HomeMy WebLinkAbout06-21-2016 Item 10 Council Reading File - RFP 91280 WRRF Aeration Blower Replacement Project - w attachments FINAL 05-06-16
The City of San Luis Obispo is committed to including disabled persons in all of our services, programs and activities.
Telecommunications Device for the Deaf (805) 781-7410.
PUBLIC UTILITIES DEPARTMENT
990 Palm Street San Luis Obispo, CA 93401
Notice Requesting Proposals for
WATER RESOURCE RECOVERY FACILITY
AERATION BLOWER REPLACEMENT PROJECT
Specification No. 91280
The City of San Luis Obispo is inviting sealed proposals for the Water Resource Recovery
Facility Aeration Blower Replacement Project pursuant to Specification No. 91280. All
proposals must be received by the Finance Division by 3:00 P.M. on July 21, 2016 when they
will be opened publicly in the City Hall Council Chambers, 990 Palm Street, San Luis Obispo,
CA 93401.
Proposals received after said time will not be considered. To guard against premature opening,
each proposal shall be submitted to the Finance Division in a sealed envelope plainly marked
with the proposal title, specification number, proposer name, and time and date of the
proposal opening. Proposals shall be submitted using the forms provided in the specification
package.
Specification Package may be obtained by the following:
• Download package from the City’s Web site, Bids & Proposals page at: www.slocity.org
• Specification packages and additional information may be obtained by contacting Howard
Brewen at (805) 781-7240.
WRRF Aeration Blower Replacement Project, Specification No. 91280 Page 1 of 27
TABLE OF CONTENTS
TABLE OF CONTENTS ................................................................................................................................................ 1
DESCRIPTION OF WORK ........................................................................................................................................... 2
BACKGROUND................................................................................................................................................... 2
SCHEDULE ......................................................................................................................................................... 2
DEFINITIONS...................................................................................................................................................... 2
SUMMARY OF WORK ........................................................................................................................................ 3
GENERAL TERMS AND CONDITIONS ....................................................................................................................... 3
PROPOSAL REQUIREMENTS .......................................................................................................................... 3
CONTRACT AWARD AND EXECUTION ........................................................................................................... 4
PROPOSAL CONTENT AND SELECTION PROCESS ............................................................................................... 6
PROPOSAL CONTENT ...................................................................................................................................... 6
PROPOSAL EVALUATION AND CONTRACTOR SELECTION ........................................................................ 6
FORM OF AGREEMENT .............................................................................................................................................. 8
FORM OF PERFORMANCE BOND ........................................................................................................................... 14
FORM OF PAYMENT BOND ...................................................................................................................................... 16
PROPOSAL SUBMITTAL FORMS ............................................................................................................................. 18
ACKNOWLEDGEMENT .................................................................................................................................... 18
INSURANCE CERTIFICATE ............................................................................................................................ 19
STATEMENT OF PAST CONTRACT DISQUALIFICATIONS .......................................................................... 20
SUPPLIER REFERENCES ............................................................................................................................... 21
MANUFACTURER REFERENCES .................................................................................................................. 23
POWER GUARANTEE ..................................................................................................................................... 25
COST PROPOSAL ........................................................................................................................................... 26
INSURANCE REQUIREMENTS ................................................................................................................................. 27
Attachment A................................................................................................................................................................. 1
General Requirements .................................................................................................................................................. 1
Attachment B................................................................................................................................................................. 2
Technical Specifications ............................................................................................................................................... 2
Attachment C ................................................................................................................................................................ 3
Project Drawings ........................................................................................................................................................... 3
WRRF Aeration Blower Replacement Project, Specification No. 91280 Page 2 of 27
Section A
DESCRIPTION OF WORK
BACKGROUND
The City of San Luis Obispo’s Water Resource Recovery Facility (WRRF) serves a population of nearly
46,000 people and treats 1.7 billion gallons of wastewater per year. It is one of the largest energy users
in the City of San Luis Obispo.
The WRRF’s National Pollutant Discharge Elimination Systems (NPDES) permit requires full nitrification.
This nitrification process takes place in the Aeration Bays. A critical component of this process is the air
that is supplied to the Aeration Bays. This air is supplied by three Aeration Blowers in different
configurations (lead, lag & standby) to meet the demands of the system. Two of the Aeration Blowers
(Lamson) are 20 years old and well past their expected life cycle and the third Aeration Blower (Turblex)
is ten years old and approaching the end of its service life. Currently the air being supplied by our
Aeration Blowers makes up 25% of our total annual energy bill. The two (Lamson) Aeration Blowers are
very energy inefficient compared with the new Aeration Blowers currently on the market. The cost of
maintenance, end of service life, outdated instrumentation and energy efficiency are the reasons for
Aeration Blower replacement.
The Work calls for demolition of an existing Lamson multi-stage centrifugal blower and provision and
installation of a new turbo blower system in its place.
SCHEDULE
The City’s goal is to have the new blower installed, operating, and with all startup and commissioning
services complete by December 31st, 2016.
DEFINITIONS
SUPPLIER – The SUPPLIER is the entity responsible for demolishing the existing blower system
and providing and installing the new turbo blower system. The Supplier is also the entity
providing the proposal in response to this RFP. The SUPPLIER shall be the same entity as the
MANUFACTURER or shall have a legal relationship as the sales representative, distributor, or
subsidiary of the MANUFACTURER. SUPPLIER and applicable SUPPLIER’S subcontractors
shall be in possession of and maintain all required contracting licenses as needed for the
duration of the project.
MANUFACTURER – The MANUFACTURER is the entity that manufactures, fabricates, and
factory assembles the new blower system. The MANUFACTURER may include equipment
components fabricated by others providing they are factory assembled as part of the new
blower system by the MANUFACTURER.
OW NER – The City of San Luis Obispo.
ENGINEER – Water Systems Consulting, Inc.
WRRF Aeration Blower Replacement Project, Specification No. 91280 Page 3 of 27
SUMMARY OF WORK
The Supplier shall provide one new turbo blower meeting the specifications given in Attachment B,
Technical Specifications, Section 11081, High Speed Turbo Blower complete with acoustic enclosure,
motor, variable frequency drive, control panel, programmable logic controller, inlet air filter/silencers,
blow-off valve, check valve, discharge valve, flexible connectors and other appurtenances as specified
and as required to make a complete and operable system.
The Supplier shall install the turbo blower and specified appurtenances including piping and electrical
connections as shown on the Drawings and as needed for a complete and operational system. The
Supplier shall provide and install pressure and temperature gauges, other instruments and devices as
specified. Drawings and specifications will be finalized and issued for construction by the Owner
following selection of Supplier.
The Supplier shall remove and dispose of the existing Lamson blower including the frame, motor, air
filters and air filter enclosure, control panel, associated valves, silencers, devices, connecting piping and
electrical as shown on the Drawings and as needed to install the new turbo blower.
The Supplier shall provide specified services during startup and commissioning.
The Work includes all labor, materials, and equipment necessary for the demolition, fabrication,
production, installation and erection of the items specified herein and as required to make a compete and
operable system.
All equipment and services to be provided by a single SUPPLIER.
Section B
GENERAL TERMS AND CONDITIONS
PROPOSAL REQUIREMENTS
1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal (SUPPLIER)
shall meet all of the terms, and conditions of this Request for Proposals (RFP) specifications
package. By virtue of its proposal submittal, the SUPPLIER acknowledges agreement with and
acceptance of all provisions of the RFP specifications, except that the SUPPLIER may list exceptions
to the technical specification, Section 11801, for the turbo blower on a separate submittal and
included with the Proposal. Exceptions taken to Section 11801 will be evaluated along with other
aspects of the Proposal.
2. Proposal Submittal. Each proposal must be submitted on the form(s) provided in this Request for
Proposal (RFP) package and accompanied by any other required submittals or supplemental
materials. Proposal documents shall be enclosed in an envelope that shall be sealed and addressed
to the Public Works Department, City of San Luis Obispo, 919 Palm Street, San Luis Obispo, CA,
93401. Each proposal submittal shall include one electronic copy of the proposal, submitted in
portable document format (PDF) on CD or flash drive. In order to guard against premature opening,
the proposal should be clearly labeled with the proposal title, specification number, name of
SUPPLIER, and date and time of proposal opening. No FAX submittals will be accepted.
3. Insurance Certificate. Each proposal must include a certificate of insurance showing:
a. The insurance carrier and its A.M. Best rating.
b. Scope of coverage and limits.
WRRF Aeration Blower Replacement Project, Specification No. 91280 Page 4 of 27
c. Deductibles and self-insured retention.
The purpose of this submittal is to generally assess the adequacy of the SUPPLIER’s insurance
coverage during proposal evaluation; as discussed under paragraph 12 below, endorsements are not
required until contract award. The City’s insurance requirements are detailed in Section F.
4. Submittal of References. Each proposer shall submit a statement of qualifications and references
on the form provided in the RFP package. In addition, each proposer shall provide a list of all
operating installations of proposed blower technology which includes location, facility name, blower
number and size.
5. Statement of Contract Disqualifications. Each proposer shall submit a statement regarding any
past government disqualifications on the form provided in the RFP package.
6. Proposal Withdrawal and Opening. A SUPPLIER may withdraw its proposal, without prejudice
prior to the time specified for the proposal opening, by submitting a written request to the Utilities
Director for its withdrawal, in which event the proposal will be returned to the SUPPLIER unopened.
No proposal received after the time specified or at any place other than that stated in the "Notice
Requesting Proposals" will be considered. All proposals will be opened and declared publicly.
SUPPLIERs or their representatives are invited to be present at the opening of the proposals.
7. Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed to
make or file, or to be interested in more than one proposal, except an alternative proposal when
specifically requested; however, an individual or business entity that has submitted a sub-proposal to
a SUPPLIER submitting a proposal, or who has quoted prices on materials to such SUPPLIER, is not
thereby disqualified from submitting a sub-proposal or from quoting prices to other SUPPLIERs
submitting proposals.
8. Communications. All timely requests for information submitted in writing will receive a written
response from the City. Telephone communications with City staff are not encouraged, but will be
permitted. However, any such oral communication shall not be binding on the City.
9. Alternative Proposals. When specifically requested, the proposer may submit an alternative
proposal (or proposals) that it believes will also meet the City's project objectives but in a different
way. In this case, the proposer must provide an analysis of the advantages and disadvantages,
including the relative costs, of each of the alternatives, and discuss under what circumstances the
City would prefer one alternative to the other(s). If an alternative proposal is submitted, the maximum
length of the proposal may be expanded proportionately by the number of alternatives submitted.
CONTRACT AWARD AND EXECUTION
10. Proposal Retention and Award. The City reserves the right to retain all proposals for a period of 60
days for examination and comparison. The City also reserves the right to waive non substantial
irregularities in any proposal, to reject any or all proposals, to reject or delete one part of a proposal
and accept the other, except to the extent that proposals are qualified by specific limitations. See the
"Special Terms and Conditions" in Section C of these specifications for proposal evaluation and
contract award criteria.
11. Competency and Responsibility of SUPPLIER. The City reserves full discretion to determine the
competence and responsibility, professionally and/or financially, of SUPPLIERs. SUPPLIERs will
provide, in a timely manner, all information that the City deems necessary to make such a decision.
12. Contract Requirement. The SUPPLIER to whom award is made shall enter into negotiations with
the City within ten (10) calendar days after notice of the award has been sent by mail to it at the
WRRF Aeration Blower Replacement Project, Specification No. 91280 Page 5 of 27
address given in its proposal. The SUPPLIER to whom award is made shall enter into a contract with
the City within ten (10) calendar days after negotiations began. The contract shall be made in the
form adopted by the City and incorporated in these specifications.
13. Insurance Requirements. The SUPPLIER shall provide proof of insurance in the form, coverage’s
and amounts specified in Section F of these specifications within 10 (ten) calendar days after notice
of contract award as a precondition to contract execution.
14. Business License & Tax. The SUPPLIER must have a valid City of San Luis Obispo business
license and tax certificate before execution of the contract. Additional information regarding the City's
business license and tax program may be obtained by calling (805) 781-7134.
15. Failure to Accept Contract. The following will occur if the SUPPLIER to whom the award is made
fails to enter into the contract: the award will be annulled and an award may be made to the next
highest ranked SUPPLIER with whom a responsible compensation is negotiated, who shall fulfill
every stipulation as if it were the party to whom the first award was made.
WRRF Aeration Blower Replacement Project, Specification No. 91280 Page 6 of 27
Section C
PROPOSAL CONTENT AND SELECTION PROCESS
PROPOSAL CONTENT
1. Submittal Forms
a. Acknowledgement
b. Certificate of Insurance
c. References for SUPPLIER
d. References for MANUFACTURER’S operating installations
e. Statement of Past Disqualifications
f. Power Guarantee
g. Cost Proposal
2. Qualifications
a. Experience of SUPPLIER in performing similar services.
b. Statement and explanation of any instances where your firm has been removed from a project or
disqualified from proposing on a project.
c. Availability and accessibility of SUPPLIER and MANUFACTURER to the City.
d. Location of spare parts and maintenance services and description of response network.
e. List of all operating installations of proposed blower technology which includes location, facility
name, blower number and size.
f. Supplier shall list what modifications to the Owner’s existing physical facilities (canopy structure)
are recommended for weather protection of the proposed blower technology, if any. If no
modifications are proposed then the Owner may rely on the Supplier’s assertion that the
proposed blower technology shall operate continuously and correctly with routine maintenance
regardless of inclement weather.
3. Work Program
a. Tentative schedule by phase and task for completing the work.
i. Include items for shop drawing submittals and review.
ii. Indicate delivery time for blower equipment after approved shop drawings.
iii. At a minimum include schedule items for each component of work as listed in the Cost
Proposal.
b. Services or information anticipated to be provided by the City.
c. Please indicate how the Work may be expedited to meet the City’s goal for completion.
4. Proposal Length and Copies
a. Proposals should be the minimum length to provide the required information.
b. Four (4) printed copies of the proposal must be submitted.
c. One (1) electronic copy in PDF format must be submitted on flash drive, jump drive or CD.
PROPOSAL EVALUATION AND CONTRACTOR SELECTION
Proposals will be evaluated by a review committee and contract award process as follows:
5. Written Proposal Review/Finalist Candidate Selection
WRRF Aeration Blower Replacement Project, Specification No. 91280 Page 7 of 27
Proposals will be reviewed by a selection committee and ranked in accordance with the
responsiveness, qualifications and understanding of the SUPPLIER relative to these specification
requirements. Where one proposal is rated consistently higher than the others, the contractor may be
selected as the top ranked SUPPLIER for purposes of contract negotiation.
EVALUATION
A. The proposals will be evaluated and awarded based on the following criteria.
Present Worth Costs shall be determined by the City based on the SUPPLIER’S Cost Proposal and
Power Guarantee. The same operating hours, electrical rate schedule, and rate of return will be
used for all proposals. The number of hours for each operating condition will be calculated by
multiplying the operating point’s evaluation factor by 8760 (hours in one year). The operating hours
will then be multiplied by the guaranteed power draw of the blowers (kW) and the electrical cost per
kWh.
Work Programs meeting or beating the City’s goal of project completion by the end of November
2016 will be evaluated more favorably.
6. Supplier Selection and Compensation
After evaluating the proposals and discussing them further with the finalists or the tentatively selected
SUPPLIER, the City reserves the right to further negotiate the proposed work scope and/or method
and amount of compensation. If the City is unable to come to an agreement on the terms of the
contract or the amount of compensation, the City reserves the right to negotiate with the next highest
ranked SUPPLIER.
Contract award will be based on a combination of factors that represent the best overall value for
completing the work scope as determined by the City, including: the written proposal criteria
described above; results of background and reference checks; and proposed compensation.
7. Proposal Review and Award Schedule
The following is an outline of the anticipated schedule for proposal review and contract award.
Schedule is subject to change:
Issue RFP ............................................... June 29, 2016
Receive proposals .................................... July 21, 2016
Complete proposal evaluation .................. July 25, 2016
Finalize staff recommendation .................. July 26, 2016
Award of contract ................................ August 12, 2016
Start work no later than ....................... August 12, 2016
Deliver Equipment…………………..December 30, 2016
20 Year Present Worth Costs
Operating Experience and References
Work Program
Service Network and Parts Supply Availability
Owner Preference
WRRF Aeration Blower Replacement Project, Specification No. 91280 Page 8 of 27
Section D
FORM OF AGREEMENT
AGREEMENT
THIS AGREEMENT is made and entered into in the City of San Luis Obispo on [day, date, year] by and
between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and
[CONTRACTOR’S NAME IN CAPITAL LETTERS], hereinafter referred to as Contractor.
W I T N E S S E T H
WHEREAS, on [date], requested proposals for the Water Resource Recovery Facility Aeration Blower
Replacement, Specification No. 91280.
WHEREAS, pursuant to said request, Contractor submitted a proposal that was accepted by City for said
services.
NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter
contained, the parties hereto agree as follows:
1. Term. The term of this Agreement shall be from the date this Agreement is made and entered, as first written
above, until acceptance or completion of said services.
2. Start and Completion of Work. Work on this project shall begin within 14 calendar days after contract
execution and shall be completed ______months after notice to proceed.
3. Work Delays. Should the Contractor be obstructed or delayed in the work required to be done hereunder by
changes in the work or by any default, act, or omission of the City, or by strikes, fire, earthquake, or any other
Act of God, or by the inability to obtain materials, equipment, or labor due to federal government restrictions
arising out of defense or war programs, then the time of completion may, at the City's sole option, be extended
for such periods as may be agreed upon by the City and the Contractor. In the event that there is insufficient
time to grant such extensions prior to the completion date of the contract, the City may, at the time of
acceptance of the work, waive liquidated damages that may have accrued for failure to complete on time, due
to any of the above, after hearing evidence as to the reasons for such delay, and making a finding as to the
causes of same.
4. Termination. If, during the term of the contract, the City determines that the Contractor is not faithfully abiding
by any term or condition contained herein, the City may notify the Contractor in writing of such defect or failure
to perform. This notice must give the Contractor a 10 (ten) calendar day notice of time thereafter in which to
perform said work or cure the deficiency.
If the Contractor has not performed the work or cured the deficiency within the ten days specified in the notice,
such shall constitute a breach of the contract and the City may terminate the contract immediately by written
notice to the Contractor to said effect. Thereafter, neither party shall have any further duties, obligations,
responsibilities, or rights under the contract except, however, any and all obligations of the Contractor's surety
shall remain in full force and effect, and shall not be extinguished, reduced, or in any manner waived by the
termination thereof.
In said event, the Contractor shall be entitled to the reasonable value of its services performed from the
beginning date in which the breach occurs up to the day it received the City's Notice of Termination, minus any
offset from such payment representing the City's damages from such breach. "Reasonable value" includes fees
or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by the
Contractor as may be set forth in the Agreement payment schedule; compensation for any other work, services
or goods performed or provided by the Contractor shall be based solely on the City's assessment of the value
of the work-in-progress in completing the overall work scope.
The City reserves the right to delay any such payment until completion or confirmed abandonment of the
project, as may be determined in the City's sole discretion, so as to permit a full and complete accounting of
WRRF Aeration Blower Replacement Project, Specification No. 91280 Page 9 of 27
costs. In no event, however, shall the Contractor be entitled to receive in excess of the compensation quoted in
its proposal.
If, at any time during the term of the contract, the City determines that the project is not feasible due to funding
shortages or unforeseen circumstances, the City reserves the right to terminate the contract. Contractor will be
paid compensation due and payable to the date of termination.
5. Ability to Perform. The Contractor warrants that it possesses, or has arranged through subcontracts, all
capital and other equipment, labor, materials, and licenses necessary to carry out and complete the work
hereunder in compliance with any and all applicable federal, state, county, city, and special district laws,
ordinances, and regulations.
6. Sub-contract Provisions. No portion of the work pertinent to this contract shall be subcontracted without
written authorization by the City, except that which is expressly identified in the Contractor’s proposal. Any
substitution of sub-contractors must be approved in writing by the City. For any sub-contract for services in
excess of $25,000, the subcontract shall contain all provisions of this agreement.
7. Contract Assignment. The Contractor shall not assign, transfer, convey or otherwise dispose of the contract,
or its right, title or interest, or its power to execute such a contract to any individual or business entity of any
kind without the previous written consent of the City.
8. Inspection. The Contractor shall furnish City with every reasonable opportunity for City to ascertain that the
services of the Contractor are being performed in accordance with the requirements and intentions of this
contract. All work done and all materials furnished, if any, shall be subject to the City's inspection and approval.
The inspection of such work shall not relieve Contractor of any of its obligations to fulfill its contract
requirements.
9. Record Retention and Audit. For the purpose of determining compliance with various laws and regulations as
well as performance of the contract, the Contractor and sub-contractors shall maintain all books, documents,
papers, accounting records and other evidence pertaining to the performance of the contract, including but not
limited to the cost of administering the contract. Materials shall be made available at their respective offices at
all reasonable times during the contract period and for three years from the date of final payment under the
contract. Authorized representatives of the City shall have the option of inspecting and/or auditing all records.
For Federally funded projects, access to records shall also include authorized representatives of the State and
Federal government. Copies shall be furnished if requested.
10. Conflict of Interest. The Contractor shall disclose any financial, business, or other relationship with the City
that may have an impact upon the outcome of this contract, or any ensuing City construction project. The
Contractor shall also list current clients who may have a financial interest in the outcome of this contract, or any
ensuing City construction project which will follow.
The Contractor covenants that it presently has no interest, and shall not acquire any interest—direct, indirect or
otherwise—that would conflict in any manner or degree with the performance of the work hereunder. The
Contractor further covenants that, in the performance of this work, no sub-contractor or person having such an
interest shall be employed. The Contractor certifies that no one who has or will have any financial interest in
performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance
of the work hereunder, the Contractor shall at all times be deemed an independent Contractor and not an agent
or employee of the City.
11. Rebates, Kickbacks or Other Unlawful Consideration. The Contractor warrants that this contract was not
obtained or secured through rebates, kickbacks or other unlawful consideration, either promised or paid to any
City employee. For breach or violation of the warranty, the City shall have the right in its discretion; to terminate
the contract without liability; to pay only for the value of the work actually performed; to deduct from the contract
price; or otherwise recover the full amount of such rebate, kickback or other unlawful consideration.
12. Covenant Against Contingent Fees. The Contractor warrants by execution of this contract that no person or
selling agency has been employed, or retained, to solicit or secure this contract upon an agreement or
understanding, for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or
bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing
business. For breach or violation of this warranty, the City has the right to annul this contract without liability;
WRRF Aeration Blower Replacement Project, Specification No. 91280 Page 10 of 27
pay only for the value of the work actually performed, or in its discretion, to deduct from the contract price or
consideration, or otherwise recover the full amount of such commission, percentage, brokerage, or contingent
fee.
13. Compliance with Laws and Wage Rates. The Contractor shall keep itself fully informed of and shall observe
and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances,
regulations and adopted codes during its performance of the work. This includes compliance with prevailing
wage rates and their payment in accordance with California Labor Code. For purposed of this paragraph,
“construction” includes work performed during the design and preconstruction phases of construction, including
but not limited to, inspection and land surveying work.
14. Payment of Taxes. The contract prices shall include full compensation for all taxes that the Contractor is
required to pay.
15. Permits, Licenses and Filing Fees. The Contractor shall procure all permits and licenses, pay all charges
and fees, and file all notices as they pertain to the completion of the Contractor’s work. The City will pay all
application fees for permits required for the completion of the project including building and regulatory permit
application fees. Contractor will provide a 10 day notice for the City to issue a check.
16. Safety Provisions. The Contractor shall conform to the rules and regulations pertaining to safety established
by OSHA and the California Division of Industrial Safety.
17. Public and Employee Safety. Whenever the Contractor's operations create a condition hazardous to the
public or City employees, it shall, at its expense and without cost to the City, furnish, erect and maintain such
fences, temporary railings, barricades, lights, signs and other devices and take such other protective measures
as are necessary to prevent accidents or damage or injury to the public and employees.
18. Preservation of City Property. The Contractor shall provide and install suitable safeguards, approved by the
City, to protect City property from injury or damage. If City property is injured or damaged resulting from the
Contractor's operations, it shall be replaced or restored at the Contractor's expense. The facilities shall be
replaced or restored to a condition as good as when the Contractor began work.
