shall be free of all debris. Check that the panel roof is clean and clear of foreign materials. Bottom of panel has been cut out (where bottom entry is required), with angle iron welded around the bottom

perimeter. Re-painting has been performed. If internal light door limit switch is provided, ensure the light automatically turns "on" when the doors are open. Intrusion alarms (where required).

Interior Labeling All panel mounted equipment has identification labeling, by using either a Brothers or Phenolic type tags. Verify that door mounted components are mounted square and symmetrical. Verify that nameplates are straight, legible, and spelled correctly. All terminal blocks are identified/labeled with permanent labels including tight end blocks and caps. All wiring shrink labeled and or phased correctly to the specifications. All wire labels shrunk completely rotated and aligned alike for easy identification. All fuses and circuit breakers are labeled with ID and current rating. System Integrator’s label or labels installed on door. Panel manufacturer model/serial number tag is present. All required safety/warning tags installed and straight. Correct UL (typically UL 508) or cUL tag installed and registered and all other associated tags installed and

straight (the UL tag might not be installed in the panel at the factory test. If the panel is modified due to changes during the factory test or a punch list generated from the factory test, the UL labeling would need to be re-applied. Some UL shops do not apply the UL label until the panel is released to be shipped.).

Wireways Plastic wire way covers installed properly. Plastic wireways have no sharp edges. No wire Ties inside the wireways. No sharp edges on wire ties. Separation: White duct is used for DC voltages, Gray duct is used for AC voltages. Ensure wiring duct is not over-full, includes provision for 20% more wiring and the cover may easily be

installed. Panduit recommends 50% duct fill, but 40% is a better practice. PROJECT NAME: TEST DATE: FACILITY NAME: TESTED BY: PROCESS AREA: COMPANY: NETWORK ID: PAGE: WITNESSED BY: SIGNATURE:

Not to be used for bidding purposes!

Page 617: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-19 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

FACTORY ACCEPTANCE TEST – CONTROL PANELS

1. GENERAL INSPECTION (continued) C. Interior Inspection (continued) Wiring Visually check terminals and condition of internal wirings Verify that the control panel has been assembled and wired as designed Verify that all components are operational and perform the functions intended Verify that all components are sized appropriately for the application Verify that equipment control circuits function as intended Back of door wiring is labeled and neatly formed Back panel to door wiring has sufficient bending radius with spiral wrap Wire connection has been verified wired to correct points within the panel Individual wires have been given a pull test to verify a good terminal connection Wire and cable minimum bending radius have not been violated All equipment installed straight and square to back panel Wire colors are correct: Black and White > AC hot and neutral, respectively Red > AC control signals Blue > DC power and control (Blue w/White stripe for DC ground) Yellow > Foreign voltages (those still present when panel power is disconnected) Green > AC equipment ground Black > TSP (+) White> TSP(-) Analog wiring shields are continuous (connected by a dedicated terminal block for such shields) Analog shield wires are grounded within the panel, where not otherwise grounded at the transmitter itself Discrete inputs are separately fused or protected by a circuit breaker on a “per loop” basis Intrinsic Safety Wiring Ensure wiring associated with intrinsic safety circuits or intrinsic safety barriers is kept away from all

other wiring by UL minimum distances or by a physical (grounded metal) barrier preventing non-intrinsically safe wiring from coming in contact with intrinsically safe circuits or wiring

Verify all spare terminals are installed according to the percentage listed in the specifications Grounding Equipped with “Blackburn” or other grounding type lug Lug is securely fastened to the panel structure Verify Grounding bar is installed Verify Isolated ground bar is installed PROJECT NAME: TEST DATE: FACILITY NAME: TESTED BY: PROCESS AREA: COMPANY: NETWORK ID: PAGE: WITNESSED BY: SIGNATURE:

Not to be used for bidding purposes!

Page 618: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-20 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

FACTORY ACCEPTANCE TEST – CONTROL PANELS

2. POWER TEST A. AC Power

AC Power is routed correctly within the panel, and is isolated from DC and network wiring . All fuses are installed and sized properly. All breakers are installed and sized properly . 24 VDC Power Supplies are functional. 24 VDC Power fail contacts are functional. 24 VDC power supplies are redundant, and have diode modules enabling the hot swap-over between supplies.

24 VDC supplies are equipped with dry contact failure alarms, wired as PLC inputs to signal failure of any DC power supply. Such alarm inputs to the PLC have been tested as being functional.

Dedicated receptacle is wired to receive a dedicated AC supply . Verify continuity for all DC commons, ground and AC neutrals. Verify that the CP temporary input power is connected correctly and is the correct voltage. Close the CP main circuit breaker(s). Verify that voltages at subsequent circuit breakers are correct. Close circuit breakers. Verify that power feeding interruptible and uninterruptible power supplies is correct. Turn on power supplies if they are not already on. Verify that voltages at distribution terminals are correct. Energize any remaining hardware such as the PLC.

B. Uninterruptible Power Supply (UPS) Mounted appropriately within the cabinet, on a dedicated shelf, or rear of a swing-out sub panel. Is equipped with maintenance bypass switch (or at least plug/receptacle means for bypassing the unit). Test all UPS alarms (on inverter, failure, battery failure etc) Turn off the AC power supply and verify that the UPS will be switched on to supply the designated vital loads in

the control panel. 3. CONTROLS & AUXILIARY DEVICES TEST

Verify all interposing and auxiliary relays are functioning.

Verify panel lights are functioning. Ventilation and Heating

If ventilation fans are fitted , check the fans operate correctly any associated air filters are clean and not blocked. Verify components are installed in the correct orientation for proper air flow.

4. HARDWIRED INTERLOCK AND SAFETY TEST Verify that hardwired interlocks through the control panel as shown on schematic drawings are functioning. For

example, outlet high pressure switch interlock to a pump. Verify that all hardwired safety devices through the control panel is functioning. For example, the pull cord

emergency stops of conveyors. PROJECT NAME: TEST DATE: FACILITY NAME: TESTED BY: PROCESS AREA: COMPANY: NETWORK ID: PAGE: WITNESSED BY: SIGNATURE:

Not to be used for bidding purposes!

Page 619: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-21 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

FACTORY ACCEPTANCE TEST – CONTROL PANELS

5. PLC TEST A. Components

PLC interior High Temperature alarm is installed, wired to the PLC, and is shown to be functional. Relays have transient suppression across their coils. This is particularly important for DC coil relays, where

diodes in reverse polarity are often used. TVSS is installed across the main incoming 120 VAC.

PLC and PLC Rack Verify all cards are securely seated. Ensure clearance around PLC rack has been met, such that convective heat transfer is not impeded by

devices erroneously mounted in the “no encroachment” area. Confirm with manufacturer clearance recommendations.

B. PLC I/O Test Furnish I/O test forms and test all the listed input and output points as follows:

Discrete Inputs: Simulate a field contact closure by “shorting” across the appropriate terminal blocks. Observe the transition between a logical “0” and “1” in the PLC software.

Discrete Outputs: Force the output bit to toggle between logical “0” and logical “1” using the PLC software. Measure contact resistance at the wired terminal blocks using a digital meter selected for the “ohms” setting.

Analog Inputs: Connect a signal generator to the appropriate terminal blocks. Tailor the connection depending on whether a 2-wire or 4-wire simulation is required. Modulate the 4-20mA signal. Observe the associated PLC internal memory register to transition between 0-65535 or if scaled in engineering units, between 0 and the maximum scaled engineering unit. The latter method is preferred.

Analog Outputs: Force the output register to a value between 0-65535 or 0-100%, if the scaling block can be manipulated. Observe the measured 4-20mA value increment and decrement using a digital ammeter.

C. Redundant Controllers (where required) Test Remove Communication cable from PLC-1 to verify switching to PLC-1A Remove Communication cable from PLC-1A to verify switching back to PLC-1 Remove Power from PLC-1 to verify switching to PLC-1A Remove Power from PLC-1A to verify switching to PLC-1 Remove Communication cable from PLC-1 to I/O rack and verify switching to PLC-1A Remove Communication cable from PLC -1A to I/O rack and verify switching to PLC-1

D. PLC Control Logic Verification The PLC control strategy is verified by following the Control Logic Verification Form based on the specifications.

Each control strategy will be verified by simulating the process and checking the state or value of PLC outputs. The results of equipment status and alarms and process instrument values and trends shall also be verified on the Plant SCADA graphic screens stored in a temporary SCADA computer. Since all PLC input and output wiring has been verified and some field devices are not available during Factory Acceptance Testing, certain inputs will be simulated either by means of additional hardware and/or software as described below.

DI states are either simulated by hardwired switches or forced inputs using a programming terminal. For example, when starters and drives are not provided as part of the contract, jumpers may be installed from the output

call relays to the running confirmation inputs to simulate the running state of the motors. AI values are either simulated by an external source or within software using a programming terminal. For example, when a level transducer is not provided as part of the contract the level transducer loop current may be

simulated with a loop powered potentiometer and adjusted manually for the level input. PROJECT NAME: TEST DATE:

FACILITY NAME: TESTED BY:

PROCESS AREA: COMPANY:

NETWORK ID: PAGE:

WITNESSED BY: SIGNATURE:

Not to be used for bidding purposes!

Page 620: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-22 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

FACTORY ACCEPTANCE TEST – CONTROL PANELS

5. PLC TEST (continued) D. PLC Control Logic Verification (continued) Typical Fault Logic If the fault input is high and the disable (if applicable) for the fault is not high and the common disable (if

applicable) is not high begin timing. If any of these conditions changes, stop timing and reset the timer. If the timer reaches its preset, activate the alarm output. If the fault alarm is a shutdown alarm stop the associated motor and latch the alarm so that it remains present even if the condition clears.

The fault condition must return to normal and the alarm must be reset for a latched alarm to clear. Typical Fail to Start Logic If the motor is called to run (call output high) and no running feedback is received (running input is low) and

the fail to start and common alarm disables (if applicable) are not high start timing. If any of these conditions changes, stop timing and reset the timer. If the timer reaches its preset, activate the alarm output, stop calling the motor and latch the alarm.

6. HMI OR OIT TEST HMI / OIT Functionality Communication with PLC Screen Layouts Screen Navigation Set Point Entry Animation Color Correctness (Green=Run, Red=Off, Amber=Alarm, or the agreed upon convention) Alarms Acknowledge and Reset Security / Access Levels / Passwords 7. NETWORK COMMUNICATION TEST A. Network Components Fiber optic cabling terminates in a patch panel Media converters are installed and functional Terminating resistors have been installed for trunk/tap topologies or where required Wire and cable bending limitations have not been violated B. Networking Functions Verify data transfer via the network to different PLCs as shown on the Network Block Diagrams Verify network traffic rate and error margin is acceptable PROJECT NAME: TEST DATE: FACILITY NAME: TESTED BY: PROCESS AREA: COMPANY: NETWORK ID: PAGE: WITNESSED BY: SIGNATURE:

Not to be used for bidding purposes!

Page 621: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-23 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

FACTORY ACCEPTANCE TEST – CONTROL PANELS

8. FAT DOCUMENTATION AND RECORD Panel Documentation As-built panel drawings showing actual panel construction and devices arrangement and c/w Bill of

Material. Panel schematic and interconnection drawings. P&ID drawings and schematic drawings for the process area controlled by the panel that is to be tested. I/O list test forms of the process area to be tested. FAT procedure of the process area to be tested. Test record forms of the process area to be tested. Forms shall include area for signature of responsible

test personnel. Hard copy of the PLC application program of the process area to be tested. Hard copy of the HMI/OIT graphic screens of the process area to be tested. 9. FAT TOOLS AND SOFTWARE

Simulation software if required Digital volt meter Fluke 87 Process meter Fluke 787 Laptop computer with PLC application program Temporary SCADA computer with HMI software and applicable graphic screens Jumper wires

PROJECT NAME: TEST DATE: FACILITY NAME: TESTED BY: PROCESS AREA: COMPANY: NETWORK ID: PAGE: WITNESSED BY: SIGNATURE:

Not to be used for bidding purposes!

Page 622: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-24 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

INSTALLATION AND CERTIFICATION CHECKLIST DOCUMENTATION

INSTRUMENT LOOP NO.

SERVICE DESCRIPTION

A COPY OF LATEST ISSUE OF THE FOLLOWING DOCUMENTS ARE INCLUDED IN THIS INSTRUMENT INSTALLATION CERTIFICATION FILE:

INSTRUMENT SPECIFICATION SHEETS (FOR ALL INSTRUMENTS IN THE LOOP)

INSTRUMENT INSTALLATION DETAILS (FOR ALL INSTRUMENTS IN THE LOOP)

INSTRUMENT LOOP WIRING DIAGRAMS

INSTRUMENT INSTALLATION CERTIFICATION CHECKLIST

SIZING CALCULATIONS

INSTRUMENT INSTALLATION SCHEDULE (APPLICABLE PART)

NAMEPLATE SCHEDULE (APPLICABLE PART)

VENDOR LITERATURE CALIBRATION INFORMATION

INSTRUMENT LOOP IS PART OF EQUIPMENT START-UP/SHUTDOWN INTERLOCKS? No Yes

REMARKS:

CHECKED BY (COMPANY) ACCEPTED BY (COMPANY)

SIGNATURE SIGNATURE

DATE DATE

Not to be used for bidding purposes!

Page 623: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-25 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

SWITCHES INSTALLATION AND CALIBRATION CHECKLIST

INSTRUMENT LOOP NO.

SERVICE DESCRIPTION

CHECK BELOW, WHEN COMPLETED:

BENCH CALIBRATED PER SPECIFICATION SHEET NO.

VERIFIED PER P&ID NO.

CORRESPONDS TO SPECIFICATION SHEET NO.

WIRING CORRECT PER INSTRUMENT LOOP DRAWING NO.

INSTALLATION CORRECT PER DETAIL NO.

ACCESSORIES ARE PRESENT AND PROPERLY INSTALLED

INSTRUMENT IS ACCESSIBLE FOR MAINTENANCE OR REMOVAL

ENGRAVED LAMINATED NAMEPLATE (NO SPELLING ERRORS) PERMANENTLY INSTALLED

INSTRUMENT LOOP IS PART OF EQUIPMENT START-UP/SHUTDOWN INTERLOCKS? No Yes

FIELD CALIBRATION CHECK

CONTACT NO. FUNCTION

FOR SIGNAL

CONTACT IS TO AT SPECIFIED VALUE FOR ACTUAL TRIP POINT WAS

1 ALARM INCR OPEN SET PT = SET PT =

S/D PERM DECR CLOSE RESET = RESET =

2 ALARM INCR OPEN SET PT = SET PT =

S/D PERM DECR CLOSE RESET = RESET =

3 ALARM INCR OPEN SET PT = SET PT =

S/D PERM DECR CLOSE RESET = RESET =

4 ALARM INCR OPEN SET PT = SET PT =

S/D PERM DECR CLOSE RESET = RESET =

NOTE: PERM IS ABBREVIATION FOR PERMISSIVE

Not to be used for bidding purposes!

Page 624: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-26 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

SWITCHES INSTALLATION AND CALIBRATION CHECKLIST

REMARKS:

CHECKED BY (COMPANY) ACCEPTED BY (COMPANY)

SIGNATURE SIGNATURE

DATE DATE

Not to be used for bidding purposes!

Page 625: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-27 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

TRANSMITTER/CONTROLLER/INDICATOR INSTALLATION AND CALIBRATION CHECKLIST

INSTRUMENT LOOP IS PART OF EQUIPMENT START-UP/SHUTDOWN INTERLOCKS? No Yes

INSTRUMENT TYPE INDICATOR

TRANSMITTER CONTROLLER

OTHER DESCRIPTION

INSTRUMENT TAG NO. SERIAL NO.

SERVICE DESCRIPTION

BENCH CALIBRATION CHECK

INPUT RANGE = OUTPUT RANGE =

HEAD CORRECTION = LINEAR

CALIBRATED SPAN = SQUARE ROOT

% CALIB SPAN DESIRED VALUE ACTUAL VALUE EXPECTED VALUE ACTUAL VALUE

0

50

100

CHECK BELOW, WHEN COMPLETED:

BENCH CALIBRATED PER SPECIFICATION SHEET NO.

VERIFIED PER P&ID NO.

CORRESPONDS TO SPECIFICATION SHEET NO.

WIRING CORRECT PER INSTRUMENT LOOP DRAWING NO.

INSTALLATION CORRECT PER DETAIL NO.

ACCESSORIES ARE PRESENT AND PROPERLY INSTALLED

INSTRUMENT IS ACCESSIBLE FOR MAINTENANCE OR REMOVAL

ENGRAVED LAMINATED NAMEPLATE (NO SPELLING ERRORS) PERMANENTLY INSTALLED

FIELD CALIBRATION CHECK

INPUT RANGE =

OUTPUT RANGE =

% CALIB SPAN DESIRED VALUE ACTUAL VALUE EXPECTED VALUE ACTUAL VALUE

0

50

100

Not to be used for bidding purposes!

Page 626: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-28 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

TRANSMITTER/CONTROLLER/INDICATOR INSTALLATION AND CALIBRATION CHECKLIST

DIRECT REVERSE

ACTION VERIFIED AT 50% SPAN

ACTION VERIFIED AT SPAN

CONTROLLER SETTINGS

SETTING GAIN PB RESET

(INTEGRAL) DERIV. (RATE)

HIGH LIMIT

LOW LIMIT

ELEV. ZERO

ZERO SUPP

PRE-TUNE

POST-TUNE

PRE-TUNE SETTINGS

GAIN PB RESET (REPEAT/MIN) RESET (MIN/REPEAT) DERIVATION (MINUTES)

FLOW 1.0 100 10 0.1 N/A

LEVEL 1.0 100 MIN. MAX. N/A

PRESSURE 2.0 50 2.0 0.5 N/A

TEMP. 4.0 25 0.1 10 OFF

REMARKS

CHECKED BY (COMPANY) ACCEPTED BY (COMPANY)

SIGNATURE SIGNATURE

DATE DATE

Not to be used for bidding purposes!

Page 627: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-29 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

ANALYZERS INSTALLATION AND CALIBRATION CHECKLIST

INSTRUMENT LOOP IS PART OF EQUIPMENT START-UP/SHUTDOWN INTERLOCKS? No Yes

TYPE OF INSTRUMENT

INSTRUMENT TAG NO. SERIAL NO.

SERVICE DESCRIPTION

CHECK BELOW, IF TRUE

BENCH CALIBRATED PER SPECIFICATION SHEET NO.

VERIFIED PER P&ID NO.

CORRESPONDS TO SPECIFICATION SHEET NO.

WIRING CORRECT PER INSTRUMENT LOOP DRAWING NO.

INSTALLATION CORRECT PER DETAIL NO.

ACCESSORIES ARE PRESENT AND PROPERLY INSTALLED

INSTRUMENT IS ACCESSIBLE FOR MAINTENANCE OR REMOVAL

ENGRAVED LAMINATED NAMEPLATE (NO SPELLING ERRORS) PERMANENTLY INSTALLED

REMARKS

CHECKED BY (COMPANY) ACCEPTED BY (COMPANY)

SIGNATURE SIGNATURE

DATE DATE

Not to be used for bidding purposes!

Page 628: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-30 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

CONTROL VALVES INSTALLATION AND CALIBRATION CHECKLIST

INSTRUMENT LOOP IS PART OF EQUIPMENT START-UP/SHUTDOWN INTERLOCKS? No Yes

VALVE TAG NO. SERIAL NO.

TRANSDUCER TAG NO. SERIAL NO.

SOLENOID TAG NO. SERIAL NO.

VOLUME BOOSTER TAG NO.

SERIAL NO.

POSITIONER SERIAL NO.

SERVICE DESCRIPTION

TRANSDUCER CHECK

INPUT RANGE = OUTPUT RANGE =

CALIBRATED SPAN = CALIBRATED SPAN =

BENCH

SPAN DESIRED ACTUAL SPAN EXPECTED ACTUAL

0% 0%

50% 50%

100% 100%

FIELD

SPAN DESIRED ACTUAL SPAN EXPECTED ACTUAL

0% 0%

50% 50%

100% 100%

CHECK BELOW, IF TRUE:

BENCH CALIBRATED PER ABOVE

VERIFIED PER P&ID NO.

CORRESPONDS TO SPECIFICATION SHEET NO.

VALVE SPECIFICATION NO.

TRANSDUCER SPECIFICATION NO.

SOLENOID SPECIFICATION NO.

WIRING CORRECT PER INSTRUMENT LOOP DRAWING NO.

INSTALLATION CORRECT PER INSTRUMENT INSTALLATION DETAILS

VALVE DETAIL NO.

TRANSDUCER DETAIL NO.

SOLENOID DETAIL NO.

Not to be used for bidding purposes!

Page 629: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-31 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

CONTROL VALVES INSTALLATION AND CALIBRATION CHECKLIST

ACCESSORIES ARE PRESENT AND PROPERLY INSTALLED

INSTRUMENT IS ACCESSIBLE FOR MAINTENANCE OR REMOVAL

ENGRAVED LAMINATED NAMEPLATE (NO SPELLING ERRORS) PERMANENTLY INSTALLED

VALVE CHECK

FLOW CHECK PROCESS FLOW DIRECTION THROUGH THE VALVE IS CORRECT

SAFETY CHECK

ON LOSS OF AIR VALVE FAILS ON LOSS OF POWER SOLENOID FAILS OPEN CLOSE TO VENT TO VALVE

TRAVEL CHECK

FULL OPEN AT FULL CLOSED AT MEASURED TRAVEL

PSI PSI INCHES

SEATING CHECK

ON BENCH RESULTS ACTUATOR BENCH SET

IN-LINE

POSITIONER CHECK

VALVE FULL OPEN AT PSI TO POSITIONER

VALVE FULL CLOSED AT PSI TO POSITIONER

VOLUME BOOSTER CHECK

BYPASS VALVE (GAIN) ADJUSTING SCREW BACKED OUT TURNS FROM CLOSED TO ENSURE QUICK BUT

STABLE OPERATION (TYPICALLY 1-1/2 TO 2 TURNS)

REMARKS

CHECKED BY (COMPANY) ACCEPTED BY (COMPANY)

SIGNATURE SIGNATURE

DATE DATE

Not to be used for bidding purposes!

Page 630: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-32 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

DEVICENET INSTALLATION TESTING

DeviceNet Network Network Installation Characteristics Architecture Baud Rate Trunk Media Drop Media

Single Master 125 kBaud Thick Round Thick Round, Unshielded or

Multi Master 250 kBaud Thin Round Thin Round, Shielded Redundant Power Supplies 500 kBaud Thick Round, Shielded Per Network

Installed Node List 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63

All nodes present and in accordance with network drawings/specifications ODVA approved devices

Nodes/devices accessible for inspection and maintenance Nodes/devices properly addressed Comments: Media Inspection Trunk Cable Drop Cable Installation

ODVA approved ODVA approved No evidence of physical damage Labeling complete Labeling complete Installed in protective raceway Cable/conductor

terminations Cable/conductor terminations Bending radius not exceeded

Terminating resistors at ends

Maximum drop length < 20' Cable supports in place

V- and shield are grounded Clearance from high

temperature/voltage sources No installation subject to vibration

Comments:

Not to be used for bidding purposes!

Page 631: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-33 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

Network Power Supplies Power Supply Equipment Supply Source (120 VAC) Network Power Tap (24 VDC)

ODVA compliant Overcurrent protection Overcurrent protection Quantity and ratings Conductor size Conductor size

Comments:

CHECKED BY (COMPANY) ACCEPTED BY (COMPANY)

SIGNATURE SIGNATURE

DATE DATE

Not to be used for bidding purposes!

Page 632: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-34 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

PROFIBUS INSTALLATION QUALIFICATION AND TESTING

General Network Description The Profibus network serves the RO pretreatment, blended water, and concentrate processes and consists of both DP and PA slave devices. The master is located in programmable logic controller, PLC-900. Profibus DP repeaters are deployed in the network to essentially support a radial network topology from each process control panel.

Network Design Characteristics

ARCHITECTURE BAUD RATE (kbits/sec) MASTER SINGLE REDUNDANT 9.6 187.5 3,000 TOTAL NODE COUNT ≤ 126 19.2 50 6,000 REPEATER COUNT 93.75 1,500 12,000 CASCADED REPEATER COUNT <9 NODE COUNT PER DP SEGMENT

<32

DP/PA SEGMENT COUPLERS REDUNDANCY (DP/PA COUPLERS ACTIVE TERMINATORS PROFIBUS DIAGNOSTICS PA ONLY DP & PA SURGE PROTECTION FOR SLAVES LOCATED OUTSIDE SURGE PROTECTION FOR MEDIA ENTERING THE CONTROLLER CABINET INTRINSIC SAFETY WIRING: REQUIRED FOR ANY PA NETWORK INSTALLED NODE LIST 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15

16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31

32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47

48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63

64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79

80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95

96 97 98 99 100 101 102 103 104 105 106 107 108 109 110 111

112 113 114 115 116 117 118 119 120 121 122 123 124 125 R 126 R 127

ALL NODES PRESENT IN ACCORDANCE WITH NETWORK DESIGN DOCUMENTS.

LEGEND

M MASTER NODE PRESENT AT THIS ADDRESS D PROFIBUS DP NODE PRESENT AT THIS ADDRESS

P PROFIBUS PA NODE PRESENT AT THIS ADDRESS

R RESERVED ADDRESS

NO DEVICE PRESENT AT THIS ADDRESS

COMMENTS (Comments referenced by number. Refer to the Comments, Observations, and Recommendations Summary.)

Not to be used for bidding purposes!

Page 633: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-35 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

PROJECT NAME: TEST DATE: FACILITY NAME: TESTED BY: PROCESS AREA: COMPANY: NETWORK ID: PAGE: WITNESSED BY: SIGNATURE:

Not to be used for bidding purposes!

Page 634: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017 17950-36 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/17950 (Bid Set)

PROFIBUS INSTALLATION QUALIFICATION AND TESTING

Media Inspection

CABLING

DP NETWORK PA NETWORK SEGMENTS

PI COMPLIANT LABELING COMPLETE GROUNDING CABLE AND CONDUCTOR TERMINATIONS NO STUB LINES (DP ONLY) TERMINATING RESISTORS (IN PLACE) DEDICATED DIAGNOSTICS BUS INSTALLATION NO EVIDENCE OF PHYSICAL DAMAGE INSTALLATION IN PROTECTIVE RACEWAY CLEARANCES FROM HIGH TEMPERATURE SOURCES CLEARANCES FROM HIGH VOLTAGE SOURCES BEND RADIUS NO INSTALLATION SUBJECT TO VIBRATION, SHOCK, HIGH FLEX,

CHEMICALS, OR MOISTURE

TERMINATING RESISTORS TURNED ON AT CORRECT LOCATION COMMENTS (Comments referenced by number. Refer to the Comments, Observations, and Recommendations Summary.)

Device Inspection

DEVICE QUANTITY/TYPE INSTALLATION TOTAL SLAVE COUNT NO EVIDENCE OF PHYSICAL DAMAGE MOST UPDATED DEVICE DRIVER INSTALLED? ACCESSIBLE FOR INSPECTION AND MAINTENANCE INSTALLED DEVICES COMPLY WITH DRAWINGS

AND SPECIFICATIONS FDT COMPLIANT DEVICES

PI COMPLIANCE DEVICES DIAGNOSTICS MODULE INSTALLED COMMENTS (Comments referenced by number. Refer to the Comments, Observations, and Recommendations Summary.)

Power Supplies

ACTIVE TERMINATIONS COUPLERS REPEATERS SOURCE LOCATION SOURCE LOCATION SOURCE LOCATION OVERCURRENT PROTECTION OVERCURRENT PROTECTION OVERCURRENT PROTECTION CONDUCTOR SIZE CONDUCTOR SIZE CONDUCTOR SIZE GROUNDING GROUNDING GROUNDING COMMENTS (Comments referenced by number. Refer to the Comments, Observations, and Recommendations Summary.)

PROJECT NAME: TEST DATE: FACILITY NAME: TESTED BY: PROCESS AREA: COMPANY: NETWORK ID: PAGE: WITNESSED BY: SIGNATURE:

Not to be used for bidding purposes!

Page 635: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

May 2017

17950-37 10417A

10 pw://Carollo/Documents/Client/IL/RRW

RD/10417A10/Specifications/17950 (Bid Set)

PROFIBUS INSTALLATION QUALIFICATION AND TESTING

DP Network Media Testing DESCRIPTION SEGMENT ID

TRUNK LENGTH (feet) ALLOWABLE TRUNK LENGTH AT SPECIFIED DATA RATE: MEASURED TRUNK LENGTH: SPARE TRUNK LENGTH RESISTANCE MEASUREMENTS (ohms) NETWORK CABLE: NO TERMINATIONS ONE TERMINATION TWO TERMINATIONS POWER SUPPLY VOLTAGE (volts DC) ACTIVE TERMINATOR REPEATER CP1100-RPT1 REPEATER CP1000-RPT1 REPEATER CP1000-RPT2 REPEATER CP2700-RPT1 CABLE TEXTS PASS FAIL PASS FAIL PASS FAIL PASS FAIL PASS FAIL PASS FAIL TESTED FOR SHORT CIRCUIT BETWEEN SIGNAL LINES

TESTED FOR SHORT CIRCUIT BETWEEN SIGNAL LINES AND SHIELD

TESTED FOR SHIELD CONTINUITY TESTED FOR OPEN SIGNAL LINES TESTED FOR CROSSED SIGNAL LINES TESTED FOR CORRECT TERMINATOR POSITION CORRECT CABLE TYPE AND LENGTH TESTED FOR SECURE AND TIGHT CONNECTORS COMMENTS (Comments referenced by number. Refer to the Comments, Observations, and Recommendations Summary.)

PROJECT NAME: TEST DATE:

FACILITY NAME: TESTED BY:

PROCESS AREA: COMPANY:

NETWORK ID: PAGE:

WITNESSED BY: SIGNATURE:

Not to be used for bidding purposes!

Page 636: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

 

Not to be used for bidding purposes!

Page 637: Rock River Water Reclamation District Rockford, Illinois ......Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms

Bid Doc. No. 16-421

Section II-A

General Provisions and Technical Specifications for Sanitary Sewer Construction (separate document incorporated by reference)

Not to be used for bidding purposes!