HomeMy WebLinkAboutPR 21978: PURCHASE OF DEWATERING EQIPMENT FOR THE MAIN WASTEWATER TREATMENT PLANT City of
)I'1 r i (i I'
t-_TUs
INTEROFFICE MEMORANDUM
UTILITY OPERATIONS DEPARTMENT-ADMINISTRATION
Date: June 1, 2021
To: Ronald Burton, City Manager
From: Donnie Stanton, Interim Director of Water Utilities
RE: Proposed Resolution No. 21978—Purchase of Dewatering Equipment
for the Main Wastewater Treatment Plant
Nature of the Request:
On October 14, 2014, City Council approved Res. No. 14-507, authorizing the preparation and
submission of Project Information Forms (PIFs) on behalf of the City for the purpose of
submitting financial assistance for a Wastewater Treatment Plant project to the Texas Water
Development Board(TWDB).
On February 17, 2015, City Council approved Res. No. 15-056, authorizing the execution of a
contract with Freese & Nichols, Inc. for the planning, acquisition, and design phase services for
the Main Wastewater Treatment Plant.
On May 24, 2021, Freese and Nichols submitted 100% drawings to City Staff and TWDB. Pre-
purchase of various pieces of equipment is necessary due to lead time relating to equipment
construction complexity.
This resolution seeks the approval of Council to purchase of dewatering equipment due to the
lead time on complex pieces of equipment. This is the equipment that will replace the
centrifuges.
BudLet Considerations:
$1,025,500.00 will be charged to Water Utilities TWDB Account No. 404-40-000-8516-00-00-
000, Wastewater Systems, Project No. TW0003-con.
Recommendation:
I recommend that the City Council approve Proposed Resolution No. 21978 to approve the
purchase of dewatering equipment from Process Wastewater Technologies, LLC, of Rosedale,
Maryland, in the amount of$1,025,500.00.
P.R. 21978
6/1/21 bw
Page 1 of 3
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER TO
ENTER INTO A CONTRACT FOR THE PURCHASE OF
DEWATERING EQUIPMENT FROM PROCESS WASTEWATER
TECHNOLOGIES, LLC, OF ROSEDALE, MARYLAND WITH
THE COST IN THE AMOUNT OF $1,025,500.00, CHARGED TO
THE WATER UTILITIES DEPARTMENT TEXAS WATER
DEVELOPMENT BOARD ACCOUNT NO. 404-40-000-8516-00-00-
000,WASTEWATER SYSTEMS,PROJECT NO. TW0003-CON.
WHEREAS, on October 14, 2014, City Council approved Res. No. 14-507, authorizing
the preparation and submission of Project Information Forms (PIFs) on behalf of the City for the
purpose of submitting financial assistance for a Wastewater Treatment Plant project to the Texas
Water Development Board (TWDB); and,
WHEREAS, on February 17, 2015, City Council approved Res. No. 15-056, authorizing
the execution of a contract with Freese & Nichols, Inc. for the planning, acquisition, and design
phase services for the Main Wastewater Treatment Plant; and,
WHEREAS, on May 24, 2021, Freese and Nichols submitted 100% drawings to City
Staff and TWDB; and,
WHEREAS, the Purchasing Division advertised for bids in the Port Arthur News on
May 3, 2021 and May 7, 2021; and,
WHEREAS, Process Wastewater Technologies, LLC, of Rosedale, Maryland, provided
a quote for dewatering equipment in the amount of $1,025,500.00 (Exhibit "A"); and,
WHEREAS, only one bid was received; and,
WHEREAS, pre-purchase of various pieces of equipment is necessary due to lead time
relating to equipment construction complexity.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF PORT ARTHUR:
P.R. 21978
6/1/21 bw
Page 2 of 3
THAT,the facts and opinions in the preamble are true and correct; and,
THAT, the City Manager of the City of Port Arthur is hereby authorized and directed to
purchase dewatering equipment for the Main Wastewater Treatment Plant from Process
Wastewater Technologies, LLC, of Rosedale, Maryland, for the amount of$1,025,500.00; and,
THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City
Council.
READ, ADOPTED, AND APPROVED this the_day of , A.D. 2021 at
a meeting of the City of Port Arthur, Texas by the following vote:
Ayes: Mayor:
Councilmembers:
Noes:
Thurman"Bill" Bartie
Mayor
ATTEST:
Sherri Bellard
City Secretary
APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION:
L,/,,DLs b
Valecia izeno �a Ronald Burton
City Attorney City Manager
P.R. 21978
6/1/21 bw
Page 3 of 3
Donnie Stanton
Interim Director of Water Utilities
APPROVED AS FOR AVAILABILITY
OF FUNDS:
`lam - I CAS j\..7,1)
Kandy Daniel
Interim Director of Finance
Clifton illiams, CP' :
Purchasing Manager
Exhibit "A"
U
on
0
0
• c
y = O
2
;, y
C th- F" O p y
r
rr
CIr..+
P VI
O O f--
13 N
O
ct
W 3 N o
z.
C4 vl N .0 L
•O Ct C3 u C
:4 p - y p O
Q� LI r-+RIE
O W
p'n
>» c -a = c
cn
A c E to
.�
ia.
M = Q o a
+. o V a) '� x
o '
�'
C CI O o o
J
Q I.C)
) ,,,?j
0 '5. ,-C S' 7:3
4 ii
`c a o
DEWATERING EQUIPMENT
FOR MAIN WASTEWATER TREATMENT PLANT
THIS AGREEMENT, made this day of , 2021, by and
between the City of Port Arthur, a municipal corporation organized under the laws of the
State of Texas, hereinafter called "OWNER" or "CITY" and Process Wastewater
Technologies, LLC of Rosedale, Maryland hereinafter called "CONTRACTOR"
WITNESSETH: That for and in consideration of the payment terms, conditions and
agreements set forth herein, OWNER and CONTRACTOR agree as follows:
1. The term of this Agreement shall be for one 180 days from the date stated on the
Notice to Proceed, unless sooner terminated under the provision hereof. This contract
shall be for dewatering equipment for the Main Wastewater Treatment Plant. The
City can terminate this contract at its convenience which includes, but is not limited
to, funding not being available in any budget cycle with thirty (30) days written
notice.
2. The Contractor will perform work as stated in the Contract Documents.
3. During the term of this Contract, the Contractor will furnish at his own expense all of
the materials, supplies, tools, equipment, labor and other services necessary to
connection therewith, excepting those supplies specifically not required of Contractor
in the Specifications.
4. The CONTRACTOR agrees to perform all the work described in the specifications
and contract documents and to comply with the terms therein for the following cost:
Dewatering Equipment
for the Main Wastewater Treatment Plant for$1,025,500.00
5. The term"Contract Documents"means and includes the following:
a. Agreement
b. Addenda
c. General Information
d. Specifications
e. Bid
f. Notice of Award
g. Notice to Proceed
6. This Agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors and assigns.
7. IN WITNESS WHEREOF,the parties hereto have executed, or caused to be executed
by their duly authorized officials, this Agreement in (2 copies) each of which shall be
deemed an original on the date first above written.
Signed on the day of , 2021.
ATTEST: CITY OF PORT ARTHUR
BY:
Sherri Bellard Ronald Burton
City Secretary City Manager
Signed on the day of , 2021.
WITNESS: PROCESS WASTEWATER
TECHNOLOGIES,LLC
BY:
Print Name:
Title:
THURMAN BILL BARTIE,MAYOR RONALD BURTON
CHARLOTTE MOSES,MAYOR PRO TEM CITY MANAGER
City of
COUNCIL MEMBERS: SHERRI BELLARD,TRMC
INGRID HOLMES CITY SECRETARY
CAL JONES
T OMAS KINLAW,III n r t r t h u VAL TIZENO
KENNETH MARKS Texas CITY ATTORNEY
DONALD FRANK,SR.
MAY 6, 2021
INVITATION TO BID
DEWATERING EQUIPMENT FOR MAIN WASTEWATER TREATMENT PLANT
DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central
Standard Time, Wednesday, May 12, 2021. (The clock located in the City Secretary's
office will be the official time.) All bids received will be read aloud at 3:15 p.m. on
Wednesday, May 12, 2021 in the City Council Chambers, City Hall, 5th Floor, Port Arthur,
TX. You are invited to attend.
MARK ENVELOPE: P21-039
DELIVERY ADDRESS: Please submit one(1) original and one (1) copy of your bid to:
CITY OF PORT ARTHUR CITY OF PORT ARTHUR
CITY SECRETARY or CITY SECRETARY
P.O. BOX 1089 444 4TH STREET,4th Floor
PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640
POINTS OF CONTACT:
Questions concerning the Invitation to Bid or Scone of Work should be directed in writing to:
City of Port Arthur, TX
Clifton Williams, Purchasing Manager
P.O. Box 1089
Port Arthur, TX 77641
clifton.williams@portarthurtx.gov
Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB
P.O.Box 10891444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291
Page 1 of 80
The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS,
CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed
referenced services for the City of Port Arthur.
Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be
placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of
the envelope.
ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE
OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed
ITB submittal arrives at the above location by specified deadline regardless of delivery method
chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted.
Cieozfaw. ale.aamtd.,
Clifton Williams, CPPB
Purchasing Manager
Page 2 of 80
INVITATION TO BID
DEWATERING EQUIPMENT FOR MAIN WASTEWATER TREATMENT PLANT
(To be Completed ONLY IF YOU DO NOT BID.)
FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY
RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you
will be reinstated upon request.
In the event you desire not to submit a bid, we would appreciate your response regarding
the reason(s). Your assistance in completing and returning this form in an envelope
marked with the enclosed bid would be appreciated.
NO BID is submitted: this time only not this commodity/service only
Yes No
Does your company provide this product or services?
Were the specifications clear?
Were the specifications too restrictive?
Does the City pay its bills on time?
Do you desire to remain on the bid list for this product or service?
Does your present work load permit additional work?
Comments/Other Suggestions:
Company Name:
Person Completing Form: Telephone:
Mailing Address: Email:
City, State, Zip Code: Date:
Page 3 of 80
01 33 00 DOCUMENT MANAGEMENT
Notes to Specifier:
1. This Section replaces Section 0133 00 "Submittal Procedures."Any references to Section 0133 00
"Submittal Procedures" in the Specifications should be changed as necessary to reference
Section 01 33 00 "Document Management."
2. Verify all references to: (1) paragraphs within this Section; (2) other Sections of the
Specifications; and (3) any other applicable standards or sources of information.
PART 1 - GENERAL
1.01 SUMMARY
A. Submit documentation as required by the Contract Documents and as requested by the
Construction Manager.
Note to Specifier: Contractor will need to know basic system requirements, so it can provide
equipment and software to operate within the selected PMIS. Preference is given to FNiManager
unless Owner requires the use of its own system or a specified third-party system. If a PMIS other
than FNiManager is used, obtain and update the system requirements in the subparagraphs below.
Delete the subparagraphs under Paragraph B if not used.
B. Use the Project Management Information System (PMIS) provided by the [Construction
Manager] [Owner]. Software for the PMIS is [FNiManager] [specify name of Owner's
PMIS] which has the following system requirements:
1. Operating Systems: Windows 7 or later and OS X v10.8 or later.
2. Supported Internet Browsers: Internet Explorer 11.0 or later, Google Chrome 70.0 or
later, Firefox 63.0 or later, Safari 11.0 or later, and Microsoft Edge 17.0 or later.
3. Screen Resolution: The recommended screen resolution is 1280 x 1024 or higher. The
minimum screen resolution required to support all features is 1024 x 768.
1.02 QUALITY ASSURANCE
A. Submit legible, accurate, complete documents presented in a clear, easily understood
manner. Documents not meeting these criteria will be returned without review as "Not
Approved."
1.03 CONTRACTOR'S RESPONSIBILITIES
A. Review documents prior to submission. Make certifications as required by the Contract
Documents and as indicated on Construction Manager provided forms.
B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates
on which documents are to be sent to the Construction Manager for review. Use the form
provided by the Construction Manager for this list.