19. Immigration Act of 1986. The Contractor warrants on behalf of itself and all sub-contractors engaged for the
performance of this work that only persons authorized to work in the United States pursuant to the Immigration
Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work
hereunder.
20. Contractor Non-Discrimination. In the award of subcontracts or in performance of this work, the Contractor
agrees that it will not engage in, nor permit such sub-contractors as it may employ, to engage in discrimination
in employment of persons on any basis prohibited by State or Federal law.
21. Accuracy of Specifications. The specifications for this project are believed by the City to be accurate and to
contain no affirmative misrepresentation or any concealment of fact. Contractors are cautioned to undertake an
independent analysis of any test results in the specifications, as City does not guaranty the accuracy of its
interpretation of test results contained in the specifications package. In preparing its proposal, the Contractor
and all sub-contractors named in its proposal shall bear sole responsibility for proposal preparation errors
resulting from any misstatements or omissions in the specifications that could easily have been ascertained by
examining either the project site or accurate test data in the City's possession. Although the effect of
ambiguities or defects in the specifications will be as determined by law, any patent ambiguity or defect shall
give rise to a duty of Contractor to inquire prior to proposal submittal. Failure to so inquire shall cause any such
ambiguity or defect to be construed against the Contractor. An ambiguity or defect shall be considered patent if
it is of such a nature that the Contractor, assuming reasonable skill, ability and diligence on its part, knew or
should have known of the existence of the ambiguity or defect. Furthermore, failure of the Contractor or sub-
contractors to notify City in writing of specification defects or ambiguities prior to proposal submittal shall waive
any right to assert said defects or ambiguities subsequent to submittal of the proposal.
To the extent that these specifications constitute performance specifications, the City shall not be liable for
costs incurred by the successful Contractor to achieve the project’s objective or standard beyond the amounts
provided therefor in the proposal.
WRRF Aeration Blower Replacement Project, Specification No. 91280 Page 11 of 27
In the event that, after awarding the contract, any dispute arises as a result of any actual or alleged ambiguity
or defect in the specifications, or any other matter whatsoever, Contractor shall immediately notify the City in
writing, and the Contractor and all sub-contractors shall continue to perform, irrespective of whether or not the
ambiguity or defect is major, material, minor or trivial, and irrespective of whether or not a change order, time
extension, or additional compensation has been granted by City. Failure to provide the hereinbefore described
written notice within one (1) working day of Contractor's becoming aware of the facts giving rise to the dispute
shall constitute a waiver of the right to assert the causative role of the defect or ambiguity in the plans or
specifications concerning the dispute.
22. Indemnification for Professional Liability. To the fullest extent permitted by law, the Contractor shall
indemnify, protect, defend and hold harmless the City and any and all of its officials, employees and
agents (“Indemnified Parties”) from and against any and all losses, liabilities, damages, costs and
expenses, including attorney’s fees and cost which arise out of, pertain to, or relate to the negligence,
recklessness, or willful misconduct of the Contractor.
23. Standards. Documents shall be prepared in Supplier’s standard format.
24. Contractor Endorsement. Technical reports, plans and specifications shall be stamped and signed by the
Contractor where required.
25. Ownership of Materials. Upon completion of all work under this contract, ownership and title to all reports,
documents, plans, specifications, and estimates produced as part of this contract will automatically be vested in
the City and no further agreement will be necessary to transfer ownership to the City. The Contractor shall
furnish the City all necessary copies of data needed to complete the review and approval process.
It is understood and agreed that all calculations, drawings and specifications, whether in hard copy or machine
readable form, are intended for one-time use in the construction of the project for which this contract has been
entered into.
The Contractor is not liable for claims, liabilities, or losses arising out of, or connected with the modification, or
misuse by the City of the machine-readable information and data provided by the Contractor under this
agreement. Further, the Contractor is not liable for claims, liabilities, or losses arising out of, or connected with
any use by City of the project documentation on other projects, except such use as may be authorized in writing
by the Contractor.
26. Release of Reports and Information. Any reports, information, data, or other material given to, prepared by
or assembled by the Contractor as part of the work or services under these specifications shall be the property
of City and shall not be made available to any individual or organization by the Contractor without the prior
written approval of the City.
The Contractor shall not issue any news release or public relations item of any nature, whatsoever, regarding
work performed or to be performed under this contract without prior review of the contents thereof by the City
and receipt of the City’s written permission.
27. Copies of Reports and Information. If the City requests additional copies of reports, drawings, specifications,
or any other material in addition to what the Contractor is required to furnish in limited quantities as part of the
work or services under these specifications, the Contractor shall provide such additional copies as are
requested, and City shall compensate the Contractor for the costs of duplicating of such copies at the
Contractor's direct expense.
28. Contractor Invoices. The Contractor shall deliver a monthly invoice to the City, itemized by project title.
Invoice must include a breakdown of hours billed and miscellaneous charges and any sub-contractor invoices,
similarly broken down, as supporting detail.
29. Payment. The Contractor shall be reimbursed according to the payment schedule attached to this Agreement.
30. Payment Terms. The City's payment terms are 30 days from the receipt of an original invoice and acceptance
by the City of the materials, supplies, equipment or services provided by the Contractor (Net 30).
WRRF Aeration Blower Replacement Project, Specification No. 91280 Page 12 of 27
31. Resolution of Disputes. Any dispute, other than audit, concerning a question of fact arising under this
contract that is not disposed of by agreement shall be decided by a committee consisting of the City Utilities
Deputy Director and the City Utilities Director, who may consider written or verbal information submitted by the
Contractor. Not later than thirty days after completion of all deliverables necessary to complete the plans,
specifications and estimate, the Contractor may request review by the City Council of unresolved claims or
disputes, other than audit, in accordance with Chapter 1.20 Appeals Procedure of the Municipal Code.
Any dispute concerning a question of fact arising under an audit of this contract that is not disposed of by
agreement, shall be reviewed by the City’s Chief Fiscal Officer. Not later than 30 days after issuance of the final
audit report, the Contractor may request a review by the City’s Chief Fiscal Officer of unresolved audit issues.
The request for review must be submitted in writing.
Neither the pendency of a dispute, nor its consideration by the City will excuse the contractor from full and
timely performance in accordance with the terms of this contract.
32. Agreement Parties.
City: Carrie Mattingly, Utilities Director
City of San Luis Obispo
879 Morro Street
San Luis Obispo, CA 93401
Contractor: X
All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or
certified mail addressed as shown above.
33. Incorporation by Reference. City Request for Proposal Specification No. 91280 and Contractor's proposal
dated X, are hereby incorporated in and made a part of this Agreement.
34. Amendments. Any amendment, modification or variation from the terms of this Agreement shall be in writing
and shall be effective only upon approval by the City Engineer.
35. Working Out of Scope. If, at any time during the project, the contractor is directed to do work by persons
other than the Utilities Deputy Director and the Contractor believes that the work is outside of the scope of the
original contract, the Contractor shall inform the Utilities Deputy Director immediately. If the Utilities Deputy
Director and Contractor both agree that the work is outside of the project scope and is necessary to the
successful completion of the project, then a fee will be established for such work based on Contractor's hourly
billing rates or a lump sum price agreed upon between the City and the Contractor. Any extra work performed
by Contractor without prior written approval from the Utilities Deputy Director shall be at Contractor's own
expense.
36. Liquidated Damages. City and Contractor recognize that time is of the essence of this Agreement and that
City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein. Further,
they recognize the delays, expense and difficulties involved in proving the actual loss suffered by City if the
project is not completed on time. Accordingly, instead of requiring such proof, City and Contractor agree that as
liquidated damages for delay (but not as a penalty) Contractor shall pay City $500.00 for each calendar day
that expires after the time allowed for completion of the project. The maximum total amount for liquidated
damages shall be limited to 15 percent of the Total Contract Price.
WRRF Aeration Blower Replacement Project, Specification No. 91280 Page 13 of 27
37. Complete Agreement. This written agreement, including all writings specifically incorporated herein by
reference, shall constitute the complete agreement between the parties hereto. No oral agreement,
understanding or representation not reduced to writing and specifically incorporated herein shall be of any force
or effect, nor shall any such oral agreement, understanding or representation be binding upon the parties
hereto. For and in consideration of the payments and agreements hereinbefore mentioned to be made and
performed by City, Contractor agrees with City to do everything required by this Agreement, the said
specification and incorporated documents.
Authority to Execute Agreement. Both City and Contractor do covenant that each individual executing this
agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such
party.
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first
above written.
CITY OF SAN LUIS OBISPO: CONTRACTOR:
Katie Lichtig, City Manager By:
APPROVED AS TO FORM:
Christine Dietrick, City Attorney
WRRF Aeration Blower Replacement Project, Specification No. 91280 Page 14 of 27
Section D - CONTINUED
FORM OF PERFORMANCE BOND__________________________________________________
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS:
THAT , hereinafter called Principal, and
, hereinafter called Surety, are jointly and severally held and firmly bound into the CITY OF SAN LUIS
OBISPO, hereinafter called Owner, in the penal sum of
Dollars ($ ) lawful money of the United States, for the
payment whereof unto, the Principal and Surety jointly and severally bind themselves forever firmly by
these presents.
WHEREAS, Owner has awarded to Principal the Blower Replacement Project.
WHEREAS, Principal is required under the terms of the Contract to furnish a bond for the faithful
performance of the Contract,
NOW, THEREFORE, the condition of the obligation is such that if Principal shall faithfully perform the
covenants, conditions and agreements in the Contract and any changes made as therein provided and
shall indemnify and save harmless Owner, its officers and agents as therein stipulated, then this
obligation shall become null and void; otherwise, it shall remain in full force and virtue, and Principal and
Surety, in the event suit is brought on this bond, will pay to Owner such reasonable attorney's fees as
shall be fixed by the Court.
As a condition precedent to the satisfactory completion of the Contract, the above obligation shall hold
good for a period of one (1) year after the completion of the Work and its acceptance by Owner, during
which time if Principal shall fail to make full, complete, and satisfactory repair and replacements and
totally protect the Owner from loss or damage made evident during the period of one (1) year from the
date of acceptance of the Work, and resulting from or caused by defective materials or faulty
workmanship, the above obligation in penal sum thereof shall remain in full force and effect. However,
nothing in this paragraph to the contrary notwithstanding, the obligation of Surety hereunder shall
continue so long as any obligation of Principal remains.
AND, Surety, for value received, hereby stipulates and agrees that no change, extension of time,
alteration of addition to the terms of the Contract or to the work to be performed thereunder or the
Technical Specifications and Drawings accompanying the same shall in any way affect its obligations on
this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to
the terms of the Contract or to the Work or to the Technical Specifications and Drawings.
WRRF Aeration Blower Replacement Project, Specification No. 91280 Page 15 of 27
AND IT IS HEREBY DECLARED AND AGREED, that this obligation shall be binding upon and inure to
the benefit of Principal, Surety and Owner and their respective heirs, executors, administrators,
successors and assigns.
SIGNED AND SEALED THIS day of , 2016
Principal
By:
Signature
Surety
By:
Signature
(Surety's Mailing Address)
(Telephone Number)
(Attach Notarial Acknowledgement of Surety)
Approved as to form this day of ,2016
Attorney for Owner
NOTE: The principal amount of this bond shall not be less than 100 percent of the total Contract price.
WRRF Aeration Blower Replacement Project, Specification No. 91280 Page 16 of 27
Section D - CONTINUED
FORM OF PAYMENT BOND__________________________________________________
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS:
THAT , hereinafter called Principal, and, hereinafter called
Surety, are jointly and severally held and firmly bound unto the CITY OF SAN LUIS OBISPO, hereinafter
called Owner, in the penal sum of Dollars ($ ), lawful money of the United
States, for the payment whereof unto Owner, the Principal and Surety jointly and severally bind
themselves forever firmly by these presents.
WHEREAS, Owner has awarded to Principal the construction of the Blower Replacement Project.
WHEREAS, said Principal is required to furnish a Payment Bond in connection with said Contract.
NOW, THEREFORE, the conditions of this obligation are such that if said Principal or any of his
Subcontractor, heirs, executors, administrators, successors, or assigns shall fail to pay any of the
persons named in Civil Code Section 3181, or amounts due under the Unemployment Insurance Code
with respect to work or labor performed by any such claimant, or for any amounts required to be
deducted, withheld, and paid over to the Franchise Tax Board from the wages of employees of the
Contractor and his Subcontractors pursuant to Section 18806 of the Revenue and Taxation Code, with
respect to such work and labor, Surety will pay the same in or to an amount not exceeding the amount
hereinabove set forth, and also will pay in case suite is brought upon this bond, such reasonable
attorney's fee as shall be fixed by the Court.
This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file
claims under Section 3181 of the California Civil Code, so as to give a right or action to them or their
assigns in any suit brought upon this bond.
And the Surety, for value received, hereby stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the Contract, or to the work to be performed thereunder, or the
Drawings and Technical Specifications accompanying the same shall in any way affect its obligations on
this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to
the terms of the Contract or to the Work or to the Drawings and Technical Specifications.
AND IT IS HEREBY DECLARED AND AGREED, that this obligation shall be binding upon and insure to
the benefit of Principal, Surety and Owner and their respective heirs, executors, administrators,
successors and assigns.
SIGNED AND SEALED THIS day of ,20________
_____________________________________
Principal
By:__________________________________
Signature
_____________________________________
Surety
WRRF Aeration Blower Replacement Project, Specification No. 91280 Page 17 of 27
By:__________________________________
Signature
_____________________________________
(Surety's Mailing Address)
(Telephone Number)
(Attach Notarial Acknowledgement of Surety)
Approved as to form this day of ________________, 20___
Attorney for Owner
NOTE: The principal amount of this bond shall not be less than 100 percent of the total Contract price.
WRRF Aeration Blower Replacement Project, Specification No. 91280 Page 18 of 27
Section E
PROPOSAL SUBMITTAL FORMS
ACKNOWLEDGEMENT
The undersigned declares that she or he:
Has carefully examined the RFP pursuant to Specification No. 91280
Is thoroughly familiar with its content
Is authorized to represent the proposing firm; and
Agrees to perform the work as set forth in the specification and this proposal.
Firm Name and Address:
Contact Name:
Email:
Fax: Phone:
Signature of Authorized Representative:
Date:
WRRF Aeration Blower Replacement Project, Specification No. 91280 Page 19 of 27
INSURANCE CERTIFICATE
Insurance Company’s A.M. Best Rating
Certificate of insurance attached
WRRF Aeration Blower Replacement Project, Specification No. 91280 Page 20 of 27
STATEMENT OF PAST CONTRACT DISQUALIFICATIONS
The Supplier shall state whether it or any of its officers or employees who have a proprietary interest in it,
has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal,
state, or local government project because of the violation of law, a safety regulation, or for any other
reason, including but not limited to financial difficulties, project delays, or disputes regarding work or
product quality, and if so to explain the circumstances.
Do you have any disqualifications as described in the above paragraph to
declare?
Yes No
If yes, explain the circumstances.
Executed on _________________________at _________________________________________
under penalty of perjury of the laws of the State of California, that the foregoing is true and correct.
___________________________________________
Signature of Authorized Supplier Representative
WRRF Aeration Blower Replacement Project, Specification No. 91280 Page 21 of 27
SUPPLIER REFERENCES
Number of years engaged in providing the services included within the scope of the specifications under
the present business name: ______________________________________________
Describe fully the last three contracts performed by your firm that demonstrate your ability to provide the
services included with the scope of the specifications. Attach additional pages if required. The City
reserves the right to contact each of the references listed for additional information regarding your firm's
qualifications.
Supplier Reference No. 1
Customer Name
Contact Individual
Telephone & Email
Street Address
City, State, Zip Code
Date of Services
Contract Amount
Description of Services
Project Outcome
Supplier Reference No. 2
Customer Name
Contact Individual
Telephone & Email
Street Address
City, State, Zip Code
Date of Services
Contract Amount
Description of Services
Project Outcome
WRRF Aeration Blower Replacement Project, Specification No. 91280 Page 22 of 27
Supplier Reference No. 3
Customer Name
Contact Individual
Telephone & Email
Street Address
City, State, Zip Code
Date of Services
Contract Amount
Description of Services
Project Outcome
WRRF Aeration Blower Replacement Project, Specification No. 91280 Page 23 of 27
MANUFACTURER REFERENCES (If other than SUPPLIER)
Provide references for installations where the turbo blower equipment proposed herein has been
installed and has been operating for at least 2 years. The City reserves the right to contact each of the
references listed for additional information regarding performance of the installed equipment.
Manufacturer Reference No. 1
Customer Name
Contact Individual
Telephone & Email
Street Address
City, State, Zip Code
Date of Installation
Blower Model and
Number Installed
Description of Installation
Manufacturer Reference No. 2
Customer Name
Contact Individual
Telephone & Email
Street Address
City, State, Zip Code
Date of Installation
Blower Model and
Number Installed
Description of Installation
WRRF Aeration Blower Replacement Project, Specification No. 91280 Page 24 of 27
Manufacturer Reference No. 3
Customer Name
Contact Individual
Telephone & Email
Street Address
City, State, Zip Code
Date of Installation
Blower Model and
Number Installed
Description of Installation
WRRF Aeration Blower Replacement Project, Specification No. 91280 Page 25 of 27
POWER GUARANTEE
The SUPPLIER shall submit MANUFACTURER’S guaranteed wire-to-air (“wire”) KW values on the
following form for the Blower system specified in Section 11081, High Speed Turbo Blower, of the
Technical Specifications. The wire KW shall include all losses associated with the blower system at all
specified operating points including those due to the blower, motor, intake filter/silencer, and VFD or
inverter.
Operating
Point
Capacity
%
Evaluation
Factor Flow
scfm
Pressure (psia) Inlet Temp
°F(1)
RH
%
Guaranteed Wire
KW Barometric Outlet
1 100 .1 4100 14.56 22.56 95 72
2 80 .4 3280 14.56 22.56 95 72
3 75 .2 3075 14.56 22.56 95 72
4 60 .2 2460 14.56 22.56 95 72
5 50 .1 2050 14.56 22.56 95 72
Notes:
1. Inlet air temperature to the blower core as defined by ASME PTC-10.
WRRF Aeration Blower Replacement Project, Specification No. 91280 Page 26 of 27
COST PROPOSAL
This form includes the SUPPLIER’S total cost proposal for demolition, equipment, equipment installation,
startup, commissioning, training, and all other items included in the Work. Proposed Costs include all
SUPPLIER’s overhead and profit.
The Proposed Cost for the Project is __________________________________ Dollars
($_____________).
SUPPLIER accepts the terms included in the Form of Agreement.
_______________________________________________________ Date_________________
By (Authorized Signatory)
_______________________________________________________
Title of Authorized Signatory
Item Cost
Mobilization and Demobilization
Demolition
Equipment Complete Including Factory Testing and all
Taxes and Delivery Costs
Equipment Installation Including Blowers,
Appurtenances, Valves, Piping, Electrical, and
Instrumentation
Modifications to Existing Canopy Structure
Field Testing, Start-up and Commissioning, and
Training
Insurance (during construction)
Payment and Performance Bonds
Other (not included in items above)
TOTAL PROPOSED COST
WRRF Aeration Blower Replacement Project, Specification No. 91280 Page 27 of 27
Section F
INSURANCE REQUIREMENTS
INSURANCE REQUIREMENTS: CONTRACTORS
The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons
or damages to property which may arise from or in connection with the performance of the work hereunder by the
Contractor, its agents, representatives, employees, or subcontractor.
Minimum Scope of Insurance.
Coverage shall be at least as broad as:
1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 20 10 Prior to 1993 or CG 20 10
07 04 with CG 20 37 10 01 or the exact equivalent as determined by the City).
2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto).
3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance.
Minimum Limits of Insurance.
Contractor shall maintain limits no less than:
1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial
General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply
separately to this project/location or the general aggregate limit shall be twice the required occurrence limit.
2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage.
3. Employer's Liability: $1,000,000 per accident for bodily injury or disease.
Deductibles and Self-Insured Retentions.
Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either:
the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials,
employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related
investigations, claim administration and defense expenses.
Other Insurance Provisions.
The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions:
1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: liability
arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor;
premises owned, occupied or used by the Contractor; or automobiles owned, leased, hired or borrowed by the
Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers,
officials, employees, agents or volunteers.
2. For any claims related to this project, the Contractor’s insurance coverage shall be primary insurance as respects the
City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its
officers, officials, employees, agents or volunteers shall be excess of the Contractor’s insurance and shall not contribute
with it.
3. Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect
coverage provided to the City, its officers, officials, employees, agents or volunteers.
4. The Contractor’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except
with respect to the limits of the insurer's liability.
5. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided,
canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail,
return receipt requested, has been given to the City.
6. Coverage shall not extend to any indemnity coverage for the active negligence of the additional insured in any case
where an agreement to indemnify the additional insured would be invalid under Subdivision (b) of section 2782 of the Civil
Code.
Acceptability of Insurers.
Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII.
Verification of Coverage.
Contractor shall furnish the City with a certificate of insurance showing required insurance coverage. Original
endorsements effecting general liability and automobile liability coverage required by this clause must also be provided.
The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All
endorsements are to be received and approved by the City before work commences.
Subcontractors.
Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and
endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated
herein.
Attachment A
General Requirements
CSLO Blower Replacement Project 03/24/16
01100-1
SECTION 01100
SUMMARY OF WORK
PART 1 - GENERAL
1.1 SUMMARY
A. This Section includes the following:
1. Work covered by the Contract Documents.
2. Work under other contracts.
3. Use of premises.
4. Owner's occupancy requirements.
5. Work restrictions.
B. Related Sections include the following:
1. Division 1 Section "Temporary Facilities and Controls" for limitations and
procedures governing temporary use of Owner's facilities.
1.2 WORK COVERED BY CONTRACT DOCUMENTS
A. Project Identification: Blower Replacement Project
1. Project Location: Water Resource Recovery Facility (WRRF)
B. Owner: City of San Luis Obispo
1. Address:
35 Prado Road
San Luis Obispo, CA 93401
C. Engineer: Water Systems Consulting
1. Address:
3765 S. Higuera Street, Suite102
San Luis Obispo, CA 93401
D. Construction Manager: To be determined
E. The Work consists of the following:
1. The Work includes provision and installation of equipment and interconnecting
piping, electrical, and controls for Blower Replacement Project.
F. Supplier:
1. The respondent to the Request for Proposals that has been selected by the Owner
to provide the Work.
2. Wherever “Supplier” or “Contractor” is designated in the Contract documents.
CSLO Blower Replacement Project 03/24/16
01100-2
1.3 WORK UNDER OTHER CONTRACTS
A. General: Coordinate the Work of this Contract with work being performed by others
on site.
1.4 USE OF PREMISES
A. General: Supplier shall have limited use of premises for installation operations as
required for execution of the Work.
B. Use of Site: Limit use of premises to work in areas at the installation site. Do not
disturb portions of Owner property beyond areas in which the Work is indicated.
Project location is on an operating wastewater treatment facility. Supplier must not
disturb Owner’s operations.
1. Limits: Confine constructions operations to within lines of demarcation
indicated on drawings. Do not disturb Owner’s operations or site beyond lines of
demarcation and setbacks.
2. Owner Occupancy: Allow for Owner occupancy of Project site.
3. Roads and Entrances: Keep roads and entrances serving premises clear and
available to Owner, Owner's employees, and emergency vehicles at all times. Do
not use these areas for parking or storage of materials.
a. Schedule deliveries to minimize use of roads and entrances.
b. Schedule deliveries to minimize space and time requirements for storage
of materials and equipment on-site.
1.5 WORK RESTRICTIONS
A. On-Site Work Hours: Work shall be generally performed on site during normal
business working hours of 8:00 a.m. to 5:00 p.m., Monday through Friday, except as
otherwise indicated.
B. The Contractor shall schedule all the required work with the Owner, including each
utility or equipment shutdown period. Each shutdown shall be implemented to
minimize disruption of the existing operations. The work to be provided under this
Contract shall not disrupt any of the existing operations without prior approval.
1. The Contractor shall limit all unscheduled shutdown periods to less than 2 hours and
only with written prior approval of the Construction Manager and Owner.
2. Carry out scheduled shut downs only after the time, date, and sequence of work pro-
posed to be accomplished during shutdown has been favorably reviewed by the Con-
struction Manager and Owner. Submit shutdown plans at least 72 hours in advance
of when the scheduled shutdown is to occur. Utility outages to be limited to maxi-
mum of 2 hours. Equipment outages that affect existing operations shall not exceed
2 hours or as otherwise approved by Construction Manager and Owner.
3. The Owner reserves the right to delay, change, or modify any shutdown at any time,
at no additional cost to the Owner, when the risk of such a shutdown would jeopard-
ize the operation of system.
END OF SECTION 01100
CSLO Blower Replacement Project 11/25/15
01150-1
SECTION 01150
MEASUREMENT AND PAYMENT
PART 1 - APPLICATIONS FOR PAYMENT
1.1 SUMMARY
A. General work included in this Section:
1. Measurement and Payment.
1.2 GENERAL
A. Submit Applications for Payment to Construction Manager in accordance with the
schedule established by conditions of the Contract and Agreement between Owner and
Supplier.
B. Additional requirements specified elsewhere.
1. Lump sum price: Agreement.
2. Progress payments, retainages, and final payment: Conditions of the Contract and
Agreement.
1.3 PAYMENT SCHEDULE
A. Owner shall make progress payments on account of the Contract Price on the basis of
Supplier’s Applications for Payment as follows:
1. Upon receipt of application for Payment Submitted and accompanied by
Construction Manager’s recommendation of payment, an amount equal to the
amounts listed below less such amounts as Construction Manager may determine
shall be withheld pending satisfactory completion of the item.
a. Bonds and Insurance Furnished: 10 percent of the Contract Price.
b. Submission of Certified Shop Drawings: 15 percent of the Contract Price.
c. Delivery of Goods to the Project Site, including submission of draft Operation
and Maintenance Manuals: 25 percent of Contract Price.
d. Installation of equipment including piping and electrical connections: 40
percent of the Contract Price
e. Completion of performance testing, startup, manufacturer’s training, project
acceptance and final Operations and Maintenance Manual: 10 percent of the
Contract Price.
1.4 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT
A. Application:
1. Fill in required information, including that for Change Orders executed prior to the
date of submittal application.
2. Execute certification with the signature of a responsible officer of the Supplier's
firm.
1.5 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS
A. When Owner or Construction Manager requires substantiating data, Supplier shall
submit suitable information, with a cover letter identifying:
1. Project.
2. Application number and date.
3. Detailed list of enclosures.
4. For stored products:
CSLO Blower Replacement Project 11/25/15
01150-2
a. Item number and identification as shown on application.
b. Description of specific material.
1.6 PREPARATION OF APPLICATION FOR FINAL PAYMENT
A. Fill in application form as specified for progress payments.
1.7 SUBMITTAL PROCEDURE
A. Submit Applications for Payment to Construction Manager.
B. Number: One original plus four copies of each application.
C. When Construction Manager finds the application properly completed and correct, he
will transmit a Certificate for Payment to Owner, with a copy to Supplier.
END OF SECTION
CSLO Blower Replacement Project 03/24/16
01300-1
SECTION 01300
CONSTRUCTION SUBMITTAL PROCEDURES
PART 1 GENERAL
1.1 SUMMARY
A. Section Includes: Requirements and procedures for submitting Shop Drawings,
Product Data, Samples, during construction.
1.2 DEFINITIONS
A. Manufacturer’s Instructions: Instructions, stipulations, directions, and
recommendations issued in printed form by the manufacturer of a product
addressing handling, installation, erection, and application of the product;
Manufacturer’s Instructions are not prepared especially for the Work.
B. Shop Drawings: Drawings, diagrams, schedules, and other data specially prepared
for the Work to illustrate some portion of the Work.
C. Product Data: Illustrations, standard schedules, performance charts, brochures,
diagrams and other information to illustrate materials or equipment for some portion
of the Work.
D. Mix Design: Proportioning of materials to be used for the Work.
E. Samples: Physical examples which illustrate materials, equipment, or workmanship
and establish standards by which the Work will be judged.
F. Special Samples: Physical examples which illustrate materials, equipment, or
workmanship and establish standards by which the Work will be judged, and will be
incorporated in the Work.
1.3 PROCEDURES
A. Deliver submittals to Construction Manager.
B. Submit submittals in ample time for each to serve submittals’ intended purpose.
C. Submit submittals which are specified or reasonably required for construction,
operation, and maintenance of the Work.
D. Deliver submittals under acceptable transmittal form which identifies:
1. Submittal Date
2. Project and Supplier.
3. Subcontractor and major supplier, when appropriate.
4. Reference submittal to Contract Documents by Drawing, detail, and/or
Specification section numbers, as appropriate.
CSLO Blower Replacement Project 03/24/16
01300-2
5. Variations from Contract Documents when variations are included in
submittal.
E. Submit specified number of copies of submittal.
F. Provide or furnish products and execute the Work in accordance with accepted
submittals, unless in conflict with Contract Documents.
G. When minor deviations from Contract Documents are accepted, modify Contract
Documents in accordance with Conditions of the Contract.
1.4 SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES
A. Submit Shop Drawings, Product Data, Mix Designs, Samples, and other pertinent
information in sufficient detail to show compliance with specified requirements.
B. Check, verify, and revise submittals as necessary to bring them into conformance
with Contract Documents and actual field conditions.
1. Determine and verify quantities, dimensions, specified design and
performance criteria, materials, catalog numbers, and similar data.
2. Coordinate submittal with other submittals and with the requirements of the
Contract Documents.
C. After completion of checking, verifications, and revising; stamp, sign and date
submittals indicating review and approval; and submit to Construction Manager.
1. Stamp and signature indicates Supplier has satisfied shop drawing review
responsibilities and constitutes Supplier’s written approval of shop drawing.
2. Shop drawings without Supplier’s written approval will be returned for
resubmission.
D. Shop Drawings: Submit 4 copies. Two will be returned with reviewer’s comments
and stamp.
E. Product Data and Manufacturer’s Instructions: Submit 3 copies. Excise or cross out
non-applicable information and clearly mark applicable information with citations
to and terminology consistent with Contract Documents.
1. 1 copy will be returned with reviewer’s comments and stamp.
F. Mix Design: Submit 3 copies. One copy will be returned with reviewer’s comments
and stamp.
G. Assume risk of expense and delays when proceeding with work related to required
submittals without review and acceptance.
1.5 MANUFACTURER’S INSTRUCTIONS
A. Submit manufacturer’s instructions whenever made available by manufacturers and
when installation, erection, or application in accordance with manufacturer’s
instructions are required by the Specifications.
CSLO Blower Replacement Project 03/24/16
01300-3
B. Submit manufacturer’s instructions prior to installation, erection, or application of
equipment and other project components. Submit manufacturer’s instructions in
accordance with requirements for Product Data.
1.6 CONSTRUCTION MANAGER’S REVIEW
A. Construction Manager’s review of submittals shall not release Supplier’s
responsibility for performance of requirements of Contract Documents. Neither
shall Construction Manager’s review release Supplier from fulfilling purpose of
installation nor from Supplier’s liability to replace defective work.
B. Do not consider submittals as Contract Documents. Purpose of submittals is to
demonstrate how Supplier intends to conform to the design concepts.
C. Construction Manager’s review of shop drawings, samples, or test procedures will
be only for conformance with design concepts and for compliance with information
given in Contract Documents.
1. Construction Manager’s review does not extend to:
a. Accuracy of dimensions, quantities, or performance of equipment
and systems designed by Supplier.
b. Supplier’s means, methods, techniques, sequences, or procedures
except when specified, indicated on the Drawings, or required by
Contract Documents.
c. Safety precautions or programs related to safety which shall remain
the sole responsibility of the Supplier.
d. Structural calculations provided by Supplier or Equipment
Manufacturers related to seismic, foundation, or anchorage of
structures or equipment provided by Supplier or Equipment
Manufacturer. Such items will be marked “Not Reviewed – Filed
for Record”.
D. Except as may be provided in subsequent specifications, a submittal will be returned
within 30 days. When a submittal cannot be returned within that period,
Construction Manager will, within a reasonable time after receipt of the submittal,
give notice of the date by which that submittal will be returned.
E. For submittals returned Resubmittal Not Required – No Exceptions Taken/ No
further action is required by Supplier.
E. For submittals returned Resubmittal Not Required – Make Corrections Noted / See
all Comments, Supplier shall incorporate all review comments into the work, but
resubmittal of an amended submittal package is not required.
F. For submittals returned Correct and Resubmit – Make Corrections Noted / See All
Comments, Supplier shall incorporate all review comments into a complete revised
package, and resubmit for review.
G. For submittals returned Rejected – See All Comments, shall develop a new
submittal package with materials, equipment, methods, etc. that meet the
requirements of the Contract Documents.
CSLO Blower Replacement Project 03/24/16
01300-4
H. For submittals returned Submittal Not Reviewed, Filed for Record, no further action
is required by the Supplier for this submittal.
I. Construction Manager will be entitled to rely upon the accuracy or completeness of
designs, calculations, or certifications made by licensed professionals
accompanying a particular submittal whether or not a stamp or seal is required by
Contract Documents or Laws and Regulations.
J. Costs incurred by Owner as a result of additional reviews of a particular submittal
after the second time it has been reviewed shall be borne by Contractor.
Reimbursement to Owner will be made by deducting such costs from Contractor’s
subsequent partial payments.
1.7 MINOR OR INCIDENTAL PRODUCTS AND EQUIPMENT SCHEDULES
A. Shop Drawings of minor or incidental fabricated products will not be required,
unless requested.
1.8 SUBMITTALS FOR INFORMATION OR RECORD ONLY
A. Submit 2 copies of each. None will be returned.
END OF SECTION
CSLO Blower Replacement Project 03/24/16
01310-1
SECTION 01310
PROCUREMENT, DELIVERY, & INSTALLATION SCHEDULES
PART 1 - GENERAL
1.1 SUMMARY
A. General work included in this Section:
1. Schedules.
1.2 SCHEDULES: GENERAL
A. Prepare and submit to the Construction Manager estimated progress schedules for the
Work, with subschedules of related activities that are essential to its progress.
B. Submit revised progress schedules with progress payments.
1.3 FORM OF SCHEDULES
A. Prepare schedules in the form of a horizontal bar chart:
1. Provide separate horizontal bar for each trade or operation.
2. Horizontal time scale: Identify the first work day of each week.
3. Scale and spacing: To allow space for notations and future revisions.
4. Minimum sheet size: 11 IN x 17 IN.
B. Format of Listings: Breakdown of tasks associated with procurement, delivery,
installation, and startup.
C. Format of Listing: The chronological order of the start of each item of work.
1.4 CONTENT OF SCHEDULES
A. Show on construction progress schedule:
1. The complete sequence of construction by activity.
2. The dates for the beginning and completion of each major element of construction.
a. Specifically list:
1) Mobilization.
2) Demolition.
3) Piping Installation.
4) Electrical Installation.
5) Equipment Installation.
6) Any process or utility outages
7) Connections.
8) Subcontractor work.
9) Startup and Training.
10) Punchlist.
3. Show for submittal schedules for shop drawings and product data.
4. The dates for Supplier's submittals.
5. The dates approved submittals will be required from Construction Manager.
a. Extensions of time for delays in submittal approval shall only be allowed as
provided in Section 01340.
CSLO Blower Replacement Project 03/24/16
01310-2
1.5 PROGRESS REVISIONS
A. Indicate progress of each activity to date of submission.
B. Show changes occurring since previous submission of schedule:
1. Major changes in scope.
2. Activities modified since previous submission.
3. Revised projections of progress and completion.
4. Other identifiable changes.
C. Provide a narrative report as needed to define:
1. Problem areas, anticipated delays, and the impact on the schedule.
2. Corrective action recommended, and its effect.
3. The effect of changes on schedules of other prime contractors.
1.6 SUBMISSIONS
A. Submit initial schedules within 14 days after the award of Contract:
1. Construction Manager will review schedules and return review copy within 10 days
after receipt.
2. If required, resubmit within 7 days after return of review copy.
B. Submit revised progress schedules with each Application for Payment.
C. For each submission, submit the number of opaque reproductions that the Supplier
requires, plus three copies that will be distributed by the Construction Manager.
a. Do not submit less than five copies.
D. Submit one reproducible transparency and one opaque reproduction for each initial
resubmission.
1.7 DISTRIBUTION
A. Construction Manager will distribute copies of the accepted schedules to:
1. One copy to Owner.
2. Two copies to Resident Project Representative.
3. One copy to be retained in Construction Manager's file.
4. One copy to Supplier to be kept on file at job site.
5. Remainder to Supplier for his distribution.
END OF SECTION
CSLO Blower Replacement Project 11/25/2015
1600-1
SECTION 01600
MATERIALS AND EQUIPMENT
PART 1 - GENERAL
1.01 DESCRIPTION
A. General:
1. The section applies to all equipment provided under this Contract.
3. Provide all new materials and equipment, except as specified or required by testing.
4. Supplier to coordinate equipment with other parts of the Work, including verification or
compatibility of structures, piping, wiring and equipment components.
5. Supplier is responsible for all alterations in the Work to accommodate equipment differing in
sizes and configurations.
6. Do not use any material or equipment for any purpose other than that for which is designed or
specified.
C. Definitions:
1. Special tools, instruments, devices or accessories - Any tools, instruments, devices or accessories
required for repair, adjustment or maintenance of equipment which are designed especially for
the equipment in question or which are not normally kept in stock by local tool suppliers.
1.02 QUALITY ASSURANCE
A. Installer's Qualifications:
1. Equipment and material shall be installed and placed in service by, or under the guidance of,
qualified personnel having the knowledge and experience necessary for proper results. Where
Supplier's or subcontractor's employees are not properly qualified, such personnel shall be field
representative of the equipment supplier.
1.03 PRODUCT DELIVERY, STORAGE, AND HANDLING
A. Arrange deliveries of products in accord with construction schedules, coordinate to avoid conflict with
Work and conditions at the site:
1. Deliver products in undamaged condition, in manufacturer's original container or packaging,
with identifying labels intact and legible.
2. Immediately on delivery, inspect shipments to assure that products are properly protected and
undamaged.
B. Provide equipment and personnel to handle products by methods to prevent soiling or damage to
products or packaging.
C. Deliver anchor bolts together with templates sufficiently early to permit setting when structural
concrete is placed.
D. Preparation for Shipment:
1. Package materials and equipment to facilitate handling and protect against damage during transit
handling or storage.
CSLO Blower Replacement Project 11/25/2015
1600-2
2. Box, crate, or otherwise completely enclose and protect all equipment.
3. Protect equipment from exposure to the elements and keep thoroughly dry and dust free at all
times.
4. Protect painted surfaces against impact, abrasion, discoloration or other damage.
5. Grease or oil all bearings and similar items.
6. Tag or mark each item per the delivery schedule or the Shop Drawings.
7. Include complete packing lists and bills of material with each shipment.
E. Storage and Protection:
1. Store immediately upon delivery.
2. Store products in accord with manufacturer's instructions, with seals and labels intact and
legible.
3. Store electrical equipment and equipment with bearings in weather-tight structures maintained
above 60 Degrees F.
4. Protect electrical equipment, controls and insulation against moisture, water, and dust damage.
5. Connect and operate continuously all space heaters furnished in electrical equipment.
6. Store fabricated products above the ground, on blocking or skids, prevent soiling or staining.
7. Cover products which are subject to deterioration with impervious sheet coverings, provide
adequate ventilation to avoid condensation.
8. Store loose granular materials in a well-drained area on solid surfaces to prevent mixing with
foreign matter.
9. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of
stored products to assure that products are maintained under specified conditions, and free from
damage or deterioration.
10. Provide substantial coverings as necessary to protect installed products from damage from traffic
and subsequent construction operations. Remove when no longer needed.
11. Provide permanent, labeled, packings for spare parts.
1.04 JOB CONDITIONS
A. The project is a wastewater treatment facility where dilute concentrations of such corrosive materials
as Hydrogen Sulfide, Ferric Chloride, and low pH materials are expected to be present. Select and
design materials and equipment to resist the corrosive attack of these and similar liquids and gases.
1.05 GUARANTEE
A. Guarantee all materials and equipment against faulty or inadequate design, improper assembly or
erection, defective workmanship or materials, leakage, breakage, or other failure through the final
acceptance and guarantee period.
PART 2 - PRODUCTS
2.01 MATERIALS
A. General:
1. Suitable for the service conditions.
2. Structural and miscellaneous fabricated steel in equipment shall conform to AISC standards,
except as otherwise specified.
CSLO Blower Replacement Project 11/25/2015
1600-3
B. Safety Guards:
1. Guards: 16 ga or heavier galvanized or aluminum coated steel or 1/2-inch mesh expanded metal.
2. Accessories and supports, including bolts: Galvanized steel.
C. Baseplates:
1. Cast iron or welded steel.
D. Shop Painting:
1. Shop primer for steel and iron surfaces: Cook "391-R-259 Clorocon Barrier Coat", Mobil
"13-R-50 Chromox QD Primer", Tnemec "77 Chem-Prime", or equal.
2. Rust preventative coating for machined, polished and nonferrous surfaces not to be painted:
Houghton "Rust-Veto 344", Rust-Oleum "R-9", or equal.
3. Paint for self-contained or enclosed components such as motors, speed reducers and starters:
High grade, oil-resistant enamel.
2.02 FABRICATION AND MANUFACTURE
A. General:
1. Design, fabricate, and assemble in accordance with the best modern manufacturing and shop
practices.
2. Manufacture parts to standard sizes and gages.
3. Two or more items of the same type shall be identical, by the same manufacturer, and
interchangeable.
4. Design structural members for shock and vibratory loads.
5. Use 1/4-inch minimum thickness for all steel, which will be submerged, wholly or partially,
during normal operation.
B. Lubrication System:
1. Require no more than weekly attention during continuous operation.
2. Require no attention during equipment startup and shutdown.
3. No lubricant wasting.
4. Convenient and accessible:
a. Oil drains and fill plugs easily accessible from the normal operating area or platform.
b. Drains located to allow convenient collection of oil during oil changes without removing
the equipment from its normal installed position.
c. Drains with isolation valves and plugs to be plumbed out beyond base for draining.
5. Provide constant level oilers or oil level indicators for oil lubrication systems.
C. Electric Motors:
1. General:
a. Designed and applied in accordance with NEMA, ANSI, IEEE, AFBMA, and NEC
standards for the duty imposed by the driven equipment.
b. All motors to be severe duty rated.
c. Nameplate horsepower based on continuous duty at 40 C ambient, unless recognized and
defined by the standards and codes for intermittent duty as a standard industry practice.
Temperature rise about 40 Degrees C ambient on continuous operation not to exceed the
NEMA limit for 1.15 service factor and Class F or better insulation.
d. Designed for satisfactory operation at any voltage within plus or minus 10 percent of rated
CSLO Blower Replacement Project 11/25/2015
1600-4
voltage.
e. Designed for full voltage starting.
f. Non-contacting bearing isolators, conforming to IP55, for all motor ball bearings. Bearing
life based on the actual operating load conditions imposed by driven equipment.
g. Sized for the altitude at which the equipment is installed.
h. Maximum continuous load shall not exceed motor rating. Service factor shall not be used
to determine non-overloading condition.
i. If driven equipment Specification calls for encapsulated winding, provide a sealed
insulation system designed for a more severe environment than usual varnish treatments
can withstand, General Electric "Polyseal", Allis-Chalmers "Poxeal", U.S. Motors "Ever-
seal" or equal. Motors with encapsulated windings may be single voltage rated.
j. Clamp-type grounding terminal inside the motor conduit box.
k. Oversized motor conduit boxes, twice NEMA standard.
l. Totally enclosed where outdoors.
m. Totally enclosed where indoors.
n. Explosion proof motors where required adjacent to digesters and biogas equipment per
NFPA 820.
n. On integrally constructed motor driven equipment such as appliances and hand tools, and
similar equipment, specified by model number, the manufacturer's standard motor may be
provided if a complete redesign of the unit would be required to meet the requirements of
this article.
o. Premium energy-efficient motors:
1) Supply premium energy-efficient motor:
a) Supply premium energy efficient motor even if specified equipment overall
efficiency can be met with normal efficiency motor.
2) Test method: IEEE 112 Method B.
3) Motor warranty: 5 years minimum.
4) Minimum efficiencies for energy-efficient motors (nominal):
hp Efficiency
1200 rpm
and slower 1800 rpm 3600 rpm
1 78.5 84.0 78.5
2 84.0 84.0 81.5
3 86.0 86.0 82.0
5 88.0 88.0 88.0
7-1/2 88.0 88.0 88.0
hp Efficiency
1200 rpm
and slower 1800 rpm 3600 rpm
10 88.6 88.6 88.6
15 90.0 90.0 90.0
20 90.7 90.7 90.7
25 91.2 91.2 91.2
30 91.7 91.7 91.7
40 92.2 92.2 92.2
50 92.6 92.6 92.6
60 93.0 93.0 93.0
CSLO Blower Replacement Project 11/25/2015
1600-5
75 93.4 93.4 93.4
100 93.7 93.7 93.7
125 94.0 94.0 94.0
150 95.0 95.0 95.0
200 and over 95.4 95.4 95.4
p. All vertical oriented motors to include rain cover, whether installed indoors or outdoors.
q. Service factor for all motors to be 1.15 unless otherwise indicated.
r. Motor frames shall be cast iron. Motor frame feet to be machined for flatness to 0.005”.
2. Below 1/2 hp:
a. 115 V, 60 Hz, single phase.
b. Permanently lubricated ball bearings.
c. Built-in manual-reset thermal protector or provided with an integrally mounted manual
motor starter, NEMA 4 or 4Y only. No automatic reset overload devices.
3. 1/2 to 1 hp:
a. 230/460 V, 60 Hz, 3 phase.
b. Specially insulated for damp locations below 20 Degrees C.
c. Oil or grease-lubricated anti-friction or oil lubricated ball bearings.
d. 15-year average-life thrust bearings in vertical motors.
4. 1-1/2 hp and above:
a. 230/460 V, 60 Hz, 3 phase.
b. Specially insulated for damp locations below 20 Degrees C.
c. Oil or grease-lubricated anti-friction or oil lubricated ball bearings.
d. 15-year average-life thrust bearings in vertical motors.
D. Drive Units:
1. General:
a. Input horsepower rating not less than nameplate horsepower of the driving motor.
b. Designed for 24-hour continuous duty.
E. Safety Guards:
1. Provide for all belt or chain drives, fan blades, couplings or other moving or rotary parts.
2. Cover rotating part on all sides.
3. Designed for easy installation and removal.
4. Provided with all necessary supports and accessories.
5. If outdoors, designed to prevent the entrance of rain and dripping water.
F. Equipment Anchor Bolts:
1. Furnished with equipment.
2. Provided with at least 2 nuts per bolt.
3. 3/4-inch minimum diameter.
4. Long enough to permit 1-1/2 inches of grout below baseplate, if equipment is baseplate
mounted, and to provide adequate anchorage into structural concrete.
5. Stainless Steel.
G. Baseplates:
1. Provide for pumps, compressors and similar equipment.
2. Neat design.
3. Pads for anchoring.
CSLO Blower Replacement Project 11/25/2015
1600-6
4. Adequate grout holes.
5. Provide pump bases with a means for collecting leakage and a threaded drain connection.
H. Special Tools and Accessories:
1. Provide all special tools, instruments and accessories required for proper maintenance.
2. Provide all special lifting and handling devices required.
I. Shop Painting:
1. Coat all steel and iron surfaces.
2. Protect surfaces which will be inaccessible after assembly for the life of the equipment.
3. Provide a smooth uniform base for painting of exposed surfaces by finishing smooth, cleaning
thoroughly and filling as necessary.
4. Apply shop primer to protect equipment to be field painted.
5. Shop finish, self-contained or enclosed components.
PART 3 - EXECUTION
3.01 INSPECTION
A. Inspect equipment for signs of pitting, rust decay, or other deleterious effects of storage. Do not install
any equipment showing such effects. Replace damaged equipment with identical new equipment.
3.02 PREPARATION
A. Install Equipment Anchor Bolts During Placement of Structural Concrete.
3.03 INSTALLATION
A. Install All Equipment on Bases 4 Inches Minimum High.
B. Anchor Baseplates to the Concrete Base and Fill Space Beneath with Grout.
C. Repaint All Painted Surfaces Which Are Damaged Prior to Equipment Acceptance to Construction
Manager's Satisfaction.
D. Provide lubricants as recommended by the equipment manufacturer in sufficient quantity to fill all
lubricant reservoirs and to replace all consumption during testing, startup and operation prior to
acceptance of equipment by Owner.
E. For Material and Equipment Specifically Indicated or Specified to Be Reused in the Work:
1. Use special care in removal, handling, storage and reinstallation, to assure proper function in the
completed Work.
2. Arrange for transportation, storage and handling of products which require off-site storage,
restoration or renovation. Pay all costs for such Work.
F. Handle, install, connect, clean, condition and adjust products in strict accord with manufacturer's
instructions and in conformity with specified requirements:
1. Obtain and distribute copies of such instructions to parties involved in the installation in the
CSLO Blower Replacement Project 11/25/2015
1600-7
manner detailed in the submittal section.
2. Maintain one set of complete instructions at the job site during installation and until completion.
3. Perform Work in accord with manufacturer's instructions. Do not omit any preparatory step or
installation procedure unless specifically modified or exempted by Contract Documents.
4. Should job conditions or specified requirements conflict with manufacturer's instructions,
consult with Construction Manager for further instructions.
5. Do not proceed with Work without clear instructions.
G. No Shimming Between Machined Surfaces is Allowed.
3.04 FIELD QUALITY CONTROL
A. Manufacturer's Field Representative:
1. Provide a qualified manufacturer's field representative when specified in the detailed
Specifications, to provide the services specified.
2. Where installation assistance is specified, manufacturer's representative is to observe, guide,
instruct and direct Supplier's erection or installation procedure.
3. Where an installation check is specified, manufacturer's representative is to verify equipment is
properly installed.
4. Field representatives are to revisit the site as often as necessary to attain installation satisfactory
to Construction Manager.
5. Acceptance of Work in connection with the installation of equipment furnished by others is
subject to acceptance by the field representative. Such acceptance by the field representative or
Construction Manager does not relieve Supplier of responsibility for planning, supervising, and
executing the installation of Work or of responsibility for defective Work.
3.05 ADJUSTMENT AND CLEANING
A. Perform all required adjustments, tests, operation check and other startup activities required.
END OF SECTION
CLSO Blower Replacement Project 11/25/2015
01650-1
SECTION 01650
FACILITY STARTUP AND COMMISIONING
PART 1 - GENERAL
1.01 DESCRIPTION
A. Scope of Work:
1. Project performance demonstration.
1.02 DEFINITIONS
A. Pre-Demonstration Period: The period of time, of unspecified duration after initial construction and
installation activities during which Supplier, with assistance from manufacturer's representatives,
performs in the following sequence:
1. Finishing type construction work to ensure the Project or components of the project are suitable
for startup and continuous operation.
2. Equipment start-up.
B. Demonstration Period: A period of time, of specified duration, following the Pre- Demonstration
Period, during which the Owner operates the facility, and during which the installed aeration
systems shall operate continuously and without malfunction.
C. Guarantee Period: One year following the completion and acceptance of the Demonstration Period,
during which the Supplier’s guarantee is in effect.
D. Facility- Equipment, processes, systems, and constructed physical portions of the Project.
E. Functional Integrity – Ability of facility, provided technology, and installed equipment including
instrumentation and controls to operate as intended, within accepted performance parameters, in a
continuous manner in an environment that represents actual operating conditions.
1.04 COST OF STARTUP AND COMMISIONING
A. Supplier to pay all costs associated with Supplier’s personnel and equipment repairs.
PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION)
PART 3 - EXECUTION
3.01 GENERAL
A. Facility Start-up Divided into Three Periods:
1. Pre-Demonstration Period including:
a. Completion of installation work.
b. Start-up of Equipment.
c. Completion of the filing of all required submittals.
CLSO Blower Replacement Project 11/25/2015
01650-2
2. Demonstration Period including:
a. Demonstration of operating performance of aeration system.
3. Guarantee Period.
3.02 PRE-DEMONSTRATION PERIOD
A. Completion of Installation:
1. Complete the work to bring the Project to a state ready and suitable for startup and continuous
operation.
B. Equipment Startup:
1. Equipment installation per equipment manufacturer’s recommendations.
2. Prepare the equipment so it will operate properly and safely and be ready to demonstrate
functional integrity during the Demonstration Period.
3. Procedures include but are not necessarily limited to the following:
a. Test or check and correct deficiencies of:
1) Power, control and monitoring circuits for continuity prior to connection to power
source.
2) Voltage of all circuits.
3) Phase sequence.
4) Cleanliness of connecting piping systems.
5) Alignment of connected machinery.
6) Vacuum and pressure of all closed systems.
7) Lubrication.
8) Valve orientation and position status for manual operating mode.
9) Instrumentation and control signal generation, transmission, reception and response.
12) Tagging and identification systems.
13) All equipment: Proper connections, alignment, calibration and adjustment.
b. Calibrate all safety equipment.
c. Manually rotate or move moving parts to assure freedom of movement.
d. “Bump” start electric motors to verify proper rotation.
e. Perform other tests, checks, and activities required to make the equipment ready for
Demonstration Period.
4. Obtain certifications, without restrictions or qualifications, and deliver to Construction Manager:
a. Manufacturer’s equipment installation check letters.
C. Complete the filing of all required submittals:
1. Shop drawing.
2. Operation and Maintenance Manuals.
3.03 DEMONSTRATION PERIOD
A. General:
1. Demonstrate the functional integrity of the mechanical, electrical and control interfaces of the
respective equipment and components.
2. Duration of Demonstration Period: 336 consecutive hours.
3. If, during the Demonstration Period, the aggregate amount of time used for repair, alteration, or
unscheduled adjustments to any equipment or systems that renders the affected equipment or
system inoperative exceed 10 percent of the Demonstration Period, the demonstration of
functional integrity will be deemed to have failed. In the event of failure, a new Demonstration
Period will recommence after correction of the cause of failure. The new Demonstration Period
CLSO Blower Replacement Project 11/25/2015
01650-3
shall have the same requirements and duration as the Demonstration Period previously
conducted.
4. Conduct the demonstration of functional integrity under full operational conditions.
5. Owner will provide operational personnel during Demonstration Period. Supplier will perform
all other functions including but not limited to equipment tuning, repairs, and trouble-shooting
until successful completion of the Demonstration Period. Supplier to remain on standby during
the demonstration period and be able to respond as needed within a period of 48 hours.
6. Owner reserves the right to simulate operational variables, equipment failures, routine
maintenance scenarios, etc., to verify the functional integrity of automatic systems.
7. Owner reserves the right to track and record alarms, operating parameters, and performance
results on Owner’s SCADA system for use in evaluating the functional integrity of the provided
technology.
7. Time of beginning and ending any Demonstration Period shall be agreed upon by Supplier,
Owner, and Construction Manager in advance of initiating Demonstration Period.
B. Upon successful completion of Demonstration Period, Construction Manager will endorse certificate
attesting to the successful demonstration, and citing the hour and date of beginning and ending
the successful Demonstration Period and the beginning of the Guarantee Period.
END OF SECTION
CSLO Blower Replacement Project 11/25/2015
01730-1
SECTION 01730
OPERATING AND MAINTENANCE DATA
PART 1 - GENERAL
1.01 DESCRIPTION
A. Compile Product Data and related information appropriate for Owner's maintenance and operation of
products furnished under the Contract.
B. Prepare operating and maintenance data as specified in this section and as referenced elsewhere.
1.02 QUALITY ASSURANCE
A. Preparation of Data Shall be Done by Personnel:
1. Trained and experienced in maintenance and operation of the described products.
2. Completely familiar with requirements of this section.
3. Skilled as a technical writer to the extent required to communicate essential data.
4. Skilled as a draftsman competent to prepare required Drawings.
B. Manuals for equipment and systems shall be prepared by the equipment manufacturer or system
supplier.
1.03 SUBMITTALS
A. For each O&M Manual submittal, include Transmittal Form.
B. Prepare data in the form of an instructional manual for use by Owner's personnel.
C. Format:
1. Size: 8-1/2 inches by 11 inches.
2. Paper: 20 lb. minimum, white, for typed pages.
3. Text: Manufacturer's printed data, or neatly typewritten.
4. Tab each section with plastic coated dividers.
5. Provide index for each manual.
6. Provide plastic sheet lifters prior to the first page and following the last page.
7. Drawings:
a. Provide reinforced punched binder tab, bind in with text.
b. Reduced to 8-1/2 inches by 11 inches or 11 inches by 17 inches and folded to 8-1/2 inches
by 11 inches.
c. Where reduction is impractical, folded and placed in 8 1/2-inch by 11-inch envelopes
bound in text.
d. Suitably identified on Drawings and envelopes.
8. Provide fly-leaf for each separate product, or each piece of operating equipment:
a. Provide typed description of product, and major component parts of equipment.
b. Provide indexed tabs.
9. Cover: Identify each volume with typed or printed title on front and spine of each binder,
"OPERATING AND MAINTENANCE INSTRUCTIONS” List:
CSLO Blower Replacement Project 11/25/2015
01730-2
a. Title of Project.
b. Identity of separate structure as applicable.
c. Identity of general subject matter covered in manual.
7. As much as possible, assemble and bind material in the same order as specified.
D. Binders:
1. Preliminary manuals: Heavy paper covers.
2. Final manuals: Commercial quality substantial, stiff metal hinged 3-ring or 3-post binders with
durable, cleanable plastic covers.
E. Electronic Copies:
1. Provide on DVD or flash drive.
2. All information provided in paper manuals in pdf, Word, Excel, and/or ppt format.
3. Provide three copies.
F. Equipment Record:
1. Submittals for mechanical equipment shall include completed copies of exhibits O&M-2 and
O&M-3, as included at end of this section.
1.04 CONTENT OF MANUALS
A. Neatly typewritten table of contents for each volume, arranged in a systematic order:
1. Supplier, name of responsible principal, address and telephone number.
2. A list of each product required to be included, indexed to the content of the volume.
3. List, with each product, the name, address and telephone number of:
a. Subcontractor or installer.
b. Maintenance contractor, as appropriate.
c. Identify the area of responsibility of each.
d. Local source of supply for parts and replacement.
4. Identify each product by product name and other identifying symbols as set forth in Contract
Documents.
B. Product Data:
1. Include only those sheets which are pertinent to the specific product.
2. Annotate each sheet to:
a. Clearly identify the specific product or part installed.
b. Clearly identify the data applicable to the installation.
c. Delete references to inapplicable information.
C. Drawings:
1. Supplement Product Data with Drawings as necessary to clearly illustrate:
a. Relations of component parts of equipment and systems.
b. Control and flow diagrams.
2. Coordinate Drawings with information in Project Record Documents to assure correct
illustration of completed installation.
3. Do not use Project Record Documents as maintenance Drawings.
D. Written text, as required to supplement product data for the particular installation:
1. Organize in a consistent format under separate headings for different procedures.
2. Provide a logical sequence of instructions for each procedure.
CSLO Blower Replacement Project 11/25/2015
01730-3
E. Copy of each Equipment Warranty, Bond and Service Contract Issued:
1. Provide information sheet for Owner's personnel, give:
a. Proper procedures in the event of failure.
b. Instances which might affect the validity of warranties or bonds.
1.05 MANUALS FOR EQUIPMENT AND SYSTEMS
A. Provide an operation and maintenance manual for each item of equipment or system listed in the
schedule of manuals in the quantity listed in the submittal schedule, paragraph 1.09 of this section.
B. Content, for each unit of equipment and system, as appropriate:
1. Description of unit and component parts:
a. Function, normal operating characteristics, and limiting conditions.
b. Performance curves, Engineering data and tests.
c. Complete nomenclature and commercial number of all replaceable parts.
2. Operating procedures:
a. Startup, break-in, routine and normal operating instructions.
b. Regulation, control, stopping, shutdown and emergency instructions.
c. Summer and winter operating instructions, as applicable:
d. Special operating instructions.
3. Maintenance procedures:
a. Routine operations.
b. Guide to "troubleshooting".
c. Disassembly, repair and reassembly.
d. Alignment, adjusting and checking
4. Servicing and lubrication schedule:
a. List of lubricants required.
b. Lubrication schedule.
5. Manufacturer's printed operating and maintenance instructions.
6. Description of sequence of operation by control manufacturer.
7. Original manufacturer's parts list, illustrations, assembly Drawings and diagrams required for
maintenance:
a. Predicted life of parts subject to wear.
b. Items recommended to be stocked as spare parts.
8. As-installed control diagrams by controls manufacturer.
9. Each Supplier's coordination Drawings.
a. As-installed color coded piping diagrams.
10. Charts of valve tag numbers, with the location and function of each valve.
11. List of original manufacturer's spare parts, manufacturer's current prices, and recommended
quantities to be maintained in storage.
12. Other data as required under pertinent sections of Specifications.
C. Content, for each electric and electronic item or system, as appropriate:
1. Description of system and component parts:
a. Function, normal operating characteristics, and limiting conditions.
b. Performance curves, Construction Manager data and tests.
c. Complete nomenclature and commercial number of replaceable parts.
2. Circuit directories of panelboards:
CSLO Blower Replacement Project 11/25/2015
01730-4
a. Cal service.
b. Controls.
c. Communications.
3. As-installed color-coded wiring diagrams.
4. Operating procedures:
a. Routine and normal operating instructions.
b. Sequences required.
c. Special operating instructions.
5. Maintenance procedures:
a. Routine operations.
b. Guide to "troubleshooting".
c. Adjustment and checking.
6. Manufacturer's printed operating and maintenance instructions.
7. List of original manufacturer's spare parts, manufacturer's current prices, and recommended
quantities to be maintained in storage.
8. Other data as required under pertinent sections of Specifications.
D. Prepare and include additional data when the need for such data becomes apparent during instruction
of Owner's personnel.
1.06 SUBMITTAL SCHEDULE
A. Manuals for Equipment and Systems:
1. Submit 3 preliminary copies prior to the date of shipment of the equipment or system:
a. Construction Manager will review.
b. If acceptable one copy will be returned to Supplier, one copy sent to Owner and one copy
retained in Construction Manager's file.
c. If unacceptable, 2 copies will be returned to Supplier with Construction Manager's
comments for revision and one copy retained in Construction Manager's file. Resubmit 3
revised preliminary copies for Construction Manager's review.
d. No partial payments will be made for equipment and systems on hand or installed until
preliminary manuals are submitted.
2. Submit 4 final copies no less than 30 days prior to putting the equipment or system in service. If
final manuals differ from accepted preliminary manuals, submit 2 copies of any necessary
supplemental material, with instructions for insertion, for conforming Construction Manager's
and Owner’s copies of preliminary manuals to final manuals:
a. Construction Manager will compare with accepted preliminary manual.
b. If identical, or otherwise acceptable, Supplier will be so notified. One copy will be
transmitted to Owner, 5 copies will be held for later transmittal to Owner.
c. If not acceptable, all 6 copies will be returned to Supplier for revision or retained by
Construction Manager and the necessary revision data requested from Supplier, at
Construction Manager's option.
d. No portion of the Work is substantially complete until final equipment and system manuals
relating to that portion of the Work are accepted by Construction Manager.
e. Submit 6 copies of any revisions found desirable during instruction of Owner's personnel,
with instructions for insertion, for revising Owner's, Construction Manager's and Resident
Project Representatives copies of manual.
CSLO Blower Replacement Project 11/25/2015
01730-5
1.08 INSTRUCTION OF OWNER'S PERSONNEL
A. Prior to final inspection or acceptance, fully instruct Owner's designated operating and maintenance
personnel in the operation, adjustment and maintenance of all products, equipment and system per
Section 01650, Startup and Commissioning.
B. Operating and Maintenance Manual Shall Constitute the Basis of Instruction:
1. Review contents of manual with personnel in full detail to explain all aspects of operations and
maintenance.
1.09 SCHEDULES
A. Equipment and Systems Operation and Maintenance Manuals shall be prepared for each of the
following (as applicable) as a minimum:
Equipment and Systems
High Speed Turbo Blower and appurtenances.
END OF SECTION
CSLO Blower Replacement Project 05/25/15
01740 - 1
SECTION 01740
GUARANTEES AND WARRANTIES
1.0 Supplier’s Guarantee. The Supplier shall warrant and guarantee the Work and all parts thereof,
including that performed and constructed by Subcontractors, Sub-subcontractors, and others
employed directly or indirectly by Supplier, against faulty or defective materials, equipment, or
workmanship for a period of one (1) year from the date of Substantial Completion or such longer
period of time as may be prescribed by law or by the terms of any special guarantee or warranty
required by the Contract Documents. In addition, the equipment furnished by the Supplier shall be
guaranteed to be free from defects in design. Within the guarantee period and upon notification of
the Supplier by the Owner, the Supplier shall promptly make all needed adjustments, repairs or
replacements arising out of defects which, in the judgment of the Owner, become necessary during
such period. The cost of all materials, parts, labor, transportation, supervision, special tools and
supplies required for correction of abnormalities shall be paid by the Supplier. The Supplier also
extends the terms of this guarantee to cover repaired parts and all replacement parts furnished under
this guarantee provisions for a period of one (1) year from the date of Substantial Completion. If,
within fifteen (15) days, unless specified otherwise, after the Owner gives the Supplier notice of a
defect, failure, or abnormality in the Work, the Supplier neglects to make or undertake with due
diligence the necessary repair or adjustments of the Work, the Owner will direct the work to be
completed by others with the cost of the repair or adjustment to be paid by the Supplier. In the
event of an emergency where, in the judgment of the Owner, delay would cause a spill, an odor
complaint, serious loss or damage, repairs or adjustments may be made by the Owner, or a third
party chosen by the Owner, without giving notice to the Supplier, and the cost of the work shall be
paid by the Supplier.
2.0 Manufacturers’ Warranties. As a precedent to final inspection, the Supplier shall deliver to the
Contract Manager all the manufacturers' warranties required by the Contract Documents, with the
Owner named as beneficiary. In addition, for all equipment bearing a manufacturer's warranty that
extends for a longer period of time than the Supplier's guarantee, the Supplier shall secure and
deliver the warranties to the Construction Manager in the same manner.
END OF SECTION
Attachment B
Technical Specifications
CSLO Blower Replacement Project 03/24/16
05501-1
SECTION 05501
ANCHOR BOLTS AND EXPANSION ANCHORS
PART 1 - GENERAL
1.01 DESCRIPTION
A. Scope:
1. Equipment anchor bolts
2. Structural anchor bolts
3. Expansion anchors
4. Epoxy set anchor bolts
B. Additional Requirements Specified Elsewhere:
1. Shop Drawings, Product Data and Samples: Section 01300
2. Product Requirements: Section 01600
1.02 SUBMITTALS
A. Product Data: Sufficient to verify compliance with Specifications
B. Provide structural calculations for equipment anchor bolts as required in individual equipment
specifications including Section 11081, High Speed Turbo Blower.
1.03 PRODUCT DELIVERY, STORAGE, AND HANDLING
A. Deliver anchor bolts and templates in time to permit setting when structural concrete is placed
PART 2 - PRODUCTS
2.01 MATERIALS
A. Bolts:
1. Stainless steel: IFI-104, Grade 316
B. Nuts:
1. Same material as bolts
2. Self-locking: Prevailing torque, IFI-100, grade A
C. Washers:
1. Same material as bolts
2. Flat: ANSI B27.2
3. Locking: Spring type ANSI B27.1
D. Sleeves:
1. Pipe: ASTM A120
2. Bearing plates: ASTM A36
CSLO Blower Replacement Project 03/24/16
05501-2
3. Hot dip galvanize after fabrication
E. Expansion Anchors:
1. In hardened concrete and grouted masonry
a. Type "A": Wedge type, FS FF-S-325, Group II, Type 4, Class 1
b. Type "B": Self-drilling, FS FF-S-325, Group III, Type 1, flush type
c. Type "C": Non-drilling, internally threaded, FS FF-S-325, Group VIII, Type 1 Drop in
d. Type "D": Non-drilling, externally threaded, FS FF-S-325, Group VIII, Type 2
2. In hollow and solid masonry
a. Type "E": Lag shield, FS FF-S-325, Group II, Type 1, Class 1
b. Type "F": Split sleeve, FS FF-S-325, Group II, Type 3, Class 3
2.02 FABRICATION AND MANUFACTURE
A. Anchor Bolts:
1. 3/4 inch minimum, except as indicated on the Drawings
2. Type:
a. General use: L-shaped hook type
b. Where indicated on Drawings or specified:
1) Straight bolt with square head
2) Straight bolt with square plate welded to bolt and nut welded to plate and bolt
3) Through-bolt with sleeve and square plate assembly
4) Coupled bolt with sleeve welded to square plate and bolt
3. Material:
a. General use: Stainless steel
b. Submerged service: Stainless steel
c. Where indicated on Drawings: Stainless steel
B. Expansion Anchors:
1. 3/4-inch maximum unless otherwise indicated on Drawings
2. Do not use cinch anchors
3. Length: As required for proper embedment
4. Material:
a. General use: Stainless steel
b. Submerged service: Stainless steel
c. Where indicated on Drawings: Stainless steel
C. Epoxy Set Anchors:
1. FS FF-S-325
2. In hardened concrete and where specifically noted on plans:
a. Parabond capsule anchors
b. Stainless steel studs, nuts and washers
c. Approved manufacturers:
1) Molly Fastener Group by Emhart
2) Hilti, Inc.
3) Or approved equal.
CSLO Blower Replacement Project 03/24/16
05501-3
PART 3 - EXECUTION
3.01 INSPECTION
A. Verify that holes for anchor bolts in forms and templates match applicable equipment Shop
Drawings
3.02 INSTALLATION
A. Anchor Bolts:
1. Where installed in cast-in-place concrete, install a nut on the concrete side of the form or
supporting template
2. Provide 3 nuts for each anchor bolt for which a lock nut is indicated, 2 for others
3. Sleeved anchor bolts:
a. Centered in pipe sleeve
b. Sleeve ID: Approximately 2 1/2 times bolt OD
c. Sleeve length: Approximately 8 times bolt OD
d. Bearing plate minimum thickness: 1/2 times bolt OD
4. Through bolts:
a. Sleeved with bearing plates
b. Bearing plates welded to bolt and plate welded to sleeve
c. Dimensions: As specified for sleeved anchor bolts
B. Expansion Anchors:
1. Install in conformity with the manufacturer's instructions
2. Minimum embedment: 4 bolt diameter or manufacturer's instructions, whichever is greater
3. Minimum distance between expansion anchor centerline and any edge or exterior corner of
concrete: 4 l/2 bolt hole diameter
C. Epoxy Set Anchors:
1. Install as per manufacturer's recommendation
2. Minimum hole depth: As per manufacturer's recommendation but not less than 6-5/8 inches
3. Diameter of drilled holes: As per ANSI B94.12
3.03 SCHEDULE
A. Expansion Anchors:
1. In hardened concrete and grouted masonry: Type "A," "B," "C," or "D," Contractor's option,
unless type is indicated on Drawings
2. In hollow and solid masonry: Type "E," or "F," Contractor's option, unless type is indicated
on Drawings
3. Epoxy set anchors were adhesion or epoxy anchor bolts specifically noted on Drawings
END OF SECTION
CSLO Blower Replacement Project 05/06/16
11081-1
SECTION 11081
HIGH SPEED TURBO BLOWER
PART 1 - GENERAL
1.1 SUMMARY
A. Work Included: Furnish, and test One (1), factory assembled high speed direct drive turbo
blower system. The packaged blower systems shall be complete, including acoustic
enclosure, motors, variable frequency drives, control panels, programmable logic controllers,
inlet air filter/silencers, blow-off valves, check valves, discharge valves, flexible connectors
and other appurtenances as shown on the Drawings, as specified herein, and as needed for a
complete and operational blower system.
B. Blowers shall be complete pre-packaged units consisting of Permanent Magnet Synchronous
Motors, integrated air filters, variable speed drive, and PLC (programmable logic controller)
based Local Control Panel.
C. The equipment shall be furnished by a single MANUFACTURER.
1.2 SYSTEM DESCRIPTION
A. The system shall include factory assembled high speed turbo blowers with UL listed integral
variable frequency drives and programmable logic controllers in a complete package that
does not require lubrication of the bearings for operation.
B. All equipment including controls and drives specified herein shall be specifically designed for
this service and the environment encountered in this installation.
C. Equipment shall be designed and capable of either continuous or intermittent operation.
D. All equipment, supports, anchors and fasteners shall be of adequate strength to withstand
loads associated with starting, turbulence, thrusts, thermal expansion and contraction and
other loads encountered under normal operating conditions.
1. Equipment anchors shall be designed for seismic and wind forces according to the
State of California Building Code.
E. The equipment, sizes, materials and arrangements described in this specification shall be
considered minimum limits of acceptability. The equipment manufacturer shall be
responsible for design, arrangement and performance of all equipment supplied under this
section. Arrangements other than those shown on Drawings shall be subject to the
ENGINEER'S approval.
1.3 JOB CONDITIONS
A. Equipment will be installed out of doors at a wastewater treatment plant under a metal
canopy. All equipment shall be designed to function in this environment, regardless of
inclement weather, including instrumentation and electronics. All sensitive equipment shall
be protected as required to provide a continuous, enduring, and fully functional installation.
1.4 SUBMITTALS
A. Product Data: Provide construction details, material descriptions, dimensions of individual
components and profiles and finishes for each component.
CSLO Blower Replacement Project 05/06/16
11081-2
B. Shop Drawings: Provide plans, elevations, sections, details and attachments to other work.
1. Detail equipment assemblies and indicate dimensions, weights, loads, required
clearances, method of field assembly, components and location and size of each
field connection.
2. Complete bill of materials for all equipment, components, piping, accessories,
including materials of construction and coatings applied.
a. Show thicknesses of each plate, channel, and panel.
3. Manufacturer and model number of all equipment within this specification and an
itemized list of components being furnished.
4. Layout drawings and equipment cut sheets showing dimensions, clearances, sizes,
arrangement and size of connections, supports, anchors and total weights of the
product.
5. Wiring Diagrams: For power, signal and control wiring diagrams, including
terminals and numbers.
6. Drawings of control panels, including instruments, and panel wiring.
a. Show interconnects to all components outside panels
b. Provide sample Operator Interface screens for local control panel.
c. Provide local control panel interconnect wiring diagrams.
d. Show CPU address points for remote monitoring and control.
7. Preliminary input/output (I/O) Listing.
8. Motor requirements in accordance with applicable motor specification section.
9. Equipment weights and lifting points.
10. Setting drawings, templates and directions for the installation and location of anchor
bolts and lateral load restraints.
a. Include anchor calculations signed and stamped by Professional Engineer
registered in State of California.
C. Information Submittals:
1. Descriptive literature, bulletins, catalog cut sheets of each item of equipment.
2. Motor type, input voltage rating, service factor, cooling system, insulation class,
temperature protection, environmental temperature range.
3. Detailed test plan delineating quality control procedures and test procedures.
4. Special shipping, storage and protection and handling instructions.
5. Manufacturer’s instructions for installation.
6. Location of nearest stocking distributor for spare parts.
7. Recommended spare parts list to maintain the equipment in service for a period of
three years. Include a list of special tools required for checking, testing, parts
replacement and maintenance with current pricing information.
8. List special tools, materials and supplies furnished with equipment for use prior to
and during start-up and for future maintenance.
9. Lateral load calculations stamped by a licensed professional civil or structural
engineer in the State of California.
10. List of installations and references.
11. Warranty certificate.
D. Performance Data: Blower certified past performance test reports for each blower (as outlined
later in this specification) and including, but not limited to, certified blower curves showing
pressure, capacity, horsepower demand and blower efficiency over the entire operating range
of the blower. The equipment manufacturer shall also indicate separately the pressure,
capacity, horsepower demand and efficiency required at the design point(s).
E. Submit complete instruction manual for operation and maintenance of the equipment in
accordance with this section. Include the following data:
CSLO Blower Replacement Project 05/06/16
11081-3
1. Alignment, adjustment, and repair instructions.
2. MANUFACTURER’S installation and operation instructions.
3. Assembly diagrams.
4. Troubleshooting guide.
5. Recommended spare parts lists and predicted life of parts subject to wear.
6. Scheduled maintenance intervals.
7. Manufacturer’s service plans.
F. Factory Testing Results
1. Submit after testing at the factory but prior to shipment to project site.
2. Submit all factory functional and motor performance test reports.
3. Submit the results of all control panel shop tests.
4. Submit results of acoustic testing.
G. Following installation submit MANUFACTURER’S field certification report stating that
equipment is properly installed and ready for operation.
1.5 QUALITY ASSURANCE
A. The packaged blower systems, including blower, motors, controls and all appurtenances to
form an integrated system, shall be factory assembled by a single manufacturer.
B. Manufacturer Qualifications:
1. MANUFACTURER shall be experienced in manufacturing high speed turbo
blowers similar to those indicated for this Project and have a record of over five (5)
years successful in-service performance in Canada and/or USA for similar
municipal wastewater treatment applications.
2. MANUFACTURER must have high speed oil free turbo blowers permanently
installed and operational in at least fifty (50) wastewater treatment facilities in
North America.
3. MANUFACTURER shall have a history of manufacturing, providing and servicing
this equipment for at least five (5) years in North America.
4. A list of similar installations shall be furnished, to show conformance with article
1.4 B.1 to B.3, with the SUPPLIER’S proposal as well as with the shop drawing
submittal, including names and telephone numbers of contacts.
5. MANUFACTURER shall have a domestic service facility and factory personnel
located within 24 hours travel time.
C. Installer Qualifications: A MANUFACTURER authorized representative who is trained and
approved for installation of units is required for this Project.
D. Acceptable manufacturers:
1. APG-Neuros
2. Aerzen USA
3. ABS Sulzer
4. Listing of an acceptable manufacturer does not release Manufacturer and Supplier
from complying with any requirements of this specification.
5. Listing of an acceptable manufacturer is not a guarantee that listed manufacturer is
qualified or pre-selected for this project.
6. It is the Owner’s intention to select one of the acceptable manufacturers to provide
one or more blower systems. It is the Owner’s intention to make the selection on an
evaluated basis considering multiple factors of which cost is only one factor.
CSLO Blower Replacement Project 05/06/16
11081-4
E. The installation drawings provided as part of this RFP are based on a generic turbo blower
design. It shall be the responsibility of the SUPPLIER to provide information and equipment
data to assist Owner with any required redesign and coordination associated with, but not
limited to, mechanical equipment layout, equipment foundations, seismic restraints, electrical
wiring, conduit and controls as required adapting the blower system design to the proposed
Manufacture’s equipment. The proposed redesign shall be subject to review and approval of
the Engineer.
1.6 DELIVERY, STORAGE AND HANDLING
A. The equipment, material and spare parts shall be shipped complete except where partial
disassembly is required by transportation regulations or for the protection of components.
B. Mechanical and electrical components shall be protected from the weather for shipping.
C. Spare parts shall be packed in containers bearing labels clearly designating contents and
pieces of equipment for which they are intended.
D. The SUPPLIER shall unload, store and safeguard equipment, materials and spare parts in
accordance with the MANUFACTURER’s instructions.
1.7 WARRANTY
A. Provide an equipment warranty in the Owner’s name for a One (1) year period from initial
operation and acceptance by Owner of installation of the blower equipment, or twenty four
(24) months from delivery, whichever occurs first.
1. See Section 01740, Guarantees and Warranties for further requirements
B. Provide an equipment warranty in the Suppliers’ name to cover the period during
construction, through Owner’s acceptance. The duration of this warranty period will be
determined based on the construction schedule and confirmed with the SUPPLIER.
1. Provide a parts warranty that guarantees availability of replacement parts for 5 years
after purchase.
1.8 SPARE PARTS
A. Furnish the following recommended spare parts with the blowers:
1. One (1) complete set of spare inlet air filters, per blower.
B. Furnish one set of special tools required for complete assembly or disassembly of blower
system components for each type or size of blower specified, together with a storage box (or
boxes) for the same. This tool kit shall be sufficiently complete to permit normal repair and
maintenance of all equipment furnished under this project.
CSLO Blower Replacement Project 05/06/16
11081-5
PART 2 - EQUIPMENT
2.1 EQUIPMENT PERFORMANCE
A. Aeration Blowers shall meet the following design conditions. Blowers will be evaluated
based on the data in the table below.
Total Number of Blowers One (1)
Method of Operation Continuous
Drive Type Direct
Design Ambient Barometric Pressure (PSIA) 14.56
Design Site Elevation (FASL) 130
Design Relative Humidity (%) 72%
Design Inlet Air Temperature (deg F) 95
Design Blower Capacity (SCFM) 4100
Design Discharge Pressure (PSIG) 8.0
Discharge Flange size (ANSI 150 lb.) (in) 12
VFD-Rated Maximum Motor Horsepower (bhp) 200
Available Power Voltage 480
Available Power Phase 3 phase
Maximum Noise at 5 Feet 85
Allowable vibration level < 4 mm/sec
2.2 POWER GUARANTEE
A. The blower manufacturer shall submit guaranteed wire-to-air (“wire”) KW values during
the Shop Drawing submittal. The wire KW shall include all losses associated with the
blower system at all specified operating points including those due to the blower, motor,
intake filter/silencer, and VFD or inverter.
B. The guaranteed wire-to-air KW values of each blower unit shall honor or better the values
provided during the Proposal process and shall be submitted in the form given in Table 1.
Failure to meet the “as proposed” Power Guarantee values may result in immediate
rejection.
CSLO Blower Replacement Project 05/06/16
11081-6
Table 1
Operating
Point
Capacity
%
Flow
scfm
Pressure (psia) Inlet
Temp
°F(1)
RH
%
“As Proposed”
Guaranteed
Wire
KW Barometric Outlet
1 100 4100 14.56 22.56 95 72
2 80 3280 14.56 22.56 95 72
3 75 3075 14.56 22.56 95 72
4 60 2460 14.56 22.56 95 72
5 50 2050 14.56 22.56 95 72
Notes:
1. Inlet air temperature to the blower core as defined by ASME PTC-10.
2.3 CONTRACT PRICE ADJUSTMENT
A. The guaranteed wire KW of the blower unit (including the cooling system, motor, intake
filter, VFD and cooling system, if used) shall be proven by measuring each guarantee point
during the ASME PTC-10 factory tests. Should the factory tests show that the actual wire
KW is more than the guaranteed wire KW, the OWNER will adjust the contract price as
follows:
Adjusted contract price = A minus B.
A = Contract price
B = $10,000 times C, if C is greater than zero
C = Sum of evaluated wire KW
"C" shall be calculated as follows:
Operating
Point
Evaluation
Factor
Actual Wire KW Minus
Guaranteed Wire KW Evaluated KW
1 .1 [________} [________}
2 .4 [________} [________}
3 .2 [________} [________}
4 .2 [________} [________}
5 .1 [________} [________}
"C" = (sum of above)
B. Adjustment will be made to the payment at time payment for blower unit is approved. No
credit shall be allowed in the case where total actual wire KW is less than the total
guaranteed wire KW.
C. If blower fails to perform as guaranteed, Manufacturer shall complete corrective action and
re-test within a reasonable time frame as to not delay overall project. All costs for the second
CSLO Blower Replacement Project 05/06/16
11081-7
testing including travel and accommodations for any required witness shall be responsibility
of the manufacturer.
D. If the blower cannot be corrected to meet guaranteed wire KW as determined by the factory
testing, OWNER may reject product in its entirety or accept the contract price adjustment.
There shall be no cancellation penalties for terminating the order due to non-conforming
goods per the guarantee.
2.4 GENERAL
A. Blowers shall have a magnetic or bump air foil bearing and shall not require oils or lubricants
for adequate operation.
B. Blowers shall be capable of variable speed operation with a minimum turndown of fifty
percent (50%) from its maximum flow capacity and shall use integral variable frequency
drives. Each blower shall be capable of operating continuously and satisfactorily at any point
between the minimum and maximum flows without any surge, vibration, hunting, or
excessive heating of bearings or motor.
C. Complete blower packages shall be UL-Listed, with no exception. UL Listing nameplate to
be on package exterior. UL-listing must be for the complete package.
D. Blowers shall be factory tested per ASME PTC-10 Type 2 Performance test to verify flow
and wire power at design conditions as well as blower maximum conditions. The acceptance
criteria are 4% tolerances on flow.
E. Neither special foundations nor anchoring shall be required for installation.
F. All elastomeric materials for couplings, valves, etc., shall be rated for a minimum 250° F
temperature.
2.5 HIGH SPEED BLOWERS
A. Each blower shall be designed to maintain a minimum rise-to-surge of 3.0 psig at the
maximum flow point and design pressure.
B. Blower impellers shall be a high efficiency configuration milled from forged aluminum alloy,
with first critical speed at least 110 percent of the maximum allowable operating speed. The
impeller shall be mounted directly to the motor shaft and shall be dynamically balanced. The
use of dual impellers is not permitted
C. Bearings shall be sized for a minimum of expected ten (10) years between scheduled
overhauls or inspections.
D. Each blower shall be supplied with a sound enclosure covering the entire blower package.
The sound enclosure shall be designed for easy inspection and maintenance of all blower
package components. Quick release panels shall provide easy and quick access for routine
maintenance of the blower and the package components.
E. The currently designed blower system layout is based on blowers that do not require separate
exhaust connections for ventilation of cooling air. Blowers shall not allow heat caused by
motor or electrical cooling to be exhausted into the blower room. Blower and integral VFD
shall not require any external cooling devices such as cooling fans, ducting, or external glycol
cooling.
F. Integrated blower instrumentation and PLC programming shall enable measurement and
display of shaft vibration, and temperatures in the motor windings and bearings.
CSLO Blower Replacement Project 05/06/16
11081-8
G. Each blower shall be supplied with blower core built in vibration isolating mounts. The
blower manufacturer shall be responsible for demonstrating the vibration of the blower core
below the 4 mm/s design limit.
H. Each blower shall be supplied with a discharge cone that will be designed to reduce discharge
flow speeds to minimize discharge piping noise and losses, and increase overall efficiency.
2.6 APPURTENANCES
A. Each blower shall be supplied with one (1) 12” EPDM or stainless steel bellows type
expansion joint to be installed on the discharge piping prior to the main air header to mitigate
the transmission of vibration to the discharge piping and allow for thermal expansion of the
discharge components. The flexible connector shall be suitable for the maximum operating
discharge flow temperature and pressure.
B. Each blower shall be supplied with one (1) 12” wafer style, dual plate check valves that shall
be installed on the discharge cones. Check valves shall be of iron body with aluminum or
stainless steel internals and silicon or EPDM seat.
C. Each blower shall be supplied with one (1) 12” manually operated discharge isolation valves.
Valve shall be lug type with iron body, 316 stainless steel disc, 416 stainless steel stem, and
Viton or EPDM seat.
D. Each blower shall be equipped with Manufacturers’ standard blow-off valve, and a signal of
open/closed status available through the blower PLC.
E. The blow-off valve discharge shall be supplied with a properly sized blow-off for discharge
noise levels not to exceed 90 dBa at 5 feet from blower at HMI height.
F. Each blower shall be provided with an intake filter and silencer system. Intake, filter and
silencer performance losses shall be included by the blower vendor in the blower performance
calculation. The intake/inlet filter/silencer system shall be integrated into the overall blower
and enclosure design and shall fit within the enclosure.
G. Integrated blower dual filtration shall be comprised of a core pre-filter and a fine filter media
with 90% by weight per ASHRAE 52-76 with 98% efficiency @ 10 microns (nom). Filter
element shall be removable without disconnecting the inlet duct and shall be cleanable by
maintenance personnel as a preventative maintenance procedure.
H. Each blower shall be provided with an intake flange and a flange mounted upturned elbow
and mushroom cap to reduce entrance of rain water, moisture, and dust into the blower inlet.
The mushroom cap shall be fitted with a replaceable dust filter.
I. Internal passive type Harmonic Filter to meet IEEE519.
2.7 VIBRATION SENSOR WITH TRANSMITTER.MOTORS
A. Each blower shall be supplied with a high speed Permanent Magnet Synchronous Motor
(PMSM) operating on 460/480 Volts, 3 Phase, 60 Hertz input power to the VFD. Induction
or Permanent Magnet Brushless DC Motors shall not be acceptable.
B. The maximum allowable motor horsepower shall be as specified in paragraph 2.1 Equipment
Performance.
C. The motor shall have a 1.15 service factor.
CSLO Blower Replacement Project 05/06/16
11081-9
2.8 INVERTER/VFD
A. Each blower shall be equipped with a high efficiency UL listed VFD (Variable Frequency
Drive) with 97% efficiency at full rated motor speed and power. Non UL listed VFDs shall
not be accepted.
B. Each VFD shall have an operation in the USA for manufacturing, support and provision of
replacement parts.
C. Each VFD shall be supplied with a passive harmonic filter that reduces the THD (Total
Harmonic Distortion) in compliance with IEEE 519 rating. The harmonic filters shall have
built-in line input reactors. Harmonic filter shall be mounted inside the blower enclosure.
2.9 CONTROLS AND INSTRUMENTATION
A. General
1. All components in the control panel shall be completely factory wired and shall
include all necessary controls for both the manual/local and automatic/remote
operation as indicated on the Drawings and Specifications.
2. The incoming power provided to the panel shall be 480 volt, 3 phases. A suitable
thermal-magnetic main circuit breaker sized no less than 125% greater than the
connected load shall be provided along with all transformers, relays, etc. necessary
to make the panel fully functional. Surge protective devices (SPD) shall be provided
to protect the electrical and control components from excessive voltage and current:
Type 1 SPD to protect the 480V loads (VFD) and Type 2 SPD to protect the 120V
loads (PLC controller box). The SPD locations shall be strategically selected to
have surge immunity and the MCOV shall be not less than 115% of nominal
voltage.
3. Wiring shall comply with UL and the National Electrical Code.
4. All electrical connections to external devices and equipment shall be provided by
the SUPPLIER.
5. Equipment and controls furnished by other manufacturers shall be provided in
accordance with their instructions, where applicable.
6. The blower shall have an Allen Bradley CompactLogix L24 PLC for operation,
adjustment and monitoring.
7. The system shall have an Allen-Bradley Panelview 600 HMI touchscreen.
B. Miscellaneous electrical devices
1. A 120 VAC to 24 VDC power supply shall be provided to power the programmable
controller inputs and other 24 VDC powered devices. The power supply shall be
properly sized for the LCP (local control panel) total load.
2. Provide noise filter to provide clean, noise-free power to programmable controllers.
C. Operator Interface: Provide the following minimum indicators on the operator interface:
1. Blower Status (RUN/STOPPED)
2. Operator Mode Selection
3. System pressure display
4. Blower Local / Remote Control
5. Blower Speed Indication Status
6. Blower Run Times (hours)
7. Blower Amp Draw (amps)
8. System Pressure
9. System Flow
D. Operator interface device
CSLO Blower Replacement Project 05/06/16
11081-10
1. The device shall include the following displays:
a. History: displays history of sequential alarms with date and time of occurrence.
b. Status: One-touch access to display current system operating status. When the
system is running, the display shall show the set point pressure, actual pressure,
flow and speed (0-100%).
c. Alarm Information: Last alarms recorded in memory are displayed with related
detailed information on the alarm including time of occurrence, date, and
blower’s main operating parameters at the time of alarm and how to correct the
alarm condition. Each log shall include individual blower run status, VFD
mode, flow and alarm type.
d. Alarm List: One-touch access to an Alarm List of all possible alarms and their
current status.
e. Daily Log/Total: Displays the individual equipment run times and run times
since last reset.
f. Scroll Key: Used to scroll up and down through data.
2. Provide Setup Menu system for adjusting all alarm set points, dead band, delays,
etc. Display and adjust flow and pressure set points and time delays. Set equipment
alternation to manual or automatic. Set the hour of the day for automatic alternation.
Restore all factory defaults. Protect adjustable settings with a password.
E. Each blower shall be equipped with the following manufacturer’s integrated instrumentation
and display on blower HMI.
1. Inlet differential pressure sensors for filter monitoring
2. Discharge differential pressure sensor
3. Inlet and discharge temperature sensors
4. Bearing temperature sensor
5. Motor temperature sensor
6. Ambient temperature sensor
7. Ambient pressure transducer
8. Vibration sensor
F. Alarm systems
1. Local indication of alarm conditions shall be provided on the face of the control
panel via a general amber alarm light. Specific alarm messages shall be provided on
the operator interface screen.
2. All alarm conditions shall be displayed at the operator Panel View 600 HMI
terminal and shall provide output capability to display all alarm conditions at future
SCADA system.
G. SCADA System
1. The following outputs shall be provided to the plant PLC and SCADA system via
Ethernet/IP communication.
a. All alarms
b. All equipment status (On/Off, In Remote/Not in Remote, Off)
c. All parameters displayed at the operator interface (blower PLC)
d. Motor speed
e. Airflow
f. Discharge pressure
g. Blower run: output
h. Blower stop: output
i. Blower fault: output
j. Remote on: output, enabled when touch screen is placed in remote
2. The following inputs shall be provided from the plant PLC and SCADA system
CSLO Blower Replacement Project 05/06/16
11081-11
a. Remote Command: 4-20 mA input for remote control of blower speed
b. Remote start: input
c. Remote stop: input
H. System Function
1. Each blower LCP shall consist of a PLC-based control system physically located
inside the blower enclosure with the following:
a. True Programmable Logic Controller:
1) Allen Bradley CompactLogix L24 PLC with Multifunctional Panel
View 600 touch screen display capability.
2) The PLC shall provide local and remote control, monitoring, and
diagnostic capability.
b. Blower controls shall provide real time monitoring of discharge pressure vs.
suction air flow graph indicating current operating point and boundaries.
c. Each blower shall have the ability to be controlled in four different modes.
1) Speed (blower functions independently on speed control)
2) Pressure
3) Flow
4) Dissolved Oxygen
d. The blower PLC shall have a minimum of 4 operating methods.
1) Local control
2) TCP/IP control
3) Remote Terminal Block control
4) Remote Terminal Block start/stop & Touch screen mode
e. Each blower PLC shall allow the blower to automatically restart, when
operating in Terminal Block Mode, in the event of a power failure. The blower
PLC shall automatically reset all faults and alarms in the PLC and restart the
blower.
f. Each blower LCP shall automatically perform dynamic adjustments to the
blower operating range during seasonal ambient temperature variations such
that attainable maximum and minimum flow is always optimized. Dynamic
adjustments shall not expose the blower to surge. For micro-communicator
CPU’s, setting input current for flow and pressure shall not be permitted as an
alternative to dynamic adjustment.
g. Each Blower PLC shall be capable of time control blower synchronization
based on pre-set, user defined settings for flow and speed. The user shall define
pre-set operating schedule in the blower PLC. The blower PLC shall allow for
a minimum of 6 daily set points for time control ability.
h. Each Blower shall have built in provisions for remote access via VPN or
cellular communication for the blower manufacturer to monitor operation and
troubleshoot remotely.
i. The blower PLC shall allow for alternating operating schedules such that the
service hours per blower is either 2:1, 3:1, 4:1 or 5:1 with respect to the
standby unit. Ratio Alternation function permits the owner to balance the run
time of all blowers or stagger the hours of use to facilitate maintenance
scheduling.
j. Blower PLC controls shall include intuitive, user friendly fault menus for ease
of monitoring diagnostics and troubleshooting.
k. Each blower shall include built in automatic surge protection.
l. Blower controls shall include built in measurement or calculation for the
following parameters:
1) Flow (calculated)
CSLO Blower Replacement Project 05/06/16
11081-12
2) Speed
3) Temperature (inlet and discharge air, motor, bearing)
4) Pressure
m. The blower PLC shall be accessible through a touch screen control panel and
shall control the blow-off valve for each blower.
n. All integrated controls shall be enclosed in a sub-panel located inside the
blower enclosure.
o. Turbo Blower PLC shall be capable for communication through Ethernet /IP
communication protocol.
2.10 SHOP PAINTING
A. The blower enclosure shall be painted in manufacturer's standard color. Painted carbon steel
enclosures shall be primed and painted with two coats of Manufacturer’s standard coating.
2.11 FACTORY ACCEPTANCE TESTS
A. All equipment shall be factory tested in accordance with a pre-approved Test Procedure by
the Engineer during submittals approval.
B. Tests shall be performed on the actual assembled unit being supplied for this project.
Prototype model tests and calculated values based on previous model testing will not be
acceptable.
1. Functional Package Test: Blower(s) shall be given a factory mechanical test to
assure mechanical integrity. If the test indicates that adjustments are necessary to
ensure conformance with specifications, such adjustments shall be made prior to
shipment. Unless otherwise specified, a certified report of a mechanical test of each
blower furnished shall be provided. The mechanical test shall consist of operating
the units at or near design conditions for a minimum of one (1) hour. Test data shall
include duration of the test, bearing temperatures, speed, brake horsepower,
pressure and temperature rise, noise and vibration level.
2. Performance Test: A certified report of a performance test of the blowers furnished
shall be submitted to the Engineer for review. The performance test shall be
performed in accordance with the American Society of Mechanical Engineers
(ASME-PTC10-1997 (TYPE 2) Power Test Code for Displacement Compressors,
Vacuum Pumps and Blowers and shall demonstrate the durability with the
applicable performance criteria specified.
C. Any subsequent tests as may be necessary to ensure compliance with these Specifications
shall be performed at no additional cost to the Owner.
D. Performance tests shall cover all the design points 1, 2, 3, 4 and 5 contained in paragraph
2.1.B – Table 1 of this specification.
E. The Manufacturer/SUPPLIER shall notify the Engineer and Owner at least 30 days prior to
conducting the factory acceptance tests. The SUPPLIER, owner, and engineer shall confirm
their decision and/or acceptance of the proposed date within five (5) days of receipt of the
manufacturer’s notification.
F. The manufacturer shall complete production and acceptance testing of the product on a
schedule pre-agreed to with the owner and SUPPLIER. Should there be a delay of more than
fifteen (15) days for the owner and/or SUPPLIER to take delivery, the manufacturer shall
invoice the amount allocated for delivery on the order and store the product on their premises
until delivery is approved.
CSLO Blower Replacement Project 05/06/16
11081-13
PART 3 - EXECUTION
3.1 GENERAL
A. Install and adjust equipment in accordance with the Drawings, approved shop drawings and
the manufacturer's instructions. Do not operate the equipment until the installation is
approved by the manufacturer’s representative.
B. ASSEMBLY AND INSTALLATION
1. Do not drill, cut or weld any component to the blower enclosure or accessories.
Only bolted connections will be allowed in the field.
2. Manufacturer to certify installation readiness prior to start-up for conformance to
manufacturer's instructions.
C. MANUFACTURER’S SERVICES:
1. Provide the services of a qualified, factory-trained representative of the
manufacturer for review of each part of the installation before approval. The
SUPPLIER shall provide a firm date for the required services with a minimum of
four (4) weeks advanced notice.
2. Hold a Pre-Start-Up meeting with the manufacturer to verify proper blower
installation, Start-Up procedure and operating conditions.
3. Each day shall consists of eight (8) hours at the project site excluding travel time
and breaks. Provide services at no additional cost to the OWNER.
a. Installation assistance – one (1) day
b. Equipment check out and start-up – two (1 1/2) day
c. Training of OWNER’s personnel – one-half (1/2) day
4. Prior to equipment start-up, the SUPPLIER, with the assistance of the
manufacturer’s representative, shall re-inspect all equipment for proper assembly,
installation, and calibration:
a. All components shall operate without alarms or shut downs, except as
intended, for eight consecutive hours.
b. Equipment shall operate through the design performance range consistent with
available flows. Adjust, balance, calibrate and verify that the equipment,
safety devices, controls and process system operate within the design
conditions.
5. MANUFACTURER’S field representative shall provide a certification that
equipment is properly installed and ready for operation.
END OF SECTION
CSLO Blower Replacement Project 11/25/15
15060-1
SECTION 15061
STAINLESS STEEL PIPING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes
1. All piping systems, components, and accessories; except those supplied by Blower
Manufacturer.
1.2 QUALITY ASSURANCE
A. Reference Standards: see Part 2 - Products
1.3 SUBMITTALS
A. Shop Drawings
1. See Section 01300 for submittal requirements.
2. Method of connections to existing piping.
3. Piping layouts with sizes, dimensions, fittings, connections and bill of materials.
4. Product technical data showing compliance with specifications.
a. Pipe
b. Fittings
c. O-rings and gaskets
d. Other components
5. Piping pressure test date notification and test results.
B. Operation and Maintenance Manuals
1. See Section 01340 for:
a. The submittal process
b. The submittal contents
1.4 DELIVERY AND HANDLING
A. Protect pipe during transit and handling per manufacturer’s recommendations
B. Repair damage to pipe per manufacture’s recommendations. Replace pipe which cannot be
repaired satisfactorily.
PART 2 - PRODUCTS
2.1 PIPING COMPONENTS
A. Reducers
1. As required to mate pipe to equipment connections
B. Flexible couplings
1. Neoprene single expansion joint or stainless steel bellows
2. Rated at 250 degrees Fahrenheit
3. Flanged connections
4. Stainless steel backing flange.
5. Provide restraining rods
C. Pipe transitions for differing pipe and sizes
1. Adapters and special connections pieces as required
CSLO Blower Replacement Project 11/25/15
15060-2
D. Pressure gages
1. Ashcroft, Ametek, or equal
2. Materials:
a. Bourdon tube: 316 stainless steel
b. Diaphram seal housing: 316 stainless steel
c. Case: Phenolic
3. Isolation valve at pipe connection
4. 4-1/2 IN Dial, ½ IN connection
5. 1 percent of full scale accuracy
6. Normal operating pressure value in the middle of the gage dial
7. Provide where shown.
E. Pipe and Fitting Insulation:
1. Preformed fiberglass pipe insulation:
a. Density: 4 LBS/CF.
b. Temperature rated: 650 DegF.
c. Average thermal conductivity not to exceed 0.22 (Btu-IN)/(HR-FT2-DegF) at mean
temperature of 75 DegF.
d. Fire hazard rating:
1) UL 723, ASTM E84, NFPA 255.
2) Flame spread not exceeding 25 and smoke developed not exceeding 100.
2. Moisture adsorption:
a. ASTM C553.
b. Not greater than 0.5 percent moisture by volume when exposed to moisture laden air at
120 DegF and 96 percent RH.
3. Fungi and bacteria resistance:
a. ASTM C665.
b. Does not breed or promote growth.
c. Flame attenuated glass fibers bonded with thermosetting resin.
4. Piping jacket:
a. PVC: Preformed 0.028 IN thick PVC jackets fabricated from B.F. Goodrich PVC
sheeting V-66 with proven resistance to ultraviolet degradation when temperatures do
not exceed the limits of PVC.
5. Provide minimum insulation thickness of 1” with PVC jacket where indicated on drawings.
2.2 PIPE
A. Stainless steel pipe
1. General:
a. Piping symbol and service:
1) Low Pressure Air
b. Test requirements:
1) Test medium: Air.
2) Pressure: 20 psig.
3) Duration: 6 HRS.
c. Temperature:
1) Normal: 180 DegF.
2) Maximum: 250 DegF.
2. Pipe
a. Pipe: Stainless steel 304L, Schedule 10.
b. Material: Reference: ASTM A778.
c. Lining: None.
CSLO Blower Replacement Project 11/25/15
15060-3
d. Coating: None.
e. Fittings: Seamless steel 304L meeting ASTM A774.
f. Flanges: ASTM 182, Grade 304L.
g. Nuts and bolts: Type 304 or 316, threaded per ANSI B1.1, with ends projected ¼ IN
beyond nuts
h. Gaskets: EDPM, 250 degrees F
i. Joints:
1) Butt welded with flanges at equipment and valves.
2) Harnessed compression sleeve couplings where indicated on Drawings.
3. Manufactured units
a. Flanged coupling adaptors
1) Dresser Style 39 steel, or equal
2) Same pressure rating as piping system
b. Compression sleeve couplings
1) Dresser Style 38 steel, or equal
2) Same pressure rating as piping system
4. Installation
a. Install per manufacturer’s instructions
b. Flange joints
1) Maximum tolerance for flange face from normal to pipe axis: 0.005 IN per foot of
pipe diameter
2) Coordinate bolt drilling locations with piping, valves, and equipment.
c. Welded joints
1) Welding to conform with ANSI B31.3
2) Weldolets allowed for 5 IN and larger piping.
2.3 PIPE SUPPORTS
A. See Drawings for pipe support types and construction
PART 3 - EXECUTION
3.1 INSTALLATION OF EXPOSED PIPING
A. Equipment piping connections
1. Install pipe in a manner to minimize stresses on equipment flanges.
3.2 CONNECTIONS TO EXISTING PIPING
A. Provide appropriate pipe fittings
B. Make connections in a timely manner
3.3 PIPE TESTING
A. Test pipe for time periods and pressures listed above
B. Zero leakage rate allowed, unless otherwise specified.
C. Provide 24 hours notice before testing
D. Provide a written test report
E. Repair and retest all pipe that fails pressure test.
CSLO Blower Replacement Project 11/25/15
15060-4
3.4 CLEANING
A. Clean interior of piping systems
END OF SECTION
CSLO Blower Replacement Project 3/28/2016
16010-1
SECTION 16010
ELECTRICAL
PART 1 - GENERAL
1.01 SCOPE OF WORK
A. The Contractor shall install, ready for use, the electrical and instrumentation system as specified herein
and shown on the Contract drawings. This document describes the function and operation of the
system and particular components, but does not necessarily describe all necessary devices. All
components and devices shall be furnished and installed as necessary/required to provide a complete
operable and reliable system for accomplishing the functions and meeting the performance set forth
hereinafter.
B. Furnish all required labor, materials, project equipment, tools, construction equipment, safety
equipment, transportation, test equipment, incidentals, and services to provide a complete and
operational electrical & instrumentation system as shown on the E&I - Series Drawings, included in
these Specifications, or required for fully operating facility.
C. The major areas in the scope of work shown on E&I - Series Contract Drawings which includes both
the furnishing and installation are:
1. Instrumentation and other miscellaneous devices. This includes all wiring and cables.
2. PLC to be programmed by others.
3. SCADA PC (OI) graphic and programming additions by others.
4. Conduits and the field interconnection wiring between all equipment, instrumentation, lighting,
receptacles, etc.
5. Provide all necessary hardware, fittings, and devices to connect the designated equipment and
wiring.
6. Installation, mounting supports, interconnection drawings, wiring, start-up, testing and warranty
for all equipment and systems.
7. Provide trenching, backfilling, and compaction for all underground conduit routes, concrete pads,
and pull boxes.
8. All necessary miscellaneous shut off, sample, and calibration valves to sensors.
9. Grounding system and equipment grounding.
10. Remove and dispose of all excess dirt, paving, concrete, and other materials from site work.
D. The following specifications incorporate specific equipment and devices that are standards of the
Owner because of their serviceability, because of the local availability of labor, parts and materials, or
because of the ability of the Owner to umbrella the equipment under existing maintenance contracts;
however, favorable alternatives proposed in writing will be considered by the Owner.
E. All electrical equipment and materials, including installation and testing, shall conform to the
applicable codes and standards listed in this and other Sections. All electrical work shall conform with
the National Electric Code (NEC) 2013 issue or applicable sections of the California Electric Code
(CEC) 2012 issue. Nothing on the Drawings or in the Specifications shall be construed to permit work
or materials not conforming to these codes and standards.
CSLO Blower Replacement Project 3/28/2016
16010-2
F. It is the intent of the Owner to secure the highest quality of work for this project. System Supplier shall
be responsible for supplying the control panels, pedestals, all field instruments listed for Section
16010, drawings, submittals, startup and testing, training and operations & maintenance manuals.
1.02 RELATED WORK SPECIFIED IN OTHER SECTIONS
A. Provide electrical system that interfaces to work performed under other mechanical and equipment
plans.
1.03 CONTRACT DOCUMENTS
A. The contract drawings and specifications are intended to be descriptive of the type of electrical system
to be provided; any error, omission, or minor details missing in either shall not relieve the contractor
from the obligations thereunder to install in correct detail any and all materials necessary for a
complete operational system, at no additional cost.
B. The Contract drawings are generally diagrammatic; exact locations of electrical products shall be
verified in the field with the Engineer. Except where special details on drawings are used to illustrate
the method of installation of a particular piece or type of equipment or materials, the requirements or
descriptions in this Section shall take precedence in the event of conflict.
C. Location at facilities of new equipment, inserts, anchors, panels, pull boxes, conduits, stub-ups, and
fittings for the electrical system are to be determined by the Contractor and Engineer at time of
installation. Contractor shall make minor adjustments to locations of electrical equipment required by
existing conditions and coordination with other trades at no additional cost.
D. The Contractor shall examine the architectural, mechanical, structural, electrical and instrumentation
equipment provided under other Sections of this Contract in order to determine the exact routing and
final terminations for all conduits and cables. The exact locations and routing of cables and conduits
shall be governed by structural conditions, physical interferences, and the physical location of wire
terminations on equipment. Conduits shall be stubbed up as near as possible to equipment.
E. All equipment shall be installed and located so that it can be readily accessed for operation and
maintenance. The Engineer reserves the right to require minor changes in location of equipment,
without incurring any additional costs.
F. Provide means to furnish equipment and accessories, do the installation, complete connections, submit
documentation, perform start-up, and be responsible for the warranty.
G. Where conduits are shown as "home runs" on the Contract drawings or stated to be furnished, but not
explicitly shown as part of the scope of work; the Contractor shall provide all fittings, boxes, wiring,
etc., as required for completion of the raceway system in compliance with the NEC and the applicable
specifications in this Section.
H. No changes from the Contract drawings or specifications shall be made without written approval of the
Engineer. Should there be a need to deviate from the Contract documents, submit written details and
reasons for all changes to the Engineer for favorable review.
I. The resolution of conflicting interpretation of the Contract documents shall be as determined by the
Engineer.
CSLO Blower Replacement Project 3/28/2016
16010-3
J. It is the system suppliers responsibility for obtaining and instrumentation transmitter configuration
software, manuals and disks necessary for the Contractor to program and configure the instrumentation
transmitters.
1.04 SUBMITTAL AND DRAWING REQUIREMENTS
A. Submit six (6) sets of shop documents and drawings for approval in accordance with this subsection
and the Section 01300.
1. Interconnection diagrams shall show for each piece of equipment all wiring between all devices,
panels, cabinets, terminal boxes, control equipment, motor control centers and any other devices
and equipment. An interconnection diagram shall be furnished for each electrical and
instrumentation system, even if one was not shown explicitly on the Contract Drawings.
Interconnection diagrams shall be prepared for all conduits listed in the Conduit and Wire
Routing Schedule. Each interconnection diagram shall show the following as a minimum:
a. Interconnects shall include list of all applicable reference Drawings, request for
clarifications, field instructions, and change orders.
b. The diagrams shall be utilized by the electrician during all phases of installation and
connection of all conductors to ensure coordination of equipment interconnect.
c. The diagrams shall show wiring as field labeled at the end of the project when as-builts are
submitted.
d. All terminations points on the diagram shall be shown with the actual equipment
identification terminal number or letter. This identification of terminations includes terminal
blocks, junction boxes, all devices, computer I/O points, etc.
e. Diagrams shall include raceway numbers, raceway size, raceway type, cable numbers, wire
color code, and wire numbers.
f. Each wire size, and cable size and color code shall be shown. Each conduit with the
conduit label and conduit size and wire fill shall be shown. Wire and cable routing through
conduits, wireways, manholes, handholes, junction boxes, terminal boxes and other
electrical enclosures shall be shown with the appropriate equipment labels. All spare wires,
cable, and termination points shall be shown. Cable shields shall be shown.
g. Labeling codes for terminal blocks, terminals, wires, cables, panels, cabinets, instruments,
devices, and equipment shall be shown. Place “øA”, “øB”, and “øC” label next to each
breaker to identify phase connected to.
h. Schematic symbols shall be used for field devices, showing electrical contacts. Signal and
DC circuit polarities shall be shown.
i. The diagrams shall show all other Contract and Supplier Drawing numbers, for reference,
that are associated with each device that is interconnected.
j. The diagrams shall show all other Contract and Supplier drawing numbers, for reference,
that are associated with each device that is interconnected. Attached to each interconnect, a
copy of all the support documents used in preparing interconnects shall be submitted. This
includes current issues of panel schematics, elementary diagrams, panelboard schedules,
conduit schedules, one-line diagrams, connection diagrams, terminal block diagrams,
submittals, contract drawings, vendor drawings and all other data used to develop the
interconnection diagram as noted in the “Reference Documents” corner of interconnect
drawings.
k. Field wiring shall not start before the interconnection Drawing has been submitted by the
Contractor and approved by the Owner.
l. Do not show the same wires or jumpers, or panel wiring on both the connection and
interconnection diagrams. All jumper, shielding, and grounding termination details not
shown on the connection diagrams shall be shown on the interconnection diagrams.
CSLO Blower Replacement Project 3/28/2016
16010-4
m. Only field wiring between pedestals, Panelboards, Control Panels, and other electrical and
instrumentation devices or equipment shall be shown on interconnection drawings. No
internal panel wiring shall be shown on interconnect drawings except jumper or other
wiring to be installed in field by Electrical Contractor.
n. Provide a notes section on each interconnect drawing. In the note section, list any variances
from the Contract conduit schedule necessary for completing the interconnections. Change
orders regarding wire fill, conduit schedule and errors in plans regarding conduits and wires
will not be processed until interconnect drawings have been received for such work.
o. The field electrician shall mark-up all interconnection diagrams during installation to show
accurate as-built wiring, conduits runs, terminations, etc
p. The system supplier shall be responsible to collect all information necessary to complete
each interconnection drawing. This includes making field trips to collect all terminal
connection data for new and existing, pedestals, switchboards, panelboards, instruments,
equipment and electrical panels.
2. Submit full size drawing of all nameplates and tags, as specified herein, to be used on project.
The Engineer has the right to adjust nameplate engraving titles during submittals at no additional
cost to the Owner. Submittal to include the following:
a. Dimensions of nameplate
b. Exact lettering and font for each nameplate
c. Color of nameplate
d. Color of lettering
e. Materials of construction
f. Method and materials for attachment
g. Drawing showing location of nameplates on each pedestal, panel, and enclosure
B. The electrical submittals shall include but not be limited to data sheets and drawings for each product
together with the technical bulletin or brochure. No fax copies of documents are allowed. Color copies
shall be provided when black and white copies do not show adequate clarity. The electrical submittals
shall include:
1. Product (item) name used herein and on the Contract Drawings.
2. The manufacturer's model or other designation.
3. Tag name/number per the drawings, schedules, and indexes.
4. Detailed electrical one or three line, elementary and loop diagrams showing all wiring
requirements for each system.
5. Complete catalog cuts with full description of equipment. General sales literature will not be
acceptable. The part or model number with options to be provided shall be clearly identified.
Where more than one item or catalog number appears on a catalog cut, the specific item(s) or
catalog numbers(s) proposed shall be clearly identified.
6. Location of assembly at which it is installed.
7. Input-output characteristics.
8. Range, size, and graduations as required.
9. Physical size with dimensions and mounting details.
10. Enclosure fabrication and color.
11. Enclosure layout and elevation drawings to scale.
12. Quantity and quality requirements for electric power.
13. Materials of construction of components.
14. Nameplate schedule.
15. Interconnection diagrams.
CSLO Blower Replacement Project 3/28/2016
16010-5
16. Bill of Materials: A complete Bill of Materials list shall be provided at the inside of the front
cover. The Contractor shall provide Bill of Material for electrical components formatted as
shown in Appendix "A". A separate set of Material Listing forms shall be provided for each
control panel and another listing all field equipment. Generic names or part numbers used by a
distributor or Systems House are not acceptable; originating manufacturer’s name and part
number shall be listed.
17. A separate instrument data sheet shall be provided for each instrument per ISA S20 standards or
approved equal. Data sheets shall be printed on blue or pink paper. Provide an index with proper
identification and cross-referencing of each data sheet.
C. Shop documents and drawings shall be submitted for all devices and components in the electrical
system. The Contractor is notified that this is a “Fast Track” project and all electrical &
instrumentation drawings shall be submitted in a timely manner as not to delay completion of the
project.
D. Exceptions to the Specifications or Drawings shall be clearly defined by the equipment supplier.
Submittal data shall contain sufficient details so a proper evaluation may be made by the Engineer.
E. The Contractor shall coordinate submittal with the work so that project will not be delayed. This
coordination shall include scheduling the different categories of submittal, so that one will not be
delayed for lack of coordination with another.
F. No material or equipment shall be allowed at the job site until the submittal for such items has been
reviewed by the Engineer and marked "Resubmittal not Required - No Exceptions Taken" or
"Resubmittal not Required - Make Corrections Noted".
G. The equipment specifications have prepared on the basis of the equipment first named in the
Specifications. The Supplier shall note that the second named equipment, if given, is considered
acceptable and equal equipment, but in some cases additional design, options, or modifications may be
required, at no additional cost, to meet Specifications.
H. The decision of the Engineer governs what is acceptable as a substitution. If the Engineer considers it
necessary, tests to determine equality of the proposed substitution shall be made, at the Contractor's
expense, by an unbiased laboratory that is satisfactory to the Engineer.
I. Electrical submittals shall be complete giving all details of connections, wiring, instruments,
enclosures, materials and dimensions. Standard sales literature will not be acceptable.
J. Request for information (RFIs) shall not be included in submittals. RFIs shall be submitted separately
with its individual submittal number.
1.05 COORDINATION
A. The contractor shall coordinate the electrical work with the other trades, code authorities, utilities, and
the engineer; with due regard to their work, towards promotion of a rapid completion of the project. If
any cooperative work must be altered due to lack of proper supervision of such, or failure to make
proper provisions, then the contractor shall bear expense of such changes as necessary to be made in
the work of others.
B. Manufacturer's directions and instructions shall be followed in all cases where such is not shown on
the Contract Drawings or herein specified.
CSLO Blower Replacement Project 3/28/2016
16010-6
C. The Contractor shall schedule all the required work with the Owner, including each utility or
equipment shutdown period. Each shutdown shall be implemented to minimize disruption of the
existing operations. The work to be provided under this Contract shall not disrupt any of the
existing operations without prior approval.
1. The Contractor shall limit all unscheduled shutdown periods to less than 2 hours and only with
written prior approval of the Construction Manager and Owner.
2. Carry out scheduled shut downs only after the time, date, and sequence of work proposed to be
accomplished during shutdown has been favorably reviewed by the Construction Manager and
Owner. Submit shutdown plans at least 72 hours in advance of when the scheduled shutdown is
to occur. Utility outages to be limited to maximum of 2 hours. Equipment outages that affect
existing operations shall not exceed 2 hours or as otherwise approved by Construction Manager
and Owner.
3. The Owner reserves the right to delay, change, or modify any shutdown at any time, at no
additional cost to the Owner, when the risk of such a shutdown would jeopardize the operation of
system.
D. The Contractor shall cease work at any particular point, temporarily, and transfer his operations to such
portions of work as directed, when in the judgment of the Engineer it is necessary to do so.
E. Prior to commencing the first submittal, the Contractor shall arrange a conference with the Owner, and
Electrical Contractor, System Supplier vital to the current phase of work, and shall verify types, sizes,
locations, and installation requirements. The Contractor shall, in writing, inform the Engineer that all
phases of coordination of this equipment have been covered and if there are any unusual conditions,
they shall be enumerated at this time. The conference shall be held at the Owner’s facility and is
expected to last six hours.
1.06 SUPERVISION
A. The Contractor shall schedule all activities, manage all technical aspects of the project and attend all
project meetings associated with this Section.
B. The Contractor shall supervise all work in this Division, including the electrical system general
construction work, from the beginning to completion and final acceptance.
C. The Contractor shall supervise and coordinate all work in this Division to insure that each phase of the
project, submittal, delivery, installation, and acceptance testing, etc., is completed within the allowable
scheduled time frames.
D. The Contractor shall be responsible for obtaining, preparing, completing, and furnishing all paper
work for this Section, which shall include transmittals, submittal, forms, documents, manuals,
instructions, and procedures.
CSLO Blower Replacement Project 3/28/2016
16010-7
INSPECTIONS
E. All work or materials covered by the Contract documents shall be subject to inspection at any and all
times by the Owner. If any material does not conform to the Contract documents, or does not have an
"No Exceptions Taken" or "Make correction Noted" submittal status; then the Contractor shall, within
three days after being notified by the Owner, remove the unacceptable material from the premises; and
if said material has been installed, the entire expense of removing and replacing same, including any
cutting and patching that may be necessary, shall be borne by the Contractor.
F. Work shall not be closed in or covered over before inspection and approval by the Owner. All costs
associated with uncovering and making repairs where non-inspected work has been performed shall be
borne by the Contractor.
G. The Contractor shall cooperate with the Owner and provide assistance for the inspection of the
electrical system under this Contract. The Electrical Contractor shall remove covers, provide access,
operate equipment, and perform other reasonable work which, in the opinion of the Engineer, will be
necessary to determine the quality and adequacy of the work.
1.07 JOB CONDITIONS
A. The Contractor shall provide adequate protection for all equipment and materials during shipment,
storage and construction. Equipment and materials shall be completely covered with two layers of
plastic and set on cribbing six inches above grade so that they are protected from weather, wind, dust,
water, or construction operations. Equipment shall not be stored outdoors without the approval of the
Owner. Where equipment is stored or installed in moist areas, such as unheated buildings, provide an
acceptable means to prevent moisture damage, such as a uniformly distributed heat source to prevent
condensation.
B. The normal outdoor, not in direct sunlight, ambient temperature range of the job site will vary between
0 to 120 degrees Fahrenheit. All equipment shall be rated to operate in these temperature ranges or
provisions for adequate heating and cooling shall be installed, at no additional cost to Owner.
PART 2 - MATERIALS
2.01 QUALITY
A. It is the intent of the Contract specifications and drawings to secure the highest quality in all materials
and equipment in order to facilitate operation and maintenance of the facility. All equipment and
materials shall be new and the products of reputable suppliers having adequate experience in the
manufacture of these particular items. For uniformity, only one manufacturer will be accepted for each
type of product.
B. Products that are specified by manufacturer, trade name or catalog number established a standard of
quality and do not prohibit the use of equal products of other manufacturers provided they are
favorably reviewed by the Engineer prior to installation.
C. Underwriters Laboratories (UL) listing is required for all substituted equipment when such a listing is
available for the first named equipment.
D. All equipment shall be designed and constructed so that in the event of a power interruption, the
equipment specified hereunder shall resume normal operation without manual resetting or operator
CSLO Blower Replacement Project 3/28/2016
16010-8
interaction when power is restored.
E. Signal transmission from remote or field electric and electronic devices shall be 4-20 mA, sourced by a
24 VDC loop supply from the panel that is to receive the signal. Nonstandard transmission methods
such as impulse duration, pulse rate, and voltage regulated will not be permitted except where
specifically noted.
F. Outputs of equipment that are not of the standard signals as outlined, shall have the output
immediately raised and/or converted to compatible standard signals for remote transmission.
2.02 WIRE
A. This Section applies to all wires or conductors used internal for all electrical equipment or external for
field wiring. All wires shall be properly fused or protected by a breaker at the amperage rating allowed
by the NEC.
B. Material - Wire shall be new, plainly marked with UL label, gauge, voltage, type of insulation, and
manufacturer's name. All wire shall conform to the following:
1. Conductors shall be copper, with a minimum of 98% conductivity.
2. Wire shall be Class B stranded.
3. Insulation of all conductors and cables shall be rated 600 volt.
4. Insulation type for conductors smaller than #6 AWG shall be moisture and heat resistant
thermoplastic NEC Type THHN/THWN, rated 90 °C in dry locations and 75 °C in wet locations,
or approved equal. Conductors #6 AWG and larger shall be XHHW insulation rated 90 °C in dry
locations and 75 °C in wet locations.
5. Field wire minimum AWG sizes
a. #12 for wires used for individual conductor circuits 480 volt and above. #12 for wires used
for individual conductor circuits 100 volt and above, except for PLC I/O which may be #14
AWG.
b. #14 for wires used for individual conductor circuits below 100 volt.
6. Nonfield or panel wire minimum AWG sizes if properly protected by fuse or breaker:
a. #14 for wires used for individual conductor circuits 100 volt and above.
b. #18 for wires used for individual conductor circuits below 100 volt and above if properly
protected by fuse or breaker.
7. Instrument Wiring
a. Field: Instrument cables shall have 600V tray cable rated insulation and 100% individual
shielded twisted pair #16 conductors with drain wire. Single twisted shielded pair
(T.S.P.R.) Cables shall be Belden, Manhattan, or approved equal.
b. Non-Field: Instrument cables shall have 300V rated insulation and 100% individual
shielded twisted pair #18 conductors with drain wire. Single twisted shielded pair
(T.S.P.R.) cables shall be Belden, Manhattan, or approved equal.
C. Wire Marking
1. Wire identification: All wire terminations including field interconnect as well as wiring interior
pedestal, switchboard, panels, equipment, junction panels and boxes shall be identified with
machine printed labels. Hand lettered labels are not acceptable and shall be replaced at the
Contractor's expense. The wire identification code for all field interconnect and panel interior
wiring, shall be similar to the designations shown on the Contract Drawings.
CSLO Blower Replacement Project 3/28/2016
16010-9
2. Wire Labels: The labels shall be machine printed with indelible ink, heat shrink type capable of
accepting a minimum of 23 machine printed characters per sleeve label by Brady “Bradysleeve”
or equal. Labeling shall be neatly installed for visibility and shall be clearly legible. Each wire
and conductor shall be labeled with wire label as shown on approved loop, elementary and
interconnect Drawings. Labels shall not be wrap around or snap-on type.
3. Where there is insufficient space for labels on locally interconnected neutral wires such as
jumpers between adjacent auxiliary relay coil neutral terminals, these labels may be omitted.
"Locally" is defined as wires no longer than 8".
4. Wire labels for lighting and receptacles shall be installed and consist of the panelboard and circuit
number (i.e., Panelboard “LP100”, circuit breaker #3 would have wire label line “LP100-L3” and
neutral “LP100-N3”).
5. All spare wires shall be labeled with equipment number followed by SP1, SP2, etc. (i.e. P11001-
SP1 for first spare wire).
6. All control and signal wiring terminations shall have the correct wire label applied prior to
making connection.
D. Special Purpose Wiring
1. Manufacturer Supplied Cables (MNFR CBL): Cables and wiring for special systems shall be
provided by the manufacturer with the equipment and installed per the manufacturer's
recommendations.
2. Color code of all wire shall conform with the following table.
WIRES COLOR CODE TABLE
DESCRIPTION PHASE/CODE
LETTER
FIELD WIREWIRE OR
TAPE COLOR
NON-FIELD
WIRECOLOR
480 V, 3 PHASE A BROWN BROWN
B ORANGE ORANGE
C YELLOW YELLOW
240 V or 208 V, 3P A BLACK -
B RED (ORANGE if high
leg)
-
C BLUE -
240 / 120 V, 1 P L1 BLACK BLACK
L2 RED -
12 V POSITIVE 12P DARK BLUE DARK BLUE
12 V NEGATIVE 12N BLACK/RED STRIPE BLACK/RED STRIPE
24 V POSITIVE 24P PINK PINK
24 V NEGATIVE 24N BLACK BLACK
AC CONTROL VIOLET RED (YELLOW FOR
FOREIGN CIRCUITS)
DC CONTROL LIGHT BLUE LIGHT BLUE
NEUTRAL N WHITE WHITE
GROUND G GREEN GREEN
SHIELDED PAIR + RED RED
- BLACK BLACK
3. No other colors shall be used without prior approval of the Owner.
4. The same color shall be connected to the same phase throughout the panel.
5. Phase color insulation shall be provided for complete exposed length of #8 wire or larger, colored
phase tape is not allowed on #8 and smaller wire.
CSLO Blower Replacement Project 3/28/2016
16010-10
2.03 COMPONENTS
A. Terminal Blocks
1. General
a. Each terminal block shall have a unique identifying alphanumeric code. Terminal numbers
shall be assigned starting lowest number at one end, incrementing in sequence top to bottom
or left to right (i.e., 1,2,3,4....).
b. Numbers shall be assigned to all blocks except grounding blocks.
c. A plastic marking tab shall be provided to label each individual terminal block. Each tab
shall have a unique number/letter for each terminal which is identical to the "elementary"
and "loop" diagram wire designation. Numbers on tabs shall be machine printed and 1/8-
inch high.
d. Terminal blocks shall be physically separated into groups by the level of signal and voltage
served. Power and control wiring above 100 volts shall have a separate group of terminal
blocks from terminal blocks for wiring below 100 volts, intermixing of these two types of
wiring on the same group of terminal blocks is not allowed.
e. As a minimum, provide a ground terminal or connection point for the power system
grounding conductor for each terminal block group.
f. Terminate field wiring on the "field side" of the terminal blocks. Do not connect internal
panel wiring to the "field side" of the terminal blocks. Do not connect field wiring to the
"panel side" of the terminal block.
g. Provide a separate common or neutral terminal for every two (maximum) inputs and/or
outputs or as coordinated with the interconnect diagrams.
h. Terminal blocks shall be, DIN rail, and 600V rated.
i. Provide terminal blocks with "follower" plates which compress the wires and have wire
guide tangs for ease of maintenance. Terminal blocks which compress the wires with direct
screw compression are unacceptable.
j. All power, control and instrument wires entering and leaving a compartment shall terminate
on terminal blocks.
2. Miscellaneous - Terminal Blocks, for locations other than Control Panels
a. Provide terminal blocks rate a minimum of 400 amps at 600VAC for power connection.
2.04 CONDUIT, RACEWAYS, AND WIREWAYS
A. General - Conduit, raceways, and wireways, wiring methods, materials, installation shall meet all
requirements of the NEC, be UL labeled for the application, and meet the minimum following
specifications.
1. All wiring shall be installed in conduits, raceways, or wireways when interconnecting equipment
and devices.
2. The Contractor shall use special conduit, raceways, wireways, construction methods, and
materials as shown on the Contract drawings; which shall take precedence over any general
methods and materials specified in this Section.
3. The minimum size conduit shall be 1-inch unless indicated otherwise on the Drawings or for
special connections to equipment. Buried, encased, or conduits located in walls shall be 1-inch
minimum.
4. Conduit stubs for future use shall be capped with coupling, nipple, plug, and cap and each end
identified with conduit labels.
B. Conduit Marking
1. All conduits listed in the “Conduit and Wire Routing Schedule” shall have conduit tags at both
CSLO Blower Replacement Project 3/28/2016
16010-11
ends of each conduit segment. This includes all conduits in pullboxes and vaults.
2. Tag material shall be rigid laminated red phenolic with white lettering. The size of the tag shall
be 2" diameter. No letters are allowed smaller than 7/16". Tags shall be heat and UV resistant,
stainproof, electrically non-conductive and non corroding. Securely fasten tags in place using
UV resistant, black plastic tie-wraps. Engrave the tags, on both sides, with the conduit number as
listed in the Conduit and Wire Routing Schedule on the Contract "E"-series Drawings. Labeling
shall be neatly installed for visibility and shall be clearly legible. Conduit tags shall be Brady
Custom B-1, or approved equal.
3. Prior to encasement, concealment, backfilling of conduits, temporary conduit labels shall be
provided at each end of conduit. Temporary conduit labels shall have ½-inch (minimum)
lettering at all transition points. After encasement and concealment temporary conduit labels
shall be placed at each exposed end.
C. Galvanized Rigid Steel Conduit - PVC Coated (GRS-PVC)
1. Standard weight, galvanized conduit with a 40-mil thick polyvinylchloride coating bonded to
both the outside and urethane interior coating. Conduit shall be hot-dip galvanized conforming to
NEMA RN 1. GRS-PVC conduit to be Robroy Plasti-bond Red, Perma-Cote, or approved equal.
2. Provide PVC coated galvanized rigid steel factory elbows for 90 degree transitions.
3. Fittings shall be hot dipped galvanized steel or galvanized cast ferrous metal with a PVC 40 mils
thick coating. Provide threaded-type fittings, couplings, and connectors; set-screw type and
compression-type are not acceptable. Fittings shall be Robroy Liquitite coated fittings or
approved equal.
4. All junction boxes shall be galvanized with exterior surfaces PVC coated to 40 mils thickness
except where stainless steel boxes are called out.
5. Conduits entering enclosures shall be fitted with insulated grounding bushing; O-Z "HBLG",
Appleton "GIB", or approved equal. All grounding bushings shall be tied to the grounding system
with properly sized bonding conductors per the NEC code.
6. Support channel and pipe straps shall be PVC coated. Exposed metal/nuts, all-thread rod shall be
316 stainless steel.
7. PVC coating patching material shall be as provided by the manufacturer.
D. PVC Conduit (PVC-40 OR PVC-80)
1. Shall be high impact polyvinylchloride suitable for use underground, direct burial and for use
with 90 C wires, and shall conform to UL 651. PVC conduits shall be UL listed and labeled for
"direct" burial.
2. A copper bonding conductor shall be pulled in each raceway and bonded to equipment at each
end with approved lugs.
3. Risers shall be made with PVC coated galvanized rigid steel (GRS-PVC) conduit
using threaded adapters. Bond each metallic portion to each other and to equipment
connected at each end of conduit run.
4. PVC fittings shall have watertight solvent-weld-type conduit connections.
5. PVC conduit shall be stored on a flat surface and shielded from the sun.
6. PVC conduit shall not be used above grade.
E. Liquid Tight Flexible Metal Conduit - (FLEX)
1. All flex conduits shall be metallic with water tight outer jackets.
2. Connectors:
a. All areas: PVC coated metallic with insulated bushings.
3. Final connections to vibrating equipment such as motors and fans shall be made with flexible
conduits.
CSLO Blower Replacement Project 3/28/2016
16010-12
4. Flexible conduit lengths shall not be greater than 36 inches (exception, at blower connection).
5. Flexible metallic conduit shall not be considered as a ground conductor, install a separate wire for
equipment bonding.
6. Flexible conduit shall only be installed in exposed or accessible locations.
7. Flexible conduits shall be used for conduit coupling to all vibrating and shifting equipment.
2.05 INSTRUMENTATION (NOT USED)
2.06 MISCELLANEOUS DEVICES
A. RFI filters to be for power line radio frequency protection, CORCOM VK series or approved equal.
B. Analog 4-20 mA signals on wiring to all field instruments shall have surge protection terminals
installed at panel originating loop power. Surge protection terminal blocks shall be fused and limit
maximum working voltage to 32 VDC and rated for 50 mA. Loop surge protection terminal blocks to
be MTL, or approved equal.
C. Data wiring (wiring in “D” Series conduits) between communication devices shall be protected on
both ends by fused terminal surge protectors rated for use with data signal. Data terminal surge
protectors shall be MTL or approved equal.
D. DC Power Supplies
1. DC power supplies to be linear type non-switching VDC, quantity and sizes per drawings, Power
One International Series Linear, Sola, or approved equal.
E. Each isolator shall provide complete isolation of the 4-20 mA output signal from the input signal and
isolator power supply. Each isolator shall have all solid state circuitry mounted in a plug-in module.
The 4-20 mA output signal shall be capable of driving a 600 ohm load. Accuracy shall be +/- 0.25% of
span. The isolator shall be powered as shown on Contract Drawings. Each isolator shall have a seven
year warranty. The isolators shall be as manufactured by AGM Electronics, Action Instruments, or
approved equal.
2.07 GROUNDING SYSTEM
A. Ground clamps shall be bolt-on type as manufactured by ILSCO type AGC, O-Z Gedney Type GRC,
Burndy Type GAR or GP, or approved equal.
B. All ground rod, pipe, and steel plate and buried bond connections shall be made by welding process
equal to Cadweld.
C. Ground buses shall be provided in all electrical enclosures. Each ground bus shall be sized as shown
on the Contract drawings or specified herein. The ground bus shall be adequately sized for the
connection of all grounding conductors required per NEC. Screw type lugs shall be provided on all
ground busses for connection of grounding conductors.
D. Each ground bus shall be copper. Screw type fasteners shall be provided on all ground busses for
connection of grounding conductors. Ground bus shall be a Challenger GB series, ILSCO CAN series,
or approved equal.
E. Attachment of the grounding conductor to equipment or enclosures shall be by connectors specifically
provided for grounding. Mounting, support, or bracing bolts shall not be used as an attachment point
CSLO Blower Replacement Project 3/28/2016
16010-13
for ground conductors.
F. All raceway systems, supports, enclosures, panels, and equipment housings shall be permanently and
effectively grounded.
G. One side of the secondary on all transformers shall be grounded.
H. The system neutral (grounded conductor) shall be connected to the system's grounding conductor at
only a single point in the system. This connection shall be made by a removable bonding jumper sized
in accordance with the applicable provisions of the National Electrical Code if the size is not shown on
the Drawings. The grounding of the system neutral shall be in the enclosure that houses the service
entrance main over-current protection.
I. The system neutral conductor and all equipment and devices required to be grounded by the National
Electrical Code shall be grounded in a manner that satisfies the requirements of the National Code.
J. Grounding conductors shall be sized as shown on the Plans or in accordance with NEC table 250-122,
whichever is larger.
K. Grounding and bonding wires shall be installed in all conduits and raceways and connected to the
ground bus and all equipment.
L. Conduit grounding bushings shall be installed on all metallic conduits. Conduit grounding bushings
shall be set screw locking type electra-galvanized malleable iron with insulation collar and shall be
provided with a feed through compression lug for securing the ground bonding wire. Ground bonding
wire shall be bare wire and shall be sized per NEC.
M. All receptacles shall have their grounding contact connected to a grounding conductor.
N. Branch circuit grounding conductors for receptacles, or other electrical loads shall be arranged such
that the removal of a lighting fixture, receptacle, or other load does not interrupt the ground continuity
to any other part of the circuit.
O. Connect new blower ground to existing blower ground or circuit ground.
P. Provide ground conductor in each conduit per NEC requirements. Ground conductor might not be
shown on drawings.
CSLO Blower Replacement Project 3/28/2016
16010-14
2.08 ELECTRICAL ENCLOSURES AND BOXES
A. Enclosures to be NEMA rated per Indexes with fast access door latches. Enclosure construction shall
be 14 gauge minimum with continuously welded seams. Outer door shall have provisions for locking
enclosure with standard padlock. Provide white backpan in each box. Provide thermoplastic data
pocket mounted on inside door. Provide enclosures with accessories consisting of breaker to
disconnect incoming power, padlockable disconnect for breakers used in circuits above 120VAC,
heater, fan, removable metal filters, louvers, and thermostats. Enclosure shall be Hoffman, Circle AW,
or approved equal.
PART 3 - EXECUTION
3.01 ELECTRICAL WORKMANSHIP
A. All work in this Section shall conform to the codes and standards outlined herein.
B. The Electrical Contractor shall employ personnel that are skilled and experienced in the installation
and connection of all elements, equipment, devices, instruments, accessories, and assemblies. All
installation labor shall be performed by qualified personnel who have had experience on similar
projects. Provide first class workmanship for all installations.
C. Ensure that all equipment and materials fit properly in their installations and all doors open a minimum
of 90°.
D. Perform any required work to correct improper installations at no additional expense to the Owner.
E. The Engineer reserves the right to halt any work that is found to be substandard or being installed by
unqualified personnel.
3.02 ELECTRICAL CONSTRUCTION METHODS, GENERAL
A. All wiring shall be neatly bundled and laced with plastic tie-wraps, anchored in place by screw
attached retainer. Where space is available, such as in electrical cabinets, all wiring shall be run in
slotted plastic wireways or channels with dust covers. Wireways or channels shall be sized such that
the wire fill does not exceed 60%. Wires carrying 100 volts and above shall be physically separated
from lower voltage wiring by using separate bundles or wireways with sufficient distance to minimize
the introduction of noise, crossing only at 90 degree angles. Tie-wraps shall be T & B TY-RAP's, or
approved equal.
B. All devices shall be permanently labeled and secured in accordance with subsections labeled
“NAMEPLATES AND TAGS”.
C. All field wires and panel wires have wire markers as specified in the “WIRE” subsection.
D. All components associated with a particular compartment's or enclosure's function shall be mounted in
that compartment or enclosure.
E. Spacing and clearance of components shall be in accordance with UL, JIC, and NEC standards.
CSLO Blower Replacement Project 3/28/2016
16010-15
F. Wires shall not be spliced except where shown. Devices with pigtails, except lighting fixtures, shall be
connected at terminal blocks. Equipment delivered with spliced wires shall be rejected and the
Contractor required to replace all such wiring, at no additional cost to the Owner.
G. No wires shall be spliced without prior approval by the Engineer.
H. Where splices are allowed or approved by the Engineer they shall conform with the following:
1. Splices of #10 and smaller, including fixture taps, shall be made with see-thru nylon
self-insulated twist on wire joints; T & B "Piggys", Ideal “Wing Nut”, or approved equal.
2. Splices of #8 and larger shall be hex key screw two way connectors, with built in lock washers; T
& B "Locktite", O-Z type XW, or approved equal, insulated with 3M Scotch Super #88,
Plymouth, or approved equal.
3. Splices in underground pullboxes shall be insulated and moisture sealed with 3M "Scotchcast"
cast resin splice kits and shall have a date marking for shelf life. Do not use splice kits with a
date marking for shelf life that has expired.
4. Wire splicing devices shall be sized according to manufacturer's recommendations.
I. Tapes shall conform to the requirements of UL 510 and be rated: 105 degrees C, 600V, flame
retardant, hot and cold weather resistant. Vinyl plastic electrical tape shall be 7 mil black. Phase tape
shall be 7 mil vinyl plastic, color coded as specified. Electrical insulation putty shall be rubber based,
elastic putty in tape form. Varnished cambric shall be 9 mil cotton tape impregnated with yellow
insulating varnish and adhesive backed.
J. Connections to terminals shall be as follows:
1. Use connector or socket type terminals furnished with component.
2. Connections to binding post screw, stud or bolt use:
a. For #10 and smaller wire, T & B "Sta-Kon", Buchanan "Termend" or approved equal,
self-insulated locking forked tongue lug.
b. For #8 to #4/0 wire, T & B "Locktite", Burndy QA or approved equal lug of shape best
suited.
3. Use ratchet type crimping tool which does not release until proper crimp pressure has been
applied.
K. Equipment shall be wired and piped by the manufacturer or supplier. Major field modifications or
changes are not allowed without the written "change order" authority by the Engineer. When field
changes are made, the components, materials, wiring, labeling, and construction methods shall be
identical to that of the original supplied equipment. Contractor's cost to replace or rework the
equipment to match original manufacturer or supplier methods shall be done at no additional cost to
the Owner.
L. Mating fittings, bulkhead fittings, plugs, lugs, connectors, etc. required to field interface to the
equipment and panels shall be provided by the supplier when the equipment is delivered.
M. All electrical and instrumentation factory as-built drawings associated with the equipment shall be
provided with the equipment when it is delivered to the job site. Drawings for each piece of equipment
shall be placed in clear plastic packets of sufficient strength that will not tear or stretch from drawing
removal and insertion.
3.03 ELECTRICAL EQUIPMENT FABRICATION, GENERAL
A. Panel cutouts for devices (i.e. indicating lights, switches) shall be cut, punched, or drilled and
CSLO Blower Replacement Project 3/28/2016
16010-16
smoothly finished with rounded edges. Exposed metal from cutouts that are made after the final paint
finish has been applied shall be touched up with a matching paint prior to installing device.
B. All doors shall be fully gasketed with nonshrinkable, water and flame resistant material.
C. Bolts and screws for mounting devices on doors shall be as specified by the manufacturer, otherwise
they shall have a stainless steel flush head which blends into the device or door surface. No bolt or
screw holding nuts shall be used on the external surface of the door.
D. No fastening devices shall project through the outer surfaces of equipment.
E. Each component within the equipment shall be securely mounted on an interior subpanel or backpan
and arranged for easy servicing, such that all adjustments and component removal can be
accomplished without removing or disturbing other components. Mounting bolts and screws shall be
front located for easy access and removal without special tools. Access behind the sub panel or
backpan shall not be required for removing any component.
F. TERMINATIONS: Single wire and cable conductors shall be terminated according to the
requirements of the terminal device. All terminations must be made at terminals or terminal blocks.
Use of spring or buttsplice connectors are not allowed.
1. Provide 2” minimum separation between wireway and terminal blocks. Installation of wireways
too close to terminal blocks will be required to be completely reworked to the satisfaction of the
Owner.
2. For captive screw pressure plate type terminals, the insulation shall be removed from the last 0.25
inches of the conductor. The conductors shall be inserted under the pressure plate to full length
of the bare portion of the conductor and the pressure plate tightened without excess force. No
more than two conductors shall be installed in a single terminal. All strands of the conductor
shall be captured under the pressure plate.
3. For screw terminals, appropriately sized locking forked spade lugs shall be used. Lugs shall be
crimp on type that form gas tight connections. All crimping shall be done using a calibrated
crimping tool made specifically for the lug type and size being crimped.
4. For screwless terminals, wire shall be stripped back and inserted per the manufacturer's
instructions. When stripping insulation from conductors, do not score or otherwise damage
conductor.
5. Heat shrink shall be placed on ends of shielded cable to cover foil.
6. Additional condulets with terminal blocks shall be supplied for wire termination to devices with
leads instead of terminals. (i.e., solenoid valves, level probe, etc.).
G. A ground bus shall be provided in each enclosure or cabinet. It shall have provisions for connecting a
minimum of ten grounding conductors. Screw type lugs shall be provided for connection of grounding
conductors. All grounding conductors shall be sized as shown on plans or in accordance with NEC
Table 250-122, whichever is larger.
H. Minimum wire bending space at terminals and minimum width of wiring gutters shall comply with
NEC tables 373-6 (a) & (b).
I. Doors shall swing freely and close with proper alignment.
3.04 DAMAGED PRODUCTS
A. Damage products will not be accepted. All damaged products shall be replaced with new products at
CSLO Blower Replacement Project 3/28/2016
16010-17
no additional cost to the Owner.
3.05 FASTENERS & LUGS
A. Fasteners for securing equipment shall be stainless steel. The fastener size shall match equipment
mounting holes.
B. All wire & cable lugs shall be copper; aluminum or aluminum alloy lugs shall not be used. The
Electrical Contractor shall supply all lugs to match the quantity & size of wire listed in the conduit &
wire routing schedule.
3.06 INSTALLATION, GENERAL
A. System
1. Install all products per manufacturer's recommendations and the Drawings.
2. Contract Drawings are intended to show the basic functional requirements of the electrical system
and instrumentation system and do not relieve the Contractor from the responsibility to provide a
complete and functioning system.
B. Provide all necessary hardware, conduit, terminal blocks, wiring, fittings, and devices to connect the
electrical equipment provided under other Sections. The following shall be done by the Contractor at
no additional cost to the Owner:
1. Provide additional devices, wiring, terminal block, conduits, relays, signal converters, isolators,
boosters, and other miscellaneous devices as required to complete interfaces of the electrical and
instrumentation system.
2. Changing normally open contacts to normally closed contacts or vice versa.
3. Adding additional relays to provide more contacts as necessary.
4. Installing additional terminal blocks to land wires.
C. Panels and Enclosures
1. Install panels and enclosures at the location shown on the Plans or approved by the Engineer.
2. Install level and plumb.
3. Clearance about electrical equipment shall meet the minimum requirements of NEC 110-26.
4. Box supports shall be located and oriented as directed in field by Owner.
D. Conduits and Ducts
1. Care shall be exercised to avoid interference with the work of other trades. This work shall be
planned and coordinated with the other trades to prevent such interference. Pipes shall have
precedence over conduits for space requirements. Exposed conduits shall be neatly arranged with
runs perpendicular or level and parallel to walls. Bends shall be concentric.
2. Install conduit free from dents and bruises.
3. All conduits shall be labeled on all ends; at junction boxes, pull boxes, enclosures, stub-outs, or
other terminations.
4. A maximum of three equivalent 90 degree elbows are allowed in any continuous runs. Install pull
boxes where required to limit bends in conduit runs to not more than 270 degrees or where
pulling tension would exceed the maximum allowable for the cable.
5. Route all above grade outdoor conduits or conduits in rated areas parallel or perpendicular to
structure lines and/or piping.
6. Conduits installed outdoor or in NEMA 4X rated areas above grade shall be braced in place with
stainless steel Unistrut stanchions or PVC coated clamps with backplates.
CSLO Blower Replacement Project 3/28/2016
16010-18
7. Conduit entrances: Seal each conduit entrance from below grade into the panels, and other
electrical enclosures with plugging compound sealant to prevent the entrance of insects and
rodents.
8. Special “Soft–Jaw” type pipe clamps shall be used to prevent damage to PVC-coated conduits
while field threading, cutting to length, and coupling sections.
9. Conduits shall be painted to match the color of surface attached to as directed by Owner.
10. All spares shall be mandrel and have pull ropes installed.
E. Conduit and Wire Routing Schedule
1. Conduit material, wire size, and quantity listed in schedule take precedence over Division 16
Specifications.
2. All of the entries for each line in the conduit schedule apply to each conduit when multiple
quantity of conduits multiple quantity of conduits (quantity of which are indicated by number
entered in conduit no. column in schedule) are listed in the schedule.
3. Wire sizes listed are in AWG or Kcmil and are copper conductors.
4. Extra wire was intentionally placed in the “Conduit & Wire Routing Schedule” which shall be
labeled on both ends with a unique wire label.
5. Contractor to supply and install all conduits and wiring as shown on Utility Engineered Design
drawings. Utility primary and secondary conduit and wiring shown in “Conduit and Wire
Routing Schedule” is for bid purposes only. A credit or add-on will be provided by Contractor
based on the actual work performed by Contractor for the Utility service.
6. All control and signal wiring terminations shall have the correct wire label applied prior to
making connection.
7. Conduit entries listed as “GRS-PVC” in the Conduit & Wire Routing Schedule are to be
“Galvanized Rigid Conduits with PVC coating” the entire length.
8. Vertical offsets and sloping of conduits are not detailed on plans, the Electrical Contractor shall
include in his bid the price for the complete conduit run utilizing the civil & mechanical plans to
measure vertical & slope distances.
F. Excavation and Back Filling
1. The Electrical Contractor shall provide the excavation for equipment foundations, and trenches
for conduits or buried cables. Repave any area that was paved prior to excavation.
2. Underground conduits outside of structures shall have a minimum cover of 24 inches except for
utility conduits depth shall be as required by the governing utility requirements. Back filling shall
be done only after conduits have been inspected.
3. Excavation and back fill shall conform to the requirements of the Earthwork Section of these
Specifications, unless modified on plans.
4. At all times during the installation of the electrical distribution system, the Contractor shall
provide barricades, fences, guard rails, etc., to safeguard all personnel, including small children,
from excavated trenches.
G. Wiring, Grounding, and Shielding - It is important to observe good grounding and shielding practices
in the generally noisy environment in this application. The shield of shielded cables shall be
terminated to ground at one end only (source end), the shield at the other end (receive end) shall be
encased in an insulated material to isolate it from ground.
H. Cutting and Patching - The Contractor shall do all cutting and patching required to install his work.
Any cutting which may impair the structure shall require prior approval by the Engineer. Cutting and
patching shall be done only by skilled labor of the respective trades. All surfaces shall be restored to
their original condition after cutting and patching. Paint patched surfaces to match the original color.
CSLO Blower Replacement Project 3/28/2016
16010-19
I. Cleaning and Touch up
1. Vacuum and clean the inside of all enclosures prior to applying power and at the end of the
project prior to final acceptance.
2. At the completion of the work, all parts of the installation, including all equipment, exposed
conduit, and fittings, shall be thoroughly cleaned of grease and metal cuttings. Any discoloration
or other damage to parts of the finish, or the furnishings, due to the Contractor's failure to
properly clean the system, shall be repaired by the Contractor without cost to the Owner.
3. The Contractor shall paint scratched or blemished surfaces with the necessary coats of quick
drying paint to match existing color, texture and thickness. This shall include all prime painted
electrical equipment including but not limited to enclosures, poles, boxes, devices, etc.
3.07 ELECTRICAL TESTING
A. General requirements
1. It is the intent of these tests to assure that all equipment is operational within industry and
manufacturer's tolerances and is installed in accordance with design plans and specifications.
2. All equipment setup and assembled by the Contractor shall be in accordance with the design
plans and Drawings and the manufacturer's recommendations and instructions and shall operate
to the Engineer's satisfaction. Follow all manufacturer's instructions for handling, receiving,
installation, and pre-check requirements prior to energization. After energization, follow
manufacturer’s instructions for programming, set-up and calibration of equipment. The
Contractor shall be responsible for, and shall correct by repair or replacement, at his own
expense, equipment which, in the opinion of the Engineer, has been caused by faulty mechanical
or electrical assembly by the Contractor. Necessary tests to demonstrate that the electrical and
mechanical operation of the equipment is satisfactory and meets the requirements of these
Specifications shall be made by the Contractor at no additional cost to the Owner.
3. The testing shall not be started until the manufacturer has completed fabrication, wiring, and
setup; performed satisfactory checks and adjustments; and can demonstrate the system is
complete and operational. Certification of completion of Contractor’s in-house tests shall be
submitted prior to scheduling of factory testing.
4. The first Pre-Energization tests shall be performed to determine the suitability for energization
and shall be completed with all power turned off and complete prior to the start of any of the
Post-Energization Tests. The Electrical Contractor shall have qualified personnel on the job site
for all Pre-Energization and Post-Energization tests.
5. All tests shall be witnessed by the Engineer and/or Owner personnel. The test forms shall be
completed by the testing person for field checkout, testing, and calibration of all equipment and
instruments. All filled in test forms shall be given to the Engineer and/or Owner the day of the
test. Fill in two sets of test forms if Contractor wants to keep a copy. All tests shall be
documented in writing by the supplier and signed by the Engineer as satisfactory completed. The
supplier shall keep a detailed log of all tests that failed or did not meet specifications, including
date of occurrence and correction. Completed forms with proper signatures and dates shall be
included and become a component of the Operations and Maintenance Manual for each of the
respective systems.
6. Prior to any field testing, Interconnection Drawings and Operation & Maintenance Manuals shall
have been submitted by the Contractor and approved by the Engineer.
7. The Contractor shall notify the Owner and the Engineer of the Supplier's readiness to begin all
factory and field tests in writing (a minimum of ten working days prior to start), and shall
schedule system checkout on dates agreed to by the Owner and the Engineer in order that the
testing be scheduled and witnessed.
8. The supplier shall submit for approval, the proposed factory & field testing sheets at least 24 days
CSLO Blower Replacement Project 3/28/2016
16010-20
prior to the start of the tests. Each testing sheet shall have a title giving the type of test and entry
spaces for the name of the person who performed the test, name of the person who witnessed the
test, and the date. Tests performed without approved forms shall be retested at no additional cost
to Owner.
9. If the results of any of tests are unacceptable to the Engineer, the Contractor shall make
corrections and perform the tests again until they are acceptable to the Engineering; these
additional tests shall be done at no additional cost to the Owner.
B. Failure to Meet Test
1. Any system material or workmanship which is found defective on the basis of acceptance tests
shall be reported to the Engineer. The Contractor shall replace the defective material or
equipment and have tests repeated until test proves satisfactory to the Engineer without additional
cost to the Owner.
C. Electrical Field Tests
1. The Contractor shall engage and pay for the services of an approved qualified testing company
for the purpose of performing inspections and tests as herein specified. The testing company shall
provide all material, equipment, labor and technical supervision to perform such tests and
inspections. The Electrical Contractor shall be present on site for all field tests.
2. Pre-Energization Tests: These tests shall be completed prior to applying power to any equipment.
a. Inspections
1) Visual and mechanical inspections
a) Inspect for physical damage, proper anchorage and grounding.
b) Compare equipment nameplate data with design plans and starter schedule.
c) Compare overload setting with motor full load current for proper size.
2) Performed NETA acceptance testing for each piece of equipment.
3) The Contractor shall fill in, for each piece of equipment, NETA Test Form.
b. Torque Connections
1) All electrical, mechanical and structural threaded connections inside equipment shall
be tightened in the field after all wiring connections have been completed. Every
worker tightening screwed or bolted connections shall be required to have and utilize
a torque screwdriver/wrench at all times. Torque connections to the value
recommended by the equipment manufacturer. If they are not available, use NEC
110-14 for torque values as guidelines.
c. Wire Insulation & Continuity Tests
1) All devices that are not rated to withstand the 500V megger potential shall be
disconnected prior to the megger tests.
2) Megger insulation resistances of all 600 volt insulated conductors using a 500 volt
megger for 10 seconds. Make tests with circuits installed in conduit and isolated
from source and load. Each field conductor shall be meggered conductor to
conductor and conductor to ground. These tests shall be made on cable after
installation with all splices made up and terminators installed but not connected to
the equipment.
3) Each megger reading shall not be less than 10 Meg-ohms resistive. Corrective action
shall be taken if values are recorded less than 10 Meg-ohms. Values of different
phases of conductors in the same conduit run showing substantially different Meg-
ohm values, even if showing above 10 Meg-ohms shall be replaced.
4) Each instrumentation conductor twisted shielded pair shall have the conductor and
shield continuity measured with an ohmmeter. Conductors with high ohm values,
that do not match similar lengths of conductors the same size, shall be replaced at no
CSLO Blower Replacement Project 3/28/2016
16010-21
additional cost to the Owner.
5) Contractor to test existing conductors to be reused as shown on drawings.
d. Grounding System Tests
1) Visual and Mechanical Inspection
a) Verify ground system is in compliance with Drawings and Specifications.
3. Post Energization Tests
a. Phase Rotation Tests
1) Check connections to all equipment for proper phase relationship, this includes all
three-phase panels and electrical enclosures and all motor loads. During this test,
disconnect all devices which could be damaged by the application of voltage or
reversed phase sequence. Three phase equipment shall be tested for the phase
sequence "ABC" front to back, left to right, and top to bottom.
2) All three phase motors shall be tested for proper phase rotation. Revise wire color
codes to indicate correct phase color if wires are swapped.
3) The Contractor shall fill in Phase Rotation Test Form TF7 located in Section 16010
Appendix “A”.
b. Motor Testing
1) Record the amperage draw on all phases of each motor operating under full load.
Ensure that these values do not exceed the motor nameplate full load amperage.
2) Record the voltage between all phases of each motor operating under full load. If the
voltage balance is not within plus or minus 5 percent of nominal, request the Utility
power company or other responsible party to correct the problem.
3) The Contractor shall compile, by visual inspection of equipment installed for each
motor, the following data in neatly tabulated form and be placed in the O&M
manual:
a) Equipment driven.
b) Motor horsepower.
c) Nameplate amperes.
d) Service factor.
e) Temperature rating.
f) Overload catalog number.
g) Overload current range and setting.
h) Circuit breaker rating.
i) Circuit breaker trip setting, for magnetic only circuit breakers.
j) The Contractor shall fill in Motor Test Form TF10 located in Section 16010
Appendix “A”.
c. VFD Measurement and Tests
1) Measure the voltage and current 5th, 7th, 9th, 11th harmonics at the load side of the
ATS with a harmonic analyzer with the each combination of pumps or as designated
by Engineer at start-up in operation on the Utility source and Generator source.
Measure and record the results per the Harmonic Measurements Test Form
d. Control System Tests
1) All the I/O points for the PLC shall be tested by the system supplier in the field for
proper operation of alarms, status, analog, control, and Human Machine Interface
(HMI/OI) display functions. Where practical, the final element shall be used, i.e. trip
the intrusion switch or change levels. Testing shall be accomplished using simulated
inputs only when necessary.
CSLO Blower Replacement Project 3/28/2016
16010-22
2) During this task the System supplier shall have:
a) Qualified field technician with experience in the startup of similar systems
with PLC controls, and other field devices.
b) Test instruments as required.
c) A pair of radios for communication.
3) Contractor to fill in “I/O Point Checkout Sheet” TF13 located in Appendix “A”.
e. Trial Operations
1) The entire electrical installation shall be either tested or trial operated to verify
Contract compliance. That is, controls, heaters, fans, light switches, convenience
receptacles, lights, etc. shall be trial operated. Contractor shall conduct trial
operations in the presence of the Engineer and Operations and Maintenance
personnel.
f. Operational Testing
1) After all the previous tests in this subsection are complete, the Contractor shall
conduct operational testing.
2) The Contractor shall demonstrate operation of each part of the control and
instrumentation system to the satisfaction of the Owner and/or Engineer. Tests shall
be repeated by the Contractor at no additional cost to the Owner and at the discretion
of the Owner and/or Engineer to resolve whether the system has been demonstrated
that it will operate under all modes of operations and varying conditions.
3) For the operational testing the new equipment shall be activated to automatically run
for 5 days, 24 hours per day, Monday through Friday. During this five day period the
Owner will run the different combinations of the monitoring options. If equipment
failure occurs during the 5 days of operational testing, the Contractor shall repair or
replace the defective equipment and shall begin another 5 day operational test,
Monday through Friday. This shall be continued until the new equipment functions
acceptably for 5 consecutive days.
3.08 OPERATION AND MAINTENANCE MANUALS
A. Six (6) sets operating manuals covering instruction and maintenance on each type of equipment shall
be furnished prior to completion of the project.
B. These instructions shall provide the following as a minimum:
1. Each set bound in a three ring binder and organized as specified herein.
2. “As Constructed” set of submittal shop documents, data sheets, and drawings for all items in the
electrical system.
3. A complete list of items supplied, including serial numbers, ranges, options, and other pertinent
data necessary for ordering replacement parts.
4. Full technical specifications on each item.
5. Detailed service, maintenance and operation instructions for each item supplied. Schematic
diagrams of all electronic devices shall be included. A complete parts lists with stock numbers
shall be provided on the components that make up the assembly.
6. Special maintenance requirements particular to this system shall be clearly defined, along with
special calibration and test procedures.
7. Safety precautions and procedures.
8. Include all completed and signed test data and forms from factory and field testing.
9. No photo copies are allowed of standard published manuals available from manufacturers. All
of the manuals shall be originals.
CSLO Blower Replacement Project 3/28/2016
16010-23
C. At the end of the project these manuals shall be updated to show "as-built or as-installed" conditions.
3.09 FINAL ACCEPTANCE
A. Final acceptance will be given by the Owner after the equipment has passed the "operational
testing” trial period, each deficiency has been corrected, as-built documentation has been
provided, and all the requirements of design documents have been fulfilled.
B. Upon completion of the project, prior to final acceptance, remove all temporary services,
equipment, material, and wiring from the site.
C. At the end of the project, following the completion of the field tests, and prior to final
acceptance, the Supplier shall provide the following to the Owner:
1. Listing of warranty information.
2. Each "operation and maintenance" manual shall be modified or supplemented by the
Supplier to reflect all field changes and as-built conditions.
D. Prior to final acceptance submit each key with matching duplicate. Wire all keys for each
lock securely together. Tag and plainly mark with lock number or equipment identification,
and indicate physical location, such as panel or switch number.
END OF SECTION
Attachment C
Project Drawings
BL
O
W
E
R
R
E
P
L
A
C
E
M
E
N
T
PR
O
J
E
C
T
DE
M
O
L
I
T
I
O
N
P
L
A
N
JA
N
U
A
R
Y
,
2
0
1
6
C-
1
CI
T
Y
O
F
S
A
N
L
U
I
S
O
B
I
S
P
O
CA
L
I
F
O
R
N
I
A
BL
O
W
E
R
R
E
P
L
A
C
E
M
E
N
T
PR
O
J
E
C
T
SP
E
C
I
F
I
C
A
T
I
O
N
N
o
.
9
1
2
8
0
EL
D
O
R
A
D
O
EN
G
I
N
E
E
R
I
N
G
A
N
D
AR
C
H
I
T
E
C
T
U
R
E
,
I
N
C
.
RE
Q
U
E
S
T
FO
R
PR
O
P
O
S
A
L
S
NO
T
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
-
F
O
R
P
R
O
P
O
S
A
L
P
U
R
P
O
S
E
S
O
N
L
Y
BL
O
W
E
R
R
E
P
L
A
C
E
M
E
N
T
PR
O
J
E
C
T
TU
R
B
O
B
L
O
W
E
R
IN
S
T
A
L
L
A
T
I
O
N
C-
2
CI
T
Y
O
F
S
A
N
L
U
I
S
O
B
I
S
P
O
CA
L
I
F
O
R
N
I
A
BL
O
W
E
R
R
E
P
L
A
C
E
M
E
N
T
PR
O
J
E
C
T
SP
E
C
I
F
I
C
A
T
I
O
N
N
o
.
9
1
2
8
0
EL
D
O
R
A
D
O
EN
G
I
N
E
E
R
I
N
G
A
N
D
AR
C
H
I
T
E
C
T
U
R
E
,
I
N
C
.
RE
Q
U
E
S
T
FO
R
PR
O
P
O
S
A
L
S
NO
T
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
-
F
O
R
P
R
O
P
O
S
A
L
P
U
R
P
O
S
E
S
O
N
L
Y
JA
N
U
A
R
Y
,
2
0
1
6
BL
O
W
E
R
R
E
P
L
A
C
E
M
E
N
T
PR
O
J
E
C
T
EN
L
A
R
G
E
D
P
L
A
N
1
JA
N
U
A
R
Y
,
2
0
1
6
E-
1
CI
T
Y
O
F
S
A
N
L
U
I
S
O
B
I
S
P
O
CA
L
I
F
O
R
N
I
A
BL
O
W
E
R
R
E
P
L
A
C
E
M
E
N
T
PR
O
J
E
C
T
SP
E
C
I
F
I
C
A
T
I
O
N
N
o
.
9
1
2
8
0
EL
D
O
R
A
D
O
EN
G
I
N
E
E
R
I
N
G
A
N
D
AR
C
H
I
T
E
C
T
U
R
E
,
I
N
C
.
RE
Q
U
E
S
T
FO
R
PR
O
P
O
S
A
L
S
NO
T
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
-
F
O
R
P
R
O
P
O
S
A
L
P
U
R
P
O
S
E
S
O
N
L
Y
SEE ENLARGED PLAN 1
20
0
JU
N
C
T
I
O
N
B
O
X
@
X
F
M
R
P
A
D
JU
N
C
T
I
O
N
B
O
X
@
R
V
S
S
P
A
D
HI
G
H
S
P
E
E
D
BL
O
W
E
R
MC
C
F
2
XF
M
R
P
A
D
NO
T
E
4
,
6
RV
S
S
P
A
D
DE
T
A
I
L
A
NO
T
E
5
,
7
NO
T
E
1
,
9
NO
T
E
S
3
,
8
NO
T
E
S
1
,
2
NO
T
E
S
1
,
2
BL
O
W
E
R
R
E
P
L
A
C
E
M
E
N
T
PR
O
J
E
C
T
BL
O
W
E
R
D
E
T
A
I
L
S
JA
N
U
A
R
Y
,
2
0
1
6
E-
2
CI
T
Y
O
F
S
A
N
L
U
I
S
O
B
I
S
P
O
CA
L
I
F
O
R
N
I
A
BL
O
W
E
R
R
E
P
L
A
C
E
M
E
N
T
PR
O
J
E
C
T
SP
E
C
I
F
I
C
A
T
I
O
N
N
o
.
9
1
2
8
0
EL
D
O
R
A
D
O
EN
G
I
N
E
E
R
I
N
G
A
N
D
AR
C
H
I
T
E
C
T
U
R
E
,
I
N
C
.
RE
Q
U
E
S
T
FO
R
PR
O
P
O
S
A
L
S
NO
T
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
-
F
O
R
P
R
O
P
O
S
A
L
P
U
R
P
O
S
E
S
O
N
L
Y