C. Incorporate the dates for processing documents into the Progress Schedule required by
Section 01 33 05 "Construction Progress Schedule."
Document Management 01 33 00- 1
Port Arthur Main WWTP Improvements Page 4 of 80 PTR15234
1. Provide documents in accordance with the schedule so construction of the Project is
not delayed.
2. Allow a reasonable time for the review of documents when preparing the Progress
Schedule. Assume a 14-day review cycle for each document unless a longer period of
time is indicated in the Contract Documents or agreed to by Construction Manager
and Contractor.
3. Schedule delivery of review documents to provide all information for interrelated
Work at one time.
4. Allow adequate time for processing documents so construction of the Project is not
delayed.
1.04 FORMS AND WORKFLOWS
A. Use the forms or workflow process provided by the Construction Manager for project
documentation.
1.05 DOCUMENT PREPARATION AND DELIVERY PROCEDURES
A. Deliver documents in electronic format as directed by the Construction Manager.
1. Do not leave any blanks incomplete. If information is not applicable, enter NA in the
space provided.
2. Deliver all documents in Portable Document Format (PDF).
a. Create PDF document using Bluebeam Revu software.
b. Create PDF documents from native format files unless files are only available from
scanned documents.
c. Rotate pages so that the top of each document appears at the top of the monitor
screen when opened in PDF viewing software.
d. Provide PDF document with adequate resolution to allow documents to be
printed in a format equivalent to the document original. Documents are to be
scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper.
e. Submit color PDF documents where color is required to interpret the document.
f. Create or convert documents to allow text to be selected for comments or
searched using text search features. Run scanned documents through Optical
Character Recognition (OCR) software if necessary.
g. Flatten markups in documents to prevent markups made by Contractor from
being moved or deleted. Flatten documents to allow markup recovery.
h. Use Bluebeam Revu software to reduce file size using default settings except the
option for "Drop Metadata". Uncheck the "Drop Metadata" box when reducing
file size.
i. Add footers to each document with the name of the Project.
Document Management 01 33 00-2
Port Arthur Main WWTP Improvements Page 5 of 80 PTR15234
B. Software Requirements:
1. OPT and Contractor will each acquire the software and software licenses necessary to
create and transmit Electronic Documents and to read and to use any Electronic
Documents received from the other party (and if relevant from third parties), using the
following software formats:
Document Document Format
.htm, .rtf, or .txt without formatting
Email that impairs legibility of content on
screen or in printed copies
Submittals Bluebeam PDF
Applications for Payment Bluebeam PDF and Microsoft°
Excel
Progress Schedules PDF and Schedule in Native Format
Layouts and drawings to be submitted to
Owner for future use and modification. Autodesk° AutoCAD .dwg format
Document submitted to OPT for future word
processing use and modification. Microsoft° Word
Spreadsheets and data submitted to OPT for
Microsoft° Excel
future data processing use and modification.
2. Software will be the version currently published at the time Contract is signed, unless a
specific software version in listed in the Supplementary Conditions. Prior to using any
updated version of the software required in this Section for sending Electronic
Documents to the other party,the originating party will first notify and receive
concurrence from the other party for use of the updated version or convert to comply
with this Paragraph [1.05.B].
Note to Specifier: Include the "Document Numbering"Article only if a manual document management
system is used. When using a PMIS, each document type is processed using a workflow that should
automatically add numbers to the documents. Delete this paragraph if a PMIS is used that provides a
workflow for each document type.
1.06 DOCUMENT NUMBERING
A. Assign a document number to the Contractor originated document to allow tracking of the
document during the review process.
1. Assign the number consisting of a prefix, a sequence number, and a letter suffix.
Prefixes will be as follows:
Prefix Description
AP Application for Payment
CP Change Proposal
CTR Certified Test Report
EIR Equipment Installation Report
GD Graphic Documentation
NBC Notification by Contractor
O&M Operation and Maintenance Manuals
Document Management 01 33 00-3
Port Arthur Main WWTP Improvements Page 6 of 80 PTR15234
Prefix Description
PD Product Data
RD Record Data
RFI Request for Information
SD Shop Drawing
SCH Schedule of Progress
2. Issue sequence numbers in chronological order for each type of document as directed
by the Construction Manager.
3. Issue numbers for resubmittals that have the same number as the original document
followed by an alphabetical suffix indicating the number of times the same document
has been sent to the Construction Manager for processing. For example: SD-025 A
represents Shop Drawing number 25 and the letter "A" designates this is the second
time this document has been sent for review.
4. Clearly note the document number on each page or sheet of the document.
5. Correct assignment of numbers is essential since different document types are
processed in different ways.
B. Include reference to the Drawing number and/or Specification Section, detail designation,
schedule, or location that corresponds with the data submitted on the Document
Transmittal form. Other identification may also be required, such as layout drawings or
schedules to allow the reviewer to determine where a particular product is to be used.
1.07 DOCUMENTATION
A. Furnish documents as indicated in Section 01 33 01 "Document Register" or in the
individual Specification Sections. Submit documents per the procedures described in the
Contract Documents.
B. Submit documents per the Specification Sections shown in the following table:
Document Type Specification Section
Application for Payment 01 29 00
Certified Test Report 01 33 02 for approval of product
01 40 00 to demonstrate compliance
Change Management 01 26 00
Equipment Installation Report 01 75 00
Graphic Documentation 01 33 06
Notification by Contractor 01 31 13
Operation & Maintenance Manuals 01 33 04
Product Data 01 33 03
Progress Schedules 01 33 05
Record Data 01 31 13
Request for Information 01 31 13
Schedule of Values 01 29 00
Shop Drawing 01 33 02
Substitutions 01 26 00
Document Management 01 33 00-4
Port Arthur Main WWTP Improvements Page 7 of 80 PTR15234
Document Type Specification Section
Suppliers and Subcontractors 01 3113
01 33 03
Note to Specifier:The"Electronic Documents Protocol"Article may be modified as necessary for each
project to meet the Owner's specific requirements.
1.08 Electronic Documents Protocol
A. The parties shall follow the provisions in this Section, referred to as the Electronic
Documents Protocol ("EDP"),for exchange of electronic transmittals.
B. Basic Requirements:
1. Except as otherwise stated elsewhere in the Contract Documents, the OPT and
Contractor will send and accept Electronic Documents sent by Electronic Means using
the protocols provided in this Section.
2. The contents of the information in any Electronic Document will be the responsibility
of the transmitting party. Electronic Documents may be used in the same manner as
the printed versions of the same documents that are exchanged using non-electronic
format and methods, and are subject to the same governing requirements, limitations,
and restrictions, set forth in the Contract Documents.
3. Provisions of this Contract regarding Electronic Documents must be incorporated into
other agreements or subcontracts on the Project. Nothing in this paragraph reduces or
eliminates requirements:
a. to create, provide, or maintain an original printed record version of Drawings and
Specifications, signed and sealed according to applicable Laws and Regulations;
b. to comply with any applicable Law or Regulation governing the signing and
sealing of design documents and related Modifications or the signing and
electronic transmission of any other documents; or
c. to comply with the notice requirements.
4. When sending Electronic Documents by Electronic Means the sending party makes no
representations as to long-term compatibility, usability, or readability of the Electronic
Documents resulting from the recipient's use of software application packages,
operating systems, or computer hardware differing from those used in the drafting or
sending Electronic Documents.
C. System Infrastructure for Electronic Document Exchange:
1. Contractor will provide hardware, operating system(s) software, internet, e-mail, and
large file transfer functions ("System Infrastructure") at its own cost. System
Infrastructure must comply with these requirements.
2. The maximum size of an email attachment for exchange of Electronic Documents
under this EDP is [100] MB.Attachments larger than that may be exchanged in parts or
by using large file transfer functions or physical media.
3. Contractor assumes full and complete responsibility for its own costs, delays,
deficiencies, and errors associated with converting, translating, updating, verifying,
Document Management 0133 00-5
Port Arthur Main WWTP Improvements Page 8 of 80 PTR15234
licensing, or otherwise enabling its System Infrastructure, including operating systems
and software.
4. Contractor is responsible for its own system operations, security, back-up, archiving,
audits, printing resources, and other Information Technology("IT")for maintaining
operations of its System Infrastructure during the Project, including coordination with
individual(s) or entity responsible for managing its System Infrastructure and capable
of addressing routine communications and other IT issues affecting the exchange of
Electronic Documents.
5. Contractor will operate and maintain industry-standard, industry-accepted, ISO
standard, commercial-grade security software and systems that are intended to
protect others from: software viruses and other malicious software like worms,
trojans, adware; data breaches; loss of confidentiality; and other threats in the
transmission to or storage of information from the other parties, including
transmission of Electronic Documents by physical media such as CD/DVD/flash
drive/hard drive. Contractor will not be liable to others for any breach of system
security to the extent that Contractor maintains and operates required security
software and systems.
6. In the case of disputes,conflicts,or modifications to the use of Electronic Documents
required to address issues affecting System Infrastructure, Contractor and OPT will
cooperatively resolve the issues; but, failing resolution, OPT is authorized to make and
require reasonable and necessary changes meet its original intent. Contractor may
submit a Change Proposal if the changes cause additional cost or time to Contractor
that could not have reasonably been anticipated.
7. Contractor and OPT are both responsible for their own back-up and archive of
documents sent and received during the term of the contract. Contractor and OPT
remain solely responsible for its own post-Project back-up and archive of Project
documents after the term of the Contract as each party deems necessary for its own
purposes.
8. If a Contractor or OPT receives an obviously corrupted, damaged, or unreadable
Electronic Document,the receiving party will advise the sending party of the
incomplete transmission.The parties will attempt to complete a successful
transmission of the Electronic Document or use an alternative delivery method to
complete the communication.
9. OPT will operate a project information management system (Project Website) for use
of OPT and Contractor during the Project for exchange and storage of Project-related
communications and information. Except as otherwise provided in this Contract, use
of the Project Website will be mandatory for exchange of Project documents,
communications, submittals, and other Project-related information.
D. Software Requirements:
1. OPT and Contractor will each acquire the software and software licenses necessary to
create and transmit Electronic Documents and to read and to use any Electronic
Document Management 0133 00-6
Port Arthur Main WWTP Improvements Page 9 of 80 PTR15234
Documents received from the other party (and if relevant from third parties), using the
following software formats:
Document Document Format
.htm, .rtf, or.txt without formatting
Email that impair legibility of content on
screen or in printed copies
Submittals Bluebeam PDF
Applications for Payment Bluebeam PDF and Microsoft° Excel
Progress Schedules PDF and Schedule in Schedule in
Native Format
Layouts and drawings to be submitted to
Owner for future use and modification Autodesk®Auto CAD .dwg format
Document submitted to OPT for future
word processing use and modification Microsoft®Word
Spreadsheets and data submitted to OPT
for future data processing use and Microsoft® Excel
modification
2. Software will be the version currently published at the time Contract is signed, unless a
specific software version in listed in the Supplementary Conditions. Prior to using any
updated version of the software required in this section for sending Electronic
Documents to the other party,the originating party will first notify and receive
concurrence from the other party for use of the updated version or convert to comply
with this Section.
3. The parties agree not to intentionally edit, reverse engineer, decrypt, remove security
or encryption features, or convert to another format for modification purposes any
Electronic Document or information contained therein that was transmitted in a
software data format, including Portable Document Format(PDF), intended by sender
not to be modified, unless the receiving party obtains the permission of the sending
party or is citing or quoting excerpts of the Electronic Document for Project purposes.
Note to Specifier:When certain documents are to be made available to Contractor in formats other
than those described above,the paragraph below should be included.
E. Requests by Contractor for Electronic Documents in Other Formats:
1. Release of any Electronic Documents developed during the design process (including
Contract Documents, Technical Data, Drawings, and computer models) in formats
other than those identified in this Section will be at the discretion of the OPT.
2. To the extent determined by OPT, release of Electronic Documents and other project
information requested by Contractor("Request") in formats other than those
identified in this Section will be subject to the provisions of Owner's response to the
Request, and to the following conditions:
a. The content included in the Electronic Documents covered by the Request was
prepared by Design Professional as an internal working document or electronic
computer model solely for Design Professional's purposes and not for any
construction processes, and is being provided to Contractor on an "AS IS" basis
without any warranties of any kind, including, any implied warranties of fitness
Document Management 01 33 00-7
Port Arthur Main WWTP Improvements Page 10 of 80 PTR15234
for any purpose. As such, Contractor is advised and acknowledges that the
content may not be suitable for Contractor's application, or may require
substantial modification and independent verification by Contractor.The content
may include limited resolution of models, not-to-scale schematic representations
and symbols, use of notes to convey design concepts in lieu of accurate graphics,
approximations, graphical simplifications, undocumented intermediate revisions,
and other devices that may affect subsequent reuse.
b. Electronic Documents containing text, graphics, metadata, or other types of data
that are provided by Design Professional to Contractor under the Request are
only for convenience of Contractor.Any conclusion or information obtained or
derived from such data will be at the Contractor's sole risk and Contractor waives
any claims against the Design Professional or Owner arising from use of data in
Electronic Documents covered by the Request.
c. CONTRACTOR SHALL INDEMNIFY AND HOLD HARMLESS THE OWNER AND
DESIGN PROFESSIONAL AND THEIR SUBCONSULTANTS FROM ALL CLAIMS,
DAMAGES, LOSSES,AND EXPENSES, INCLUDING ATTORNEYS' FEES AND
DEFENSE COSTS ARISING OUT OF OR RESULTING FROM THE CONTRACTOR'S
USE,ADAPTATION,OR DISTRIBUTION OF ANY ELECTRONIC DOCUMENTS
PROVIDED UNDER THE REQUEST.
d. Contractor agrees not to sell, copy,transfer, forward,give away or otherwise
distribute this information (in source or modified file format)to any third party
without the direct written authorization of Design Professional, unless such
distribution is specifically identified in the Request and is limited to the
Contractor's subcontractors. Contractor warrants that subsequent use by the
Contractor's subcontractors complies with all terms of the Contract Documents
and the Owner's response to Request.
3. In the event that Owner elects to provide or directs Design Professional to provide to
Contractor any Contractor-requested Electronic Document versions of project
information that is not explicitly identified in the Contract Documents as being
available to Contractor, Owner shall be reimbursed by Contractor on an hourly basis
for any costs necessary to create or otherwise prepare the data in a manner deemed
appropriate by Design Professional in accordance with the General Conditions.
PART 2- PRODUCTS(NOT USED)
PART 3 - EXECUTION (NOT USED)
END OF SECTION
Document Management 01 33 00-8
Port Arthur Main WWTP Improvements Page 11 of 80 PTR15234
01 33 04 OPERATION AND MAINTENANCE DATA
Notes to Specifier:
1. This Section has been renumbered from 0178 23 to 0133 04.Any references to Section 0178 23
in the technical Specifications should be changed as necessary to reference this Section number.
2. Verify all references to: (1) paragraphs within this Section; (2) other Sections of the
Specifications;and (3)any other applicable standards or sources of information.
PART 1 - GENERAL
1.01 SUMMARY
A. Prepare a complete and detailed operation and maintenance manual (manual)for each
type and model of equipment or product furnished and installed under this Contract.
B. Prepare manuals in the form of an instruction manual for the Owner.The manuals are to
be suitable for use in providing the operation and maintenance instructions required by
Section 01 79 00 "Training of Operation and Maintenance Personnel."
C. Provide complete and detailed information specifically for the products or systems
provided for this Project. Include the information required to operate and maintain the
product or system.
D. Manuals are to be provided in addition to any information packed with or attached to the
product when delivered. Remove information packed with or attached to the product and
include this information as an attachment to the manual.
E. Include cost for manuals provided by Suppliers and Subcontractors as described in this
Section in the Cost of Work for that equipment item.
1.02 DOCUMENTATION
A. Submit manuals in accordance with Section 01 33 00 "Document Management."Attach a
copy of the Operation and Maintenance Manual Review Report form provided by the
Construction Manager to each manual with pertinent information completed.
B. Provide one preliminary electronic copy of the manual to the Construction Manager for
review within 15 days after review of any equipment submittal by the OPT.
C. Provide one electronic copy and three printed copies of the final manual after:
1. Preliminary manuals have been approved;
2. Field test records have been incorporated into the manual; and
3. Record Documents per Section 01 31 13 "Project Coordination" have been approved
and have been incorporated in the final manual.
D. Provide copies of the manufacturer's warranties, guarantees, or service agreements in
accordance with Section 01 70 00 "Execution and Closeout Requirements."
Operation and Maintenance Data 01 33 04- 1
Port Arthur Main WWTP Improvements Page 12 of 80 PTR15234
PART 2 - PRODUCTS
2.01 MATERIALS
A. Provide digital files for each manual as specified in Paragraph [2.02].
1. Use filenames that correspond to the equipment designation shown in the Contract
Documents or other equipment designations provided by the OPT.
2. Submit a preliminary version of the electronic manual for review. Provide a final
version of the manual incorporating OPT's comments.
B. Provide printed copies of each manual as specified in Paragraph [2.03].
2.02 ELECTRONIC MANUAL FORMAT
A. Manual contents are to be submitted in electronic format to the Construction Manager.
B. Provide individual electronic files for each manual.
1. Maximum file size is 75 MB. If manual is greater than maximum allowable file size,
provide individual files for each major section of manual.
2. Acceptable file types for written documents are Portable Document File (PDF) or
provide manual text in Microsoft Word. Provide drawings in native format and PDF
format. All files must be compatible with the latest software version available.
3. Filename must identify the equipment location, equipment manufacturer, and date
equipment placed in service, e.g.JCC1-Pump Room-Manufacturer-200503.pdf.
4. Each electronic file must contain a table of contents at the beginning of the file which
includes hypertext links or bookmarks to navigate the file contents per
section/chapter.
5. Scanned images of written documents are not acceptable. Document must allow
character selection.Text within a file must be transferable to other documents.
6. Drawing files must have the ability to turn on/off drawing layers within the file.
2.03 PRINTED MANUAL FORMAT
A. Printed copies of each manual are to be submitted as follows:
1. Print manuals on heavy,first quality 8-1/2 x 11 paper.
a. Reduce drawings and diagrams to 8-1/2 x 11 paper size.
b. When reduction is not practical, fold drawings and place each separately in a
clear, super heavy weight,top loading polypropylene sheet protector designed
for three-ring binder use. Provide a typed identification label on each sheet
protector.
c. Punch paper for standard three-ring binders.
2. Place manuals in heavy duty presentation, d-ring binders with clear front, back, and
spine covers.
Operation and Maintenance Data 0133 04-2
Port Arthur Main WWTP Improvements Page 13 of 80 PTR15234
3. Identify each manual by placing a printed cover sheet in the front cover of the binder
and as the first page in the manual.The first page is to be placed in a clear
polypropylene sheet protector. The information on first page and the cover page are
to include:
a. Name of Owner;
b. Project name;
c. Volume number; and
d. Table of contents.
4. Insert the name of the Project and volume number into the spine covers.
5. Sheet lifters are to be provided.
6. Minimum size is 2-inch capacity. Maximum size is 3-inch capacity. Fill binders to only
three-fourths of its indicated capacity to allow for addition of materials to each binder
by the Owner.
7. Provide index tabs for each section of the manual. Indexes are to be constructed of
heavy-duty paper with a reinforced binding edge.The designation on each index tab is
to correspond to the number and letter assigned in the Table of Contents.
8. Manuals for several products or systems may be provided in the same binder.
Correlate the data into related groups when multiple products or systems are included
in the same binder.
a. Sections for each product or system must be included in the same binder.
b. Sections must be in numerical order from volume to volume.
PART 3- EXECUTION
3.01 MANUAL ORGANIZATION AND CONTENTS
A. Provide a table of contents listing each section of the manual for each product or system.
1. Assign a number and letter to each section in the manual.
a. The number is to correspond to the Owner's equipment numbering system or
other system designated in the Contract Documents.
b. The letter assigned will represent the part of the manual, consistent with the
manual contents as required by this Section.
2. Identify each product or system using the nomenclature shown in the Contract
Documents. Provide a cross reference to the Owner's numbering system and
designations for equipment indicated in the Contract Documents if these are different.
B. Include only the information that pertains to the product described. Annotate each sheet
to:
1. Clearly identify the specific product or component installed;
2. Clearly identify the data applicable to the installation; and
3. Delete or strike through references to inapplicable information.
Operation and Maintenance Data 0133 04-3
Port Arthur Main WWTP Improvements Page 14 of 80 PTR15234
C. Supplement manual information with drawings as necessary to clearly illustrate relations of
component parts of equipment and systems, and control and flow diagrams.
D. Manuals for several products or systems may be provided in the same binder.
E. Fill binders to only three-fourths of its indicated capacity to allow for addition of
information by the Owner.
3.02 EQUIPMENT AND SYSTEMS MANUAL CONTENT
A. Provide the following information in the first tabbed section of each manual:
1. A description of the unit and component parts and how it functions.
2. Operating instructions for pre-startup, startup, normal operations, regulation, control,
shutdown, emergency conditions, and limiting operating conditions.
3. The sequence of operation by the controls manufacturer. Provide control diagrams by
the manufacturer, modified to reflect the as-built, as-installed condition.
4. Include general assembly contract drawings, sections, and photographic views as
necessary to completely depict and properly identify the equipment. Indicate the
dimensions, weight, capacity, and design conditions for the equipment.
B. Include detailed information to allow for the proper installation, calibration, testing,
preventative, and corrective maintenance procedures in the second section of the manual
or of each section of the manual information if the manual covers a multi-component
equipment system.This information should include the following:
1. Maintenance instructions including assembly, installation, alignment, clearances,
tolerances, and interfacing equipment requirements, adjustment, and checking
instructions. Include any special rigging required to place the equipment into place,
and any special test equipment required to place the equipment in service.
2. A safety subsection which addresses all safety and tag-out procedures necessary to
safely operate and maintain the equipment.
3. Lubrication schedule and lubrication procedures. Include a cross reference for
recommended lubrication products.
4. Troubleshooting guide.
5. A table showing the schedule of routine maintenance requirements and seasonal work
which is not performed at a set frequency. Preventative maintenance tasking must
address:
a. Daily/weekly inspections performed by operations personnel;
b. Routine preventative maintenance scheduled weekly, monthly, quarterly, semi-
annually, or annually through major overhauls by maintenance personnel; and
c. Predictive maintenance work such as alignment, analysis of the equipment,
vibration, flow, oil sampling, etc.
6. Description of sequence of operation by the control manufacturer.
7. Warnings for detrimental maintenance practices.
Operation and Maintenance Data 01 33 04-4
Port Arthur Main WWTP Improvements Page 15 of 80 PTR15234
8. Detailed corrective maintenance procedures including:
a. Detail equipment for complete disassembly and assembly;
b. Cross-sectional drawings or exploded views with all parts numbered to
correspond with the numbers in the parts list to permit identification of the
various parts;
c. A table of normal clearances, diameters,thickness of new parts, and limits
permissible for wearing parts; and
d. List torque settings for nuts, bolts, and fasteners when critical to the equipment's
performance.
C. Include all necessary diagrammatic piping and wiring diagrams and miscellaneous contract
drawings and equipment in the third section of the manual or of each section of the
manual if the manual covers a multi-component equipment system.
D. Provide spare parts information in the fourth section of the manual including:
1. Part numbers for ordering new parts;
2. Assembly illustrations showing an exploded view of the complex parts of the product;
3. Predicted life of parts subject to wear;
4. List of the manufacturer's recommended spare parts, current prices with effective
date,and number of parts recommended for storage;
5. Directory of a local source of supply for parts with company name, address, and
telephone number;
6. Complete nomenclature and list of commercial replacement parts; and
7. Complete list of spare parts, spare equipment,tools, and materials that are turned
over to the Owner.
E. Provide statistical information from the original equipment manufacturer as to
performance such as pump curves, flow charts insulation resistance, calibration,or test
data sheets in the fifth section of the manual, including all field testing records used to
verify actual performance.
F. Provide equipment name plate data installed on equipment and valves and equipment data
sheets as required and furnished by the Owner in the sixth section of the manual.
G. Provide a copy of warranties and the date the warranty expires for equipment in the
seventh section of the manual.
3.03 ELECTRICAL AND ELECTRONICS SYSTEMS MANUAL
A. Provide all of the information listed in Paragraph [3.02] as appropriate and include the
following information:
1. Control schematics and point to point wiring diagrams prepared for field installation;
2. Circuit directories of panel boards and terminal strips and as installed color coded
wiring diagrams; and
3. Other information as may be required by the individual Specification Sections.
Operation and Maintenance Data 0133 04-5
Port Arthur Main WWTP Improvements Page 16 of 80 PTR15234
3.04 ARCHITECTURAL PRODUCTS MANUAL
A. Provide the following information:
1. Information required for ordering replacement products;
2. Instructions for care and maintenance;
3. List of the manufacturer's recommended lubricants;
4. The manufacturer's recommendations for types of cleaning agents and methods;
5. Cautions against cleaning agents and methods that are detrimental to the product;
and
6. Recommended maintenance and cleaning schedule.
B. Final balancing reports for mechanical systems.
C. Other information as may be required by the individual Specification Sections.
3.05 LIST OF SERVICE ORGANIZATIONS
A. Provide a directory of authorized service organizations with company name, address,
telephone number, email address, and the contact person for warranty repair.
END OF SECTION
Operation and Maintenance Data 01 33 04-6
Port Arthur Main WWTP Improvements Page 17 of 80 PTR15234
01 75 00 STARTING AND ADJUSTING
Note to Specifier:Verify all references to: (1) paragraphs within this Section; (2) other Sections of the
Specifications; and (3) any other applicable standards or sources of information.
PART 1- GENERAL
1.01 SUMMARY
A. Provide step-by-step procedures for starting provided systems, including equipment,
pumps, and processes.
B. Provide pre-startup inspections by equipment manufacturers.
C. Place each system in service and operate the system to prove performance and to provide
for initial correction of defects in workmanship, calibration, and operation.
D. Provide for initial maintenance and operation.
E. Include costs for starting and adjusting provided by manufacturer's representative in the
Cost of Work for the equipment package.
F. Owner will provide chemicals, if any, required for continued operations.
1.02 STANDARDS
A. Comply with the specified standards associated with the testing or startup of equipment.
1.03 DOCUMENTATION
A. Provide the following documents in accordance with Section 01 33 00"Document
Management":
1. A Plan of Action for testing, checking, and starting equipment as Product Data per
Section 01 31 13 "Project Coordination."
2. Equipment Installation Reports on the form provided by the Construction Manager
certifying that the equipment and related appurtenances have been thoroughly
examined and approved for startup and operation.
3. Operation and maintenance manuals per Section 01 33 04"Operation and
Maintenance Data." Preliminary operation and maintenance data must be approved
before installation,testing, and initial operation of equipment or providing training
required by Section 01 79 00 "Training of Operation and Maintenance Personnel."
1.04 SPECIAL JOB CONDITIONS
A. Do not start or test any equipment until the complete unit has been installed and
thoroughly checked.
B. Provide the services of a qualified representative of the manufacturer to attend the tests
and startup procedures as required by this Section.
C. Do not start or test any equipment until the preliminary operation and maintenance
manual per Section 01 33 04 "Operation and Maintenance Data" has been approved.
Starting and Adjusting 0175 00- 1
Port Arthur Main WWTP Improvements Page 18 of 80 PTR15234
PART 2- PRODUCTS
2.01 TESTING INSTRUMENTATION
A. Provide new instrumentation and testing devices needed to conduct tests for maintenance
and operation as recommended in the operation and maintenance manuals. This
equipment is to become the property of the Owner and transferred in good working order
as a spare part at Substantial Completion. This equipment is to be calibrated and ready for
use during the startup procedure and for training provided in accordance with
Section 01 79 00 "Training of Operation and Maintenance Personnel."
PART 3- EXECUTION
3.01 SERVICES OF MANUFACTURER'S REPRESENTATIVES
A. Provide the services of experienced and technically competent representatives of the
manufacturer for inspections, tests, supervision of installation,training, and assistance with
placing equipment in operation.
B. Perform installation, adjustment,and testing of the equipment under the direct supervision
of the manufacturer's representative where specified. Certify that the equipment and
related appurtenances have been thoroughly examined and approved for startup and
operation in the Equipment Installation Reports.
C. Provide on-site services as necessary for proper and trouble free operation of the
equipment.
3.02 INSPECTION AND STARTUP
A. Inspect equipment prior to placing any equipment or system into operation. Make
adjustments as necessary for proper operation. Do not start or test any apparatus until the
complete unit has been installed and thoroughly checked.
1. Check for adequate and proper lubrication.
2. Determine that parts or components are free from undue stress from structural
members, piping, or anchorage.
3. Adjust equipment for proper balance and operations.
4. Determine that vibrations are within acceptable limits.
5. Determine that equipment operates properly under full load conditions.
6. Determine that the equipment is in true alignment.
7. Ensure that the proper procedure is employed in startup of systems.
3.03 STARTING REQUIREMENTS
A. Refer to the individual Specification Sections for specific startup procedures or other
requirements.
Starting and Adjusting 01 75 00-2
Port Arthur Main WWTP Improvements Page 19 of 80 PTR15234
3.04 INITIAL OPERATION
A. Start, test, and place equipment and systems into operation for 30 days to allow the OPT to
observe the operation and overall performance of the equipment and to determine that
controls function as intended.
B. Operate equipment which is used on a limited or part-time basis in the presence of the OPT
for a period long enough to demonstrate that controls function as specified.
C. Perform acceptance test as specified in individual Specification Sections. Demonstrate that
equipment and systems meet the specified performance criteria.
D. Equipment and systems may be considered as substantially complete at the end of this
initial operation period if the equipment is placed in continuous beneficial use by the
Owner, unless specifically stated otherwise in the individual equipment Specifications.
3.05 INITIAL MAINTENANCE
A. Maintain equipment in accordance with the operation and maintenance manuals until
Project is substantially complete and provisions have been made by the Owner for
accepting responsibility for equipment operation in accordance with the General
Conditions.
B. Service equipment in accordance with the operation and maintenance manuals
immediately before releasing the equipment to the Owner.
END OF SECTION
Starting and Adjusting 01 75 00-3
Port Arthur Main WWTP Improvements Page 20 of 80 PTR15234
26 29 13.01 INDUSTRIAL CONTROL PANELS
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, materials, equipment and incidentals necessary to install industrial control
panels to measure and control process mechanical equipment as specified in process
equipment specifications, and control schematics within Electrical design drawings.
B. Electrical work shall be in accordance with Section 26 05 00"Common Work Results for
Electrical" and Division 40.
C. Provide UL 508A and UL 698A as indicated labels to all control panels under this contract.
Control panels shall be fabricated by a UL 508A and UL 698A Industrial Control Panel (ICP)
shop.
D. Contractor shall be responsible for sizing all control panel enclosures to comply with
minimum workspace clearance requirements in Article 110 of NFPA 70.
E. Horsepower Rating: Horsepowers as indicated on the Plans are approximate.The
Contractor shall furnish properly sized motor control equipment when actual motor
horsepowers are determined. If actual motor horsepowers differ from the Plans, the
Contractor shall obtain assistance from the Engineer in determining whether or not
hardware and wiring changes are necessary. The Contractor shall provide all components
and wire of the proper size.
F. Contractor is required to provide intrinsically safe barriers where required per NFPA 70 for
all panels or field devices located in hazardous locations where intrinsically safe barriers.
1.02 SUMMARY
A. Section Includes:
1. General use industrial control panels.
2. Vendor supplied process mechanical equipment control panels.
3. Contractor supplied process mechanical equipment control panels.
1.03 REFERENCES
A. Abbreviations
1. SCCR: Short Circuit Current Rating
2. VFD: Variable Frequency Drive
B. Reference Standards
1. The applicable provisions of the following standards shall apply as if written here in their
entity.
a. Local Laws and Ordinances
b. State and Federal Laws
Industrial Control Panels 26 26 29 13.01- 1
Port Arthur Main WWTP Improvements Page 21 of 80 PTR15234
c. NEMA ICS 2
d. NFPA 70
e. NFPA 79
f. U L 508
g. UL 698A
h. American National Standards Institute (ANSI)
i. National Electrical Manufacturers Association (NEMA)
j. Institute of Electrical and Electronics Engineers (IEEE)
1.04 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 00 "Document Management" and as
outlined below.
1. Product Data
a. Complete manufacturer cutsheets for each component used. Indicate all options
selected for each component. Cross out options and accessories not being supplied
with component. Submittals that are not clearly marked will be returned without
review. Submit cutsheet of driven equipment supplied relay.
2. Shop Drawing
a. Control panel layout and wiring diagrams
1). Complete Bill of Material of all components associated with control panel.
Provide a separate Bill of Material for each control panel. Components listed in
Bill of Material must have quantities and an Item ID.
2). Submit CAD formatted panel layout drawings for each control panel specified.
All components and enclosures must be scaled with dimensions included.
Include at a minimum the following drawings:
a). Elevations identifying all components located on the interior backplane,
door-in-doors and panel exteriors.
(1). Provide Item ID next to each component.
b). Enclosure NEMA rating
c). Enclosure SCCR
d). Nameplate Schedule with descriptions and locations of all nameplates.
e). Stub-up Locations
3). Wiring Diagrams
a). FLA of panel
b). Project specific control schematics
c). Field instrumentation
d). Power sources of all 2-wire and 4-wire field instruments
Industrial Control Panels 26 26 29 13.01-2
Port Arthur Main WWTP Improvements Page 22 of 80 PTR15234
e). Terminal strip layout clearly identifying all customer and field terminations
for power, control and instrumentation.
f). For driven equipment supplied protective relays, schematic must include
actual protective relay wiring.
b. Additional submittal requirements for control panels located within a hazardous
location or supplying control and instrumentation circuitry to devices located within
Class I Division 1 hazardous locations:
a). Indicate intrinsically safe barrier extents, intrinsically safe circuit
components and IS circuitry conduit access location
b). Submit calculations for intrinsically safe circuits including actual product
data and field conditions
c). Enclosure NEMA rating
c. Heat Rise Calculations: panel heat rise calculations shall be provided for each
control panel supplied with an air conditioner.
3. Spare Parts List
4. Equipment Installation Report
5. Warranty Information
a. The manufacturer shall include a two-year warranty on the control panel provided.
6. O&M Manual
a. Include record drawings of final control schematic, including any changes made
during startup.
1.05 SPARE PARTS
1. Furnish extra materials that match products installed and that are packaged with
protective covering for storage and identified with labels describing contents.
a. Fuses: Equal to 10%of quantity installed for each size and type, but not fewer than
six of each size and type.
b. Indication lights: One of each type and lens color
c. Relays and tube bases: Equal to 10%of quantity installed for each size and type, but
not fewer than three of each size and type.
1.06 DELIVERY, STORAGE, AND HANDLING
A. Temporary Heating: Apply temporary heat to maintain temperature according to
manufacturer's written instructions until enclosures are ready to be energized and placed
into service.
1.07 SITE CONDITIONS
A. Outdoor Ambient Temperature: 0-50°C direct sunlight
B. Indoor non-conditioned Ambient Temperature: 0-45°C
Industrial Control Panels 26 26 29 13.01-3
Port Arthur Main WWTP Improvements Page 23 of 80 PTR15234
C. Altitude: 6 feet.
D. Relative Humidity: 0%to 95% (non-condensing)
2.00 PRODUCTS
2.01 GENERAL REQUIREMENTS
A. Minimum 480V control panel SCCR: 42 kA
B. Minimum 120 or 208V control panel SCCR: 5 kA
2.02 ENCLOSURES
A. General Requirements:
1. Enclosures shall be sized to sufficiently support the mounting of all panel components to
the backplane of enclosure, and to support the routing and separation of power and
control voltage conductors within enclosure.
2. All components shall be mounted to stud mounted backplane on the rear of enclosure.
No components shall be mounted to sides of enclosure interior unless stud mounted
backplane or factory welded slotted channel is provided for panel sides. Side mounted
components shall not interfere with the removal or testing of backplane mounted
components.
3. Panels shall meet the NEMA classifications listed under section 3.01 Enclosure
Installation Schedule.All components mounted to the exterior of enclosures shall
maintain the NEMA rating of enclosure.
4. Each enclosure door shall be fitted with a thermoplastic print storage pocket.
5. Enclosures shall be fitted with factory welded grounding stud on interior of enclosure
door and enclosure inner side wall for bonding the two. Separate grounding studs shall
be provided for each enclosure door.
6. Enclosures shall be manufactured by Hoffman by nVent, Hammond Manufacturing, or
Saginaw Control & Engineering.
B. Freestanding Enclosures: Manufactured from 12 gauge sheet steel or stainless steel, with
suitable interior stiffeners, continuously welded for rigid construction, continuous piano
type hinge with 3-point latching mechanism operated by padlocking handles constructed of
like material as enclosure.All enclosures shall be single access enclosures, unless noted
otherwise.
1. Panels 48"wide or greater shall have two doors with a removable centerpost.
2. Free standing enclosures located outdoors shall have 12 inch floor stands bolted to
enclosure.
3. See enclosure installation schedule at the end of this Section for enclosure material and
NEMA rating by location.
C. Wall or Slotted Channel Mounted Enclosures: Manufactured from minimum 16 gauge sheet
steel or stainless steel with integrated mounting feet, with suitable interior stiffeners,
continuously welded for rigid construction, continuous piano type hinge with 3-point
Industrial Control Panels 26 26 29 13.01-4
Port Arthur Main WWTP Improvements Page 24 of 80 PTR15234
latching mechanism operated by padlocking handles constructed of like material as
enclosure.
D. Door-In-Door Enclosure Requirements: Where door-in-door enclosures are specified,
provide an interior hinged sub-panel within enclosure. Sub-panel must swing a minimum 90
degrees out of enclosure,to provide access to mounted internal equipment. Stud mounted
sub-panels will not be permitted in lieu of hinged type.
E. Enclosure Finishing:
1. NEMA 4X stainless steel enclosures shall be finished smooth,free of all burrs, scales and
imperfection, brushed smoothed, and unpainted.
2. Painted steel enclosures,where permitted, shall have an ANSI-61 gray finish.
3. Interior Backplanes: Painted white.
F. Enclosure Conditioning
1. Panel Conditioning: Where components supplied are not rated for site ambient
temperature, panel manufacturer shall provide a closed loop panel air conditioner sized
to maintain the panel temperature below the lowest components rated operating
temperature.
a. Air conditioners shall be a closed loop type, refrigerant based system, internal
component corrosive resistant coating, and a stainless steel enclosure.Air
conditioner shall maintain NEMA rating of enclosure.
b. Air conditioner shall be manufacturer by Hoffman by nVent, Pentair, or ICEqube by
Thermo Electric.
2. Condensation Control: A thermostat controlled condensation strip heater and
condensate drain shall be provided for all panels located outdoors or in a non-
conditioned environment. Strip heater shall be sufficiently guarded to prevent
accidental contact by panel components and conductors.
a. Condensate Drain: 1/2" stainless steel vent drain threaded to conduit hub, installed
on bottom of enclosure.
G. Nameplates
1. Panels and exterior mounted panel components will be supplied with unique
nameplates. Each device nameplate shall describe the field device (e.g.Transfer Pump
1) and the function it serves (e.g. H/O/A). Nameplates shall be phenolic (Lamicoid), with
a minimum 1" tall engraved letters,with fixed to panel with epoxy adhesive.
2. Each component identified on the Bill of Material will have a phenolic nameplate
attached to the back panel either beside or above the device. Nameplate will have the
same schematic designation assigned in the drawings (e.g. RTU-01). Nameplate must be
clearly visible and not blocked by wiring, wire duct, or other components.Text will be
white, 1/8" high, on a black background. Nameplates will be affixed to back panel with
3M 9472 adhesive or approved equal.
2.03 POWER DISTRIBUTION AND POWER DEVICES
A. General Requirements
Industrial Control Panels 26 26 29 13.01 -5
Port Arthur Main WWTP Improvements Page 25 of 80 PTR15234
1. Control panels shall be supplied with a single 480VAC, 3 phase, 3 wire plus ground (wye
configuration) power source, unless noted otherwise.All other voltages required to
operate the system served by control panel shall be derived from within panel via
control power transformers and DC power supplies.
2. Provide separate branch circuit protection for each motor load, panel and motor space
heaters, lights, receptacle, control circuit, etc.
B. Main Overcurrent Protective Device
1. Device shall be a circuit breaker or fuse type disconnect assembly, heavy duty,
backplane mounted with shaft extension for external handle mounted to front panel
door to operate device without opening door. External handle shall indicate open and
closed positions, must be padlockable, chrome plated, and maintain NEMA rating of
enclosure.
a. Where door-in-door is specified, disconnect assembly handle shall be mounted to
inner door.
C. For control panels with a 480 VAC power feed, provide a pluggable (replaceable)type surge
Protection Device (SPD): Metal oxide varistor, modular pluggable type, parallel connected,
UL 1449 4th Edition,Type 2. SPD shall be DIN-rail mountable, with visual status indicator for
protection status.
1. Maximum Continuous Operating Voltage (MCOV): L-N: 320V; L-L: 640V
2. Voltage Protection Rating (VPR): L-N: 1500V; L-L: 2500V
3. Nominal Discharge Current Rating(In): 20 kA
4. Provide SPD on incoming power feed after power main overcurrent protective device
for each panel provided.
5. Manufactured by Mersen STP Series or Allen Bradley Bulletin 4983-DS.
D. Three Phase Monitor(Phase Failure) Relays: tube style base with pin style terminals, silver
nickel contacts, 10A/6300 contact rating, SPDT Form C contact, LED indicators for relay
energized (normal state) and relay de-energized (fault state),fixed or adjustable power up
delay, and automatic reset with adjustable restart time delay.The following conditions shall
be monitored, with adjustable ranges as indicated:
1. Phase Loss & Reversal, Fixed at 1 second
2. Undervoltage/Overvoltage (Drop-out @+/- 10%, Pick-up @+/-7%), 1-25 seconds
3. Voltage Unbalance (Drop-out @ 2%-8%), 1-25 seconds
4. All control panels serving three phase motors shall be supplied with a three phase
monitor relay. Relay shall monitor the incoming three phase power supply serving
motor(s) fed from control panel and shall open the motor(s) control circuit(s) when a
monitored condition is measured out of adjustable relay setpoints.
5. Manufactured by Diversified Electronics SLU-0200, Littlefuse 201A-AU Series, or
Macromatic PMP575.
E. Motor Starter
Industrial Control Panels 26 26 29 13.01-6
Port Arthur Main WWTP Improvements Page 26 of 80 PTR15234
1. Description:Across-the-line start, electrically held,three pole, for nominal system
voltage of 600-V ac and less, with field replaceable contacts.
a. The magnetic starter contactor shall have a maximum pick up voltage requirement
of 78%of nominal coil voltage and a maximum drop out voltage of 54%of nominal
coil voltage for starter sizes 1, 2, 3 and 4, and 64% of nominal coil voltage for starter
size 5.
b. Minimum size contactor shall be NEMA 1.
c. IEC starters are not permitted.
2. Configuration: NEMA ICS 2, Class A, full voltage, Nonreversing, unless indicated
otherwise.
3. Contactor Coils: Pressure-encapsulated type, rated for 120VAC, unless indicated on
design drawings. Coils shall be field replaceable.
4. Auxiliary contacts shall be furnished on the starter contactor and on the overload
sensing unit. See drawings for quantity.
a. Solid-State Overload Relay:
1). Switch or dial selectable for motor-running overload protection.
2). Sensors in each phase.
3). Coordinate overload Class tripping characteristic with motor and load supplier.
b. Overload relays shall be resettable from outside the enclosure by means of an
insulated bar or pushbutton.
5. Manufactured by GE by ABB, Eaton, Rockwell Automation, Square D, or Siemens.
F. Variable Frequency Drives-See Section 26 29 23 "Variable Frequency Motor Controllers" for
product requirements
2.04 CONTROL DEVICES
A. General Purpose Relays
1. General purpose relays shall have coil voltages of 120VAC, unless indicated otherwise on
drawings.
2. General purpose relays shall be rated for a minimum 100,000 electrical cycles and
dielectric withstand voltage a minimum of 1500V.
3. General Purpose Relays: tube style base with pin style terminals, bifurcate silver nickel
with gold plating contacts, 10A/B300 contact rating, DPDT Form C contacts, ON/OFF flag
indicator, LED power present indicator, push-to-test, with electrical schematic printed
on relay. Manufactured by Allen-Bradley 700-HA, Square D 8501KP, or Eaton D5 Series.
4. General Purpose Timing Relays: tube style base with pin style terminals, silver nickel
contacts, 10A/B300 contact rating, DPDT Form C contacts, LED indicator for power
present and device timing initiated,with knob for adjusting timing range up to 120
minutes. Refer to drawings for specified timing range. Manufactured by Allen-Bradley
700-HT, Square D 9050JCK, or Eaton TMR5.
Industrial Control Panels 26 26 29 13.01-7
Port Arthur Main WWTP Improvements Page 27 of 80 PTR15234
5. Repeat Cycle Timer(Up to 100 Hours): DIN rail mounted, screw type, asymmetrical
flashing, 8A/240VAC contact rating, 1 CO contact composition,selector switch front
panel, 60Hz, LED ON/OFF/Timing indicator,two independently adjustable timing
periods. Provide all accessories/parts for correct operation of timer. Refer to drawings
for specified timing range. Manufactured by Allen-Bradley 700-HX86SA17, Square D
RE17RLMU, or Eaton Universal TR TRW27.
6. Multifunction General Purpose Timing Relays tube style base with pin style terminals,
silver nickel contacts, 10A/B300 contact rating, DPDT, LED indicator for power present
and device timing initiated, with thumbwheel for adjusting timing range up to 999 hours
and timing function.Timing functions available shall be at a minimum: On/Off Delay,
Interval, Repeat Cycle On/Off, and Watchdog. Refer to drawings for specified timing
range. Manufactured by Allen-Bradley 700-HX, Square D 9050JCK, or Eaton TMRP.
7. General Purpose Tube Base Socket: screw terminal type, DIN rail mounting style, open
style terminal construction.
B. NEMA Industrial Relays
1. NEMA Industrial Relays: Heavy-duty machine tool type, NEMA A600 contact ratings,
bifurcate silver nickel contacts, 10A contact rating at 600 VAC, with field stackable up to
10 contacts,field convertible contacts from normally open to normally closed, and push-
to-test. Manufactured by Allen-Bradley 700-P, Square D 8501040V02X or Eaton BF20F.
2. NEMA industrial relays shall have coil voltages of 120VAC, unless indicated otherwise on
drawings.
C. Pump Alternators
1. Duplex: 120VAC input power,three Form C contacts rated at 6A at 120V, led indicator
for relay energization indication with electrical schematic printed on relay. Either
surface mount or tube style base with pin style. Lead/Lag selector switch with pump 1 or
pump 2 selector option.
a. Single switch (float) input: Manufactured by MPE 008.
b. Two switch (float) input: Manufactured by Littlefuse ALT-100-3-SW
2. Triplex: 120VAC input power,three switch (float) input, three Form C contacts rated at
6A at 120V, led indicator for relay energization indication with electrical schematic
printed on relay. Either surface mount or tube style base with pin style. Sequences
available: 1-2-3, 2-3-1 and 3-1-2. Manufactured by MPE 009-120-23 or Littlefuse PC-105.
3. Quadruplex: 120VAC input power,four switch (float) input,four Form C contacts rated
at 6A at 120V, led indicator for relay energization indication with electrical schematic
printed on relay. Either surface mount or tube style base with pin style. Sequences
available: 1-2-3-4, 2-3-4-1, 3-4-1-2 and 4-1-2-3. Manufactured by MPE 009-120-34 or
Littlefuse PC-105.
D. PLC Isolation/Interposing Relays: tube style base with blade style terminals, bifurcate silver
nickel with gold plating contacts, 10A/B300 contact rating, DPDT Form C contacts, ON/OFF
flag indicator, LED power present indicator, push-to-test,with electrical schematic printed
on relay. Manufactured by Allen-Bradley 700-HC.
Industrial Control Panels 26 26 29 13.01 -8
Port Arthur Main WWTP Improvements Page 28 of 80 PTR15234
E. Level Controller: Panel mounted level controller capable of accepting a single continuous
level ultrasonic measurement for pump station wet well level monitoring and control.
Controller shall have programmable level setpoints for pump down alternating control for
three pumps. Controller shall have built in algorithms and signal processing to suppress false
ultrasonic echoes, fixed object avoidance and shall have anti-grease ring buildup function. If
transducer selected is not fitted with internal temperature compensation, a standalone
temperature sensor shall be provided with controller. Controller backlit LCD display lettering
shall be 1.5".
1. Controller enclosure shall be NEMA 3 polycarbonate and shall be panel backplane
mounted.
2. Controllers shall have an achievable resolution of 0.1%with accuracy to 0.25%of range.
3. Input and Outputs: Analog: One 4-20mA input, two 4-20mA outputs. Discrete: Six
programmable total outputs,4 SPST Form A and 2 DPDT Form C.
4. Controller must be approved for the hazardous location where the ultrasonic level
transducer is located.
5. Manufactured by Siemens HydroRanger 200.
F. Process Indicator(Level Display): Process indicator shall take a 4-20 mA DC process variable
signal input and display the current value of the process variable in engineering units on a 4-
1/2 digit display. Display digits shall be bright red .56" seven segment LEDs. Accuracy of unit
shall be±1% and each unit shall have a loop power supply for powering its own loop.
Provide sunshield for indicators located outdoors. Process indicator shall be manufactured
by Red Lion, Precision Digital or pre-approved equal by addendum.
G. CURRENT LOOP ISOLATORS
1. Current isolators shall accept an input of 4-20 mA DC and produce a linearly
proportional 4-20 mA DC output signal. Accuracy shall be±0.1%of scale. Isolators shall
operate on 24 VDC. Output load capability shall be 0-1000 ohms.
2. Current isolators shall be Acromag Model 631T-0500 or pre-approved equal by
addendum.
H. CURRENT SPLITTERS
1. Current splitters shall accept an input of 4-20 mA DC and produce a linearly proportional
4-20 mA DC output signal on each output. Outputs shall be galvanically isolated from
each other. Accuracy shall be ±0.1%of scale. Splitter shall operate on 24 VDC. Output
load capability shall be 0-1000 ohms.
2. Current isolators shall be Acromag Model 633T-0500 or pre-approved equal by
addendum.
2.05 INDICATION AND CONTROL STATION DEVICES
A. Pushbuttons, selector switches and indication (pilot) lights shall be 30.5 mm type with a
chromium plated metal bezel; dielectric strength of 2200V, 200,000 mechanical cycles, shall
be oil-tight, dust-tight and water-tight, and shall match the NEMA rating of the associated
enclosure. All push buttons and selector switches will be able to accept additional contact
decks to expand number of poles to those indicated in the Drawings.
Industrial Control Panels 26 26 29 13.01-9
Port Arthur Main WWTP Improvements Page 29 of 80 PTR15234
B. Pushbuttons, selector switches and indications lights shall be manufactured by Allen-Bradley
800T/H,Square D 9001K or Eaton 10250T.
C. Provide double insulated bezels for all devices where enclosures are located in corrosive
environments.
D. Pushbuttons: Spring return type with head flush to bezel, without finger safe guard, with
silver alloy contacts rated for 10A continuous current.
E. Mushroom Head Pushbuttons: Metal 40 or 45mm red color head, 2-position maintained
push-pull type, with silver alloy contacts rated for 10A continuous current.
F. Selector Switches: "Stay Put" short knob type, silver alloy contacts rated for 10A continuous
current.
G. Indication Lights: LED lamp type,with spring return push-to-test function where indicated
on design drawings. Unless indicated on the design drawings, indication light lens colors
shall be:
a. White— Power On
b. Amber—Alarm
c. Red—Running,Closed or On
d. Green—Stopped, Open or Off
H. Beacon Sounder Combination: Synchronized sounder and LED combination, red lens steady
LED in NEMA 4X construction. Manufactured by Allen Bradley Bulletin 855PC or Square D
Harmony Type XV.
1. Locate on side of control panel.
2. Mounting system for beacon sounder will maintain NEMA rating of panel.
3. Beacon sounder shall be shipped loose for field installation by Contractor where
indicated.
I. Elapsed Time Meters: Six digit electromechanical, non-reset type for totaling of hours;
120VAC power supply, din rail mounted, NEMA 4X rated, manufactured by Yokogawa Type
240, Simpson Electric Model 55ET, or Eaton 6-T-3H.
2.06 NETWORK DEVICES AND PROTOCOLS
A. For control panels indicated to include data highways for connection to plant SCADA system
on Contract documents, communication protocol between control panel and SCADA system
shall be Ethernet IP. Control panel supplier responsible for any necessary protocol
converters if network devices used in control panel do not support Ethernet IP natively.
2.07 PANEL ANCILLARIES
A. Control Power Transformers (CPT): Control power transformers with factory installed
primary and secondary fuse blocks for circuit protection. Ground one leg of control
transformer on secondary side. CPT is permitted to installed in a separate enclosure to the
side of control panel, however the NEMA rating of enclosure must be maintained.
Industrial Control Panels 26 26 29 13.01- 10
Port Arthur Main WWTP Improvements Page 30 of 80 PTR15234
1. Control Power Voltage: Control power shall be 120 VAC from a control transformer
located in control panel.
2. Capacity: Sized to handle inrush of all relay coils and all other loads powered by CPT,
including motor space heater(s). Coordinate all external loads, including motor space
heater(s), with equipment supplier.
a. If no motor space heater is supplied with a motor powered by the control panel,the
CPT shall be sized with extra VA capacity for the appropriate size electric motor
space heater for that motor HP.
b. [The following is the amount of extra VA capacity which shall be furnished for each
motor:j
Motor HP Control Transformer
Extra VA Capacity
1 to 5 50
7.5 to 10 100
15 to 20 150
25 to 30 200
40 to 50 250
60 to 100 400
3. Manufactured by Hammond,Acme, Square D, or Eaton.
B. Receptacle: Each panel supplied with a PLC shall be supplied with a din rail mounted duplex
receptacle for laptop use.
C. Lights: Provide LED strip lights above each door for panels that are 24" or greater in depth.
Each door shall be fitted with a door switch to turn on lights when door is opened.
D. Operator Interface Terminal (OIT): Provide manufacturer's standard OIT, minimum size 10".
Each panel provided with an OIT will maintain the enclosure rating.
1. For all outdoor installations, provide OIT protector to prevent UV ray exposure.
Protector shall be manufactured by Smith and Loveless.
2.08 PANEL WIRING AND WIRE MANAGEMENT
A. Wire
1. Power and discrete control conductors: single conductors, stranded tinned copper with
600V type MTW insulation rated for 90C.
a. Minimum 120, 208 and 480VAC conductor size shall be#12 AWG.
b. Minimum discrete control conductor shall be#14 AWG.
2. Analog conductors: #18 AWG shielded,twisted pair, 600V insulation with extruded PVC
jacket.
B. Power Distribution Blocks: Aluminum body with phenolic or thermoplastic holder, rated for
600 VAC at 90C, suitable for termination of copper conductors, with finger safe terminal
cover.
Industrial Control Panels 26 26 29 13.01- 11
Port Arthur Main WWTP Improvements Page 31 of 80 PTR15234
1. Power distribution blocks shall be used for all conductors#10 AWG or larger entering or
routed within control panel.
2. Mount to control panel backplane.
C. Terminal Blocks: single high stacked 600 volt rated, suitable for up to#10 AWG conductor
size, manufactured by Allen-Bradley 1492 H1 or Allen-Bradley 1492-CA2 or approved equal.
Two high stacked terminal blocks will not be permitted.
1. Each terminal strip shall have hinged marking surfaces which snap on. Typewritten
labels shall denote terminal strip numbers and shall match numbers shown on shop
drawings, O&M manuals and wiring diagrams. Marking surfaces shall be Allen-Bradley
1492-N41 and labels shall be Allen-Bradley 1492-N43.
2. Provide minimum 25%spare terminals on terminal strip for customer's use.
D. Current Loop Isolators: Current isolators shall accept an input of 4-20 mA DC and produce a
linearly proportional 4-20 mA DC output signal. Accuracy shall be ±0.1%of scale. Isolators
shall loop powered. Output load capability shall be a minimum of 1000 ohms. Current
isolators shall be Phoenix Contact MCR-SL or approved equal.
E. Wire Duct: Slotted duct, with flush cover. Snap back wire retention trap with deep slots to
allow larger wire sizes. Wire duct shall be sized to be a maximum of 40%fill. Separate wire
ducts shall be provided for 480V power, 120V power, and control/instrumentation wiring.
F. Braided Expandable Wire Sleeving: Hook and loop fastener; made of 100% nylon.
G. Colored,vinyl marking tape shall be allowed only on conductors greater than 8 AWG. Under
no condition shall conductors of a different color be spliced together. All wiring shall be
identified with wiring markers with alphanumeric characters. The identification of each
wire shall be the same as that shown on the electrical schematic. Each wire shall be so
identified at each end. Each end of every wire shall be provided with a heat shrinkable or
equivalent sleeve-type wire marker-labeled in accordance with the electrical schematic. Use
of adhesive and clip-on type markers is prohibited.
2.09 PANEL LAYOUT REQUIREMENTS
A. All components in the control panel shall be completely factory wired. All external control
connection points shall terminate on power distribution blocks or terminal blocks.
B. Control relays,timing relays, control transformers, control circuit fuse blocks, etc., shall be
grouped in the corresponding starter with control wiring kept as short as possible. Ample
space shall be allowed between devices so that each component is completely accessible
without removing any other device.
C. If any MCP or circuit breaker operating handle is more than 6'-6", including the equipment
housekeeping pad, above the floor surface immediately in front of the control panel, a
supplementary operating device shall be attached to the operating handle. This
supplementary device shall require a person to reach no more than 6'6" above the floor
surface at any point of opening or closing the MCP or circuit breaker.
D. Wires shall be neatly placed in plastic wireways with the covers installed. Wires not in a
wireway shall be zip tied together and fastened to the enclosure or back plane with
adhesive mounting base.
Industrial Control Panels 26 26 29 13.01- 12
Port Arthur Main WWTP Improvements Page 32 of 80 PTR15234
E. Wiring in the control panel shall terminate on numbered terminal strips or power
distribution blocks. No other wire connecting devices, such as wirenuts or split bolts, shall
be allowed in the control panel. Each starter shall be provided with an individual terminal
strip for control wiring. This terminal strip shall be completely accessible from the front.
F. Control panel shall have a single means of disconnecting power to the whole enclosure and
a separate 120V control power circuit breaker.
G. Wire extending from the enclosure to the enclosure door shall be wrapped in expandable
wire sleeves.
H. For door-in-door construction enclosures, all devices intended to be visible while outer door
is closed shall have devices located on side of enclosures.
I. Controls shall be laid out on a removable backboard and backboard. All external fasteners
on the control panel shall be stainless steel.
3.00 EXECUTION
3.01 ENCLOSURE INSTALLATION SECHEDULE
A. Outdoor: NEMA 250, 4X 316 stainless steel.
B. Indoor
1. Non-conditioned space: NEMA 250,4X 316 stainless steel.
2. conditioned space: Painted steel NEMA 250,Type 1.
C. Chlorine Building: NEMA 250,4X FRP.
3.02 PREPARATION
A. Enclosure shall be clean and free of sharp corners. Conductors shall be grouped together
and routed in a neat and orderly fashion.
3.03 INSTALLATION
A. Make all electrical connections to all equipment specified. Install equipment in accordance
with the Manufacturer's recommendations and the plans. If neither are available, install the
equipment using recognized practices of the electrical industry and trade.
B. The final control schematic shall be printed and placed in a clear plastic sleeve after all the
field modifications have been made.
C. No top entry of conduit into panels shall be permitted.
D. Penetrations must not be made into control panels until raceways systems entering and
exiting control panel are watertight.
E. Floor mounted enclosures in conditioned environments shall have 4" housekeeping pad.
F. All wire terminals shall be torqued to manufacturer's torque value.
3.04 FIELD QUALITY CONTROL
A. Functional Checkout
Industrial Control Panels 26 26 29 13.01- 13
Port Arthur Main WWTP Improvements Page 33 of 80 PTR15234
1. Upon completion of the installation, perform continuity tests and functional checkout to
assure the proper operation of all equipment.
B. Acceptance Testing Preparation
1. Test insulation resistance for each enclosed controller, component, connecting supply,
feeder, and control circuit.
2. Test continuity of each circuit.
C. Tests and Inspections
1. Inspect controllers, wiring, components, connections, and equipment installation. Test
and adjust controllers, components, and equipment.
2. Test insulation resistance for each enclosed-controller element, component, connecting
motor supply,feeder, and control circuits.
3. Test continuity of each circuit.
4. Verify that voltages at controller locations are within plus or minus 10 percent of motor
nameplate rated voltages. If outside this range for any motor, notify Owner/Engineer
before starting the motor(s).
S. Perform each electrical test and visual and mechanical inspection stated in NETA
Acceptance Testing Specification. Certify compliance with test parameters.
6. Correct malfunctioning units on-site,where possible, and retest to demonstrate
compliance; otherwise, replace with new units and retest.
7. Test and adjust controls, remote monitoring, and safeties. Replace damaged and mal-
functioning controls and equipment.
3.05 ADJUSTING
A. Set field-adjustable switches, auxiliary relays,time-delay relays,timers, and overload-relay
pickup and trip ranges.
B. Adjust overload-relay heaters or settings.
C. Set field-adjustable circuit-breaker trip ranges.
3.06 CLEANING
A. Remove all metal shavings, dirt and dust from panel interior. Do not use compressed air to
clean panel interior.
3.07 PROTECTION
A. Temporary Heating: Apply temporary heat to maintain temperature according to
manufacturer's written instructions until enclosed controllers are ready to be energized and
placed into service.
B. Replace controllers whose interiors have been exposed to water or other liquids prior to
Substantial Completion.
Industrial Control Panels 26 26 29 13.01-14
Port Arthur Main WWTP Improvements Page 34 of 80 PTR15234
END OF SECTION
Industrial Control Panels 26 26 29 13.01- 15
Port Arthur Main WWTP Improvements Page 35 of 80 PTR15234
43 23 76.21 RECIPROCATING POSITIVE DISPLACEMEMENT PUMP
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish all labor, materials, equipment and incidentals required to install complete and
ready for operation, two double disc pumps for sludge feed pumping service in the
dewatering building as shown on the drawings and specified herein. Pumps shall be
complete pump unit consisting of pump, v-belt drive arrangement, and motor all completely
assembled on fabricated stainless steel base and shall conform to the pump requirement
described herein.
B. The double disc sludge pumps for dewatering building and volute screw press shall be
furnished, coordinated, installed and tested by a single manufacturer as a part of pre-
purchasing contract.
1.02 RELATED SECTIONS
A. 01 33 00 Document Management
B. 01 75 00 Starting and Adjusting
C. 26 29 13.01 Industrial Control Panels
D. 46 76 22 Volute Screw Press
E. 46 33 33 Polymer Blending and Feed Equipment
F. 40 90 01 Instrumentation
1.03 QUALITY ASSURANCE
A. Acceptable Manufacturers:
1. Penn Valley Pump Company, Inc.
B. Experience Requirements:
1. The equipment manufacturer shall be experienced in manufacturing pumping
equipment of this technology as specified and that have a record of successful in-service
performance. Manufacturer must have at least twenty(20) similar facilities in operation
and have a history of manufacturing this equipment for at least ten (10)years. Upon
request,submit evidence of manufacturing experience and installations.
2. All equipment must strictly conform to the requirements herein. If there are any
exceptions,they must be clearly listed. If the equipment is approved for use on this
project and is found at any time in the future that exceptions were not listed, the
engineer shall have the right to reject the equipment or require the manufacturer to
modify the equipment to bring it into compliance at no additional cost.
3. The equipment shall be 100% manufactured in the U.S. and all spare parts shall be
available for same day shipment and next day delivery.The manufacturer shall maintain
a fully equipped shop facility to perform all operations including welding, fabrication,
assembly and testing. These integrated operations provide the level of quality
Reciprocating Positive Displacement Pump 43 23 76.21- 1
Port Arthur Main WWTP Improvements PTR15234
Page 36 of 80
necessary for the equipment specified. All materials shall be designed to withstand the
stresses encountered in fabrication, erection and operation. All equipment shall be of
corrosion resistant materials or shall be suitably protected by the supplier with
corrosion resistant industrial coatings approved by the engineer.
C. Motors
1. Equipment supplier shall be responsible for mounting the motor and driven equipment
as a complete unit, correctly aligned and coupled with the coupling or sheave specified
on the driven equipment data sheet, and for designing vibration, special, or unbalanced
forces resulting from equipment operation.
2. Motors manufactured more than twenty four(24) months prior to the date of this
Contract will not be acceptable.
D. REFERENCE STANDARDS
1. IEEE Std 112—Standard Test Procedure for Polyphase Induction Motors and Generators.
2. NEMA MG-1—Motor and Generators
1.04 DELIVERY, STORAGE AND HANDLING
A. Protect painted motor surfaces against impact, abrasion, discoloration,and other damage.
Repaint damaged painted surfaces to the satisfaction of the Owner/Engineer.
1.05 SUBMITTALS
A. Submittals shall be in accordance with Section 01 33 00, Document Management and shall
include:
1. Shop drawings:
The Equipment Manufacturer shall submit complete assembly,foundation, and
installation drawings,together with detailed specifications and data covering materials
used, drive unit, parts, devices, and other accessories forming a part of the equipment
furnished. The data and specifications for each shall include detailed information on the
pump to include:
a. Pump
1. Manufacturer
2. Type and model
3. RPM at rated condition
4. Size of suction and discharge flanges
5. Complete performance curves
6. Net weight of pump and baseplate
7. Base and anchor bolt details
b. Motor
1. Name of Associated Driven Equipment
Reciprocating Positive Displacement Pump 43 23 76.21-2
Port Arthur Main WWTP Improvements PTR15234
Page 37 of 80
2. Manufacturer
3. Complete Nameplate Data
4. Bearing life design
5. Special features (i.e., space heaters and space heater wattage, RTDs, oversize
conduit box and corrosion resistant features), where applicable.
6. Letter of Compatibility. If motor is driven by VFD,the Motor supplier in
conjunction with the VFD supplier shall issue a letter of compatibility stating
that the motor and VFD are compatible.
c. Instrumentation and Field Devices
1. Bill of Material for all devices shipped loose
2. Complete cutsheets for each component provided
a). Indicate options being provided
3. Electrical wiring diagram of each component
2. Operation and Maintenance Manuals:
a. Operation and Maintenance Manuals shall contain the shop drawings,submittals,
schematics, final wiring diagrams with any changes made during start-up,
equipment installation reports, and maintenance procedures.
b. Operation and Maintenance Manuals shall include a warranty information page
which details the warranty start and end dates as well as contact information for
service.
c. Operation and Maintenance Manuals shall be submitted in accordance with Section
01 33 04, Operation and Maintenance Data.
1.06 GUARANTEE AND WARRANTY
A. The Manufacturer shall warrant the equipment furnished under this specification for a
period of two (2)years following substantial completion of the project, against defects in
materials and workmanship and operational failure.The first year of service shall be
interpreted as the 12-month period following substantial completion of the project.
B. In the event of a defect in material or workmanship or equipment design of any part or
parts of the equipment during the first one (1)year of service,the Pump Manufacturer shall
furnish, deliver, and replace the defective part or parts at Manufacturer's expense.
2.00 PRODUCTS
2.01 DESCRIPTION
A. Each pump shall be a simplex heavy duty, free diaphragm, disc style positive displacement
type, with Ceramaloy Lining Class 30 Cast Iron Housings. Duplex pumping arrangements
shall not be acceptable. The pump shall consist of three (3) housings horizontally split to
allow access to the internal components. The pump shall incorporate a Maintain-in-Place
hinged design that allows the pump to be serviced and discs replaced without removal of
Reciprocating Positive Displacement Pump 43 23 76.21-3
Port Arthur Main WWTP Improvements PTR15234
Page 38 of 80
the pump or disturbing the suction and discharge piping. The discharge housing shall
contain the mounting lugs and be bolted directly to the mounting frame. The discharge,
intermediate and suction housings shall incorporate an integral hinge arrangement that
allows the suction and intermediate housings to be lowered and removed.The hinges shall
be connected to each other with a quick release ball detent pin allowing for easy pin
removal.
B. The pumps shall be capable of operating dry for an indefinite period of time without
damage. The pumps shall be capable of self-priming up to 25" Hg.
C. The pumping action shall be achieved by two (2) free floating reciprocating flexible discs
attached to high tensile aluminum connecting rods driven by a rotating eccentric shaft.
Each disc shall be mounted to the connecting rod by a stub shaft constructed of hardened
high tensile stainless steel. The discs shall be of integral design and constructed of high
tensile neoprene with multiple layers of fabric for longevity and strength. The suction and
discharge discs shall be universal and interchangeable with each other to increase the
commonality of spare parts and eliminate confusion. The reciprocating action of the discs
shall also perform the duty of valves.
D. Sealing of the pump fluid chamber shall be achieved by flexible trunnions. The trunnion seal
shall be designed for sealing the pump chamber only and not be designed to provide any
pumping action. The trunnion construction shall be of fabric-reinforced neoprene and shall
be capable of withstanding pressures from 0 to 110 PSI on an intermittent basis. Pump
designs utilizing packing glands, mechanical seals or water seal systems will not be
acceptable.
E. The swan neck entry port to the suction housing shall be a two(2) piece design allowing for
mounting of the suction connection in 90 degree increments and provide easy access for
clack replacement. The upper swan neck shall be provided with a 3" NPT connection to
allow mounting of the suction pulsation dampener if required. The swan neck entry port
shall be a 6" diameter with a minimum opening of 28.2743 square inches to minimize debris
buildup and blockages. The seating surface for the clack valve shall be machined on the
mounting face of the swan neck. The clack valve shall be integrally mounted to the swan
neck to facilitate access and replacement. The clack valve shall be manufactured of
neoprene construction with multiple layers of fabric encapsulating a rigid core. The clack
valve shall incorporate an integral 0-ring seal for positive sealing. Designs that incorporate
a separate clack valve plate and smaller diameter opening shall not be acceptable.
F. The bearing drive assembly shall consist of two (2) aluminum modular pedestals designed to
provide accurate bearing alignment, superior bearing loading and ease of assembly. The
drive shaft shall be a minimum 30mm diameter and capable of withstanding a dead head
situation. The shaft shall be constructed of hardened high-tensile stainless steel and shall be
mounted on four(4) self-aligning, sealed bearings.The eccentric cams shall be constructed
of high tensile, cast bronze alloy and shall be pinned to the shaft by spiral drive pins to allow
for the absorption of reciprocating loads generated by the pumping action. Pump drive
assemblies that utilize keyways and setscrews will not be acceptable. All drive bearings
must be completely sealed with no provisions for scheduled grease lubrication. No grease
fittings shall be supplied for the bearings.
G. The pump shall be driven through a V-belt and drive assembly consisting of a 2 groove Type
B arrangement. The pulley ratios shall be sized to provide the maximum pump speed listed
Reciprocating Positive Displacement Pump 43 23 76.21-4
Port Arthur Main WWTP Improvements PTR15234
Page 39 of 80
in the pump schedule in this section and to provide the required torque generated between
the pump and motor.
H. Pump shall be provided with OSHA approved guards and covers. The V-belt drive cover and
pump drive assembly cover shall be manufactured from SS304 material.
I. Each pump and V-Belt assembly shall be mounted on a common SS304 sub base. Base
design shall have raised cross-members on the suction and discharge end to allow for
complete wash-out and draining without trapping liquid. Each sub base shall be
manufactured from 2-1/2"SS304 square tubing. Base shall be sufficient gusseted,
reinforced and braced to withstand all shock loads and resist all wearing and buckling during
pump operation. Tubing ends shall be capped with black plastic plugs for neat appearance.
J. Pulsation dampeners shall be provided on the suction and discharge lines. The dampeners
main tube shall be 6" diameter SCH 40 carbon steel pipe with fully welded end caps.The
suction dampener shall mount directly to the suction swan neck through the 3" NPT
connection. The discharge dampener shall be a separate piece with 6" 150#flanged
connections. The dampeners shall be pressure tested to 60 psi for leaks. Each dampener
shall be provided with a 1-inch half coupling located at the top. This connection shall be
suitable for the vacuum and pressure switch assembly. Each dampener shall be supplied
with a 1%" NPT coupling and plug in the bottom to act as a drain/sample port. Bladder type
and three-piece assemblies using connecting rods and gasket shall not be acceptable.
2.02 MOTOR
A. Motor shall be squirrel cage induction type,for 460V, 3 phase, 60 Hz operation, horizontally
mounted.
B. The motor manufacturer's nameplates shall be engraved or embossed on stainless steel and
fastened to the motor frame with stainless steel screws or drive pins. Nameplates shall
indicate all of the items of information enumerated in NEMA Standard MG1.
C. Motors shall have sufficient horsepower and torque capacity to drive the equipment
without overloading under all conditions, without exceeding the nameplate rating of the
motor and without use of the service factor. For motors on VFD power, brake HP must not
exceed 90%of motor nameplate HP. For motors on sine wave power, brake HP must not
exceed 95%of motor nameplate HP.
D. Motors shall be NEMA Design B standard, unless otherwise specified.
E. Service factor shall be 1.15 for all motors when operated on sine wave power, and 1.0
service factor when operated on VFD power.
F. Motors shall be random wound copper coils.
G. Motors shall meet NEMA MG 1 for Premium efficiency motors.
H. All motors shall be continuous time rated suitable for operation in a 40 degrees C ambient,
unless specified otherwise.
I. Unless otherwise indicated or specified, motors shall be totally enclosed fan cooled (TEFC),
for all applications.
Reciprocating Positive Displacement Pump 43 23 76.21-5
Port Arthur Main WWTP Improvements PTR15234
Page 40 of 80
J. TEFC Motors shall have corrosion resistant enclosures, epoxy paint, corrosion resistant
fittings and stainless steel or aluminum nameplates similar to "Mill and Chemical", "Corro-
Duty", "Chemical Processing" motors, or equal.
K. Motors shall have a breather drain in each end bracket of the TEFC motor enclosure.
Stainless steel automatic breather drains shall be provided in the lowest part of both end
brackets to allow drainage of condensation.
L. Air inlets and outlets shall be protected by vermin-proof, corrosion resistant louvers. The air
inlets shall be located on end or side as required by the application.
M. Motor frames, end brackets, and conduit box shall be of cast-iron.
N. Provide lifting lugs on the motor frame.
O. Motors shall have NEMA standard Class F insulation with Class B temperature rise above 40
Deg C ambient on a continuous operation at nameplate horsepower.
P. Motors larger than 15 HP shall have a locked rotor inrush kVA not exceeding Code G (6.29
KVA/HP), unless approved by Engineer.
Q. For motors on VFD,the motor shall be rated for inverter duty for operation on a variable
frequency drive (VFD) and shall comply with NEMA MG1.
R. The motor insulation system for motors controlled with VFD's shall have full capability to
handle the common mode voltage conditions imposed by the VFD. Motor insulation system
shall conform to all of the requirements of NEMA MG1, Part 31 for peak voltage withstand
capability.
S. Motor bearings shall have oil or grease-lubricated antifriction ball-bearings with L10 lifetime
of 50,000 HRS.
A. Motor Accessories
1. Space Heaters
a. Space heaters shall be supplied and shall be of the cartridge or flexible wrap around
type installed within the motor enclosure adjacent to core iron. Heaters shall be
rated for 120 V, single phase with wattage as required. The heater wattage and
voltage shall be embossed on the motor nameplate. Power leads for heaters shall
be brought out at the motor power lead junction box,where provided.
2.03 SUCTION VACUUM INDICATION
A. The pump manufacturer shall provide a NEMA 4X suction vacuum switch and vacuum gauge
to mount on the suction pulsation dampener.The switch shall be a PVP420 with a Red Valve
42/742 diaphragm seal or equal 1-inch NPT isolation pressure sensor with SS316 body and
EPDM elastomeric sensing tube. The process pressure is sensed through the 360-degree
elastomeric tube and glycerin transfers pressure to the gauge. The gauge shall be attached
to the sensor with S5316 fittings. Provide a quarter turn isolation valve to isolate diaphragm
from pulsation dampener. The vacuum assembly shall be fitted with 4" stainless steel 30psi
gauge.The units shall be capable of being cleaned in place by simply using the process
pressure through a SS316 isolation valve mounted to the top of the sensor. The opposite
end of the valve shall be fitted with a universal, quick acting coupling, suitable for
Reciprocating Positive Displacement Pump 43 23 76.21-6
Port Arthur Main WWTP Improvements PTR15234
Page 41 of 80
compressed air. This valve connection will be suitable to charge the dampener with
compressed air.
2.04 DISCHARGE PRESSURE PROTECTION
A. The pump manufacturer shall provide a NEMA 4X discharge pressure switch and gauge
assembly to mount on the discharge pulsation dampener.The switch shall be a PVP420, Red
Valve 42/742 diaphragm seal or equal 1-inch NPT isolation pressure sensor with SS316 body
and EPDM elastomeric sensing tube. The process pressure is sensed through the 360-
degree elastomeric tube and glycerin transfers pressure to the gauge and switch. The gauge
and switch shall be attached to the sensor with SS316 fittings. Provide a quarter turn
isolation valve to isolate diaphragm from pulsation dampener. The discharge assembly shall
be fitted with a 4" stainless steel 0-60 psi pressure gauge and shall be fitted with Ashcroft,
Barksdale, or equal, adjustable setpoint switch in NEMA 4X Enclosure. The units shall be
capable of being cleaned in place by simply using the process pressure through a SS316
isolation valve mounted to the top of the sensor. The opposite end of the valve shall be
fitted with a universal, quick acting coupling, suitable for compressed air. This valve
connection will be suitable to charge the dampener with compressed air.
2.05 SPECIAL TOOLS AND SPARE PARTS
A. Provide the following spare parts,one (1) set for sludge feed pumps consisting of:
1. Two (2) Discs
2. Two (2)Trunnions
3. One (1) Complete set of gaskets
4. One (1) Clack valve
5. One (1) Set of V-Belts
B. Provide One (1) Universal Disc Removal Tool.
2.06 FINISHES
A. All cast iron and carbon steel components shall be finished with manufacturer's standard
industrial grade primer 2—3 mils DFT and industrial enamel top-coat 2—3 mils DFT.
B. All stainless steel and aluminum surfaces will remain unpainted. All weld splatter shall be
removed and all welds ground smooth for a neat appearance.
3.00 EXECUTION
3.01 FIELD REPRESENTATIVES SERVICES
The equipment manufacturer shall furnish a qualified field service representative for the
purpose to inspect the equipment after installation and to supervise its initial operation. The
manufacturer's representative shall inspect the installation and shall provide a written
certification that the pump is installed in accordance with the manufacturer's requirements.The
unit must perform in a manner acceptable to the Engineer before final acceptance will be made
by the Owner.
Reciprocating Positive Displacement Pump 43 23 76.21-7
Port Arthur Main WWTP Improvements PTR15234
Page 42 of 80
3.02 INSTALLATION
A. Install all items in accordance with the printed instructions of the manufacturer, as indicated
and specified.
B. Dowel to frame after alignment in the field to facilitate realignment after disassembly.
C. Install and align on a concrete pad as specified in the drawings.
D. Brace all piping at suction and discharge connections to withstand all shock loads and
vibration.
3.03 ACCEPTANCE TESTS
A. Furnish labor, piping, equipment and material for conducting the tests.
B. Give each pump a running test in the presence of Engineer demonstrating its ability to
operate without vibration or overheating and deliver its rated capacity under specified
conditions. Specifically, the following items shall be measured at five (5) points over the
entire operating range:
1. Discharge Head
2. Suction Head
3. Capacity
4. Pump Speed
5. Amperage draw
C. Correct all defects or replace defective equipment, revealed and noted during tests. Make
necessary adjustments at the time of tests at the expense of contractor.
D. Repeat tests if necessary,to obtain results acceptable to engineer.
3.04 SCHEDULES
Parameter Description
Pump Tag Number Digested Sludge Feed Pump No. 1 and No. 2
Number of Units 2
Material Pumped Aerobically Digested Sludge
Maximum Percent Solids 3.5%
Capacity- Each Pump (GPM) 150
Minimum Discharge Head (TDH) 7
in Feet
Maximum Discharge Head (TDH) 24
in Feet
Reciprocating Positive Displacement Pump 43 23 76.21-8
Port Arthur Main WWTP Improvements PTR15234
Page 43 of 80
Suction & Discharge Port Size 6", 150 lbs. Flanged
Drive Type V-belt and pulley arrangement
Maximum Motor Horsepower— 10
Each Pump
Maximum Motor Speed (RPM) 220
Inverter Duty Rated Yes
END OF SECTION
Reciprocating Positive Displacement Pump 43 23 76.21-9
Port Arthur Main WWTP Improvements PTR15234
Page 44 of 80
46 33 33 POLYMER BLENDING AND FEED EQUIPMENT
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, materials, equipment, and incidentals necessary to install polymer blending
and feed systems with progressive cavity pump, motors and controls, including all integral
piping,valves, fitting, pipe supports, special equipment and appurtenances as specified
herein.
B. The polymer feeder shall be furnished complete with controls and appurtenances required
to make the system operable. The polymer blending and feed system shall be used to
activate neat emulsion polymer and feed a polymer solution to dewatering units.
C. The polymer blending and feed systems and volute screw press shall be furnished,
coordinated, installed and tested by a single manufacturer as a part of pre-purchasing
contract.
D. The polymer dilution and feed system shall be capable of effectively activating and fully
blending with water a homogenous polymer solution ranging from 0.1%to 1%
concentration of emulsion polymers with active contents up to 75%.
1.02 RELATED SECTIONS
A. 01 33 00 Document Management
B. 46 76 22 Volute Screw Press
C. 26 29 13.01 Industrial Control Panels
D. 40 90 01 Instrumentation
E. 46 76 22 Volute Screw Press
1.03 QUALITY ASSURANCE
A. Acceptable Manufacturers:
1. Velocity Dynamics, LLC. (VeloDyne)
B. The system shall be completely shop assembled, skid mounted, and shop tested prior to
shipment.
C. Prior to shipment the system shall be inspected for quality of construction verifying all
fasteners and fittings are tight, all wires are secure and connections whisker-free.
D. The complete system shall be fully factory tested prior to shipment. Testing shall include:
setting and verification of all instrumentation and sensors per the design requirements of
the application; pressure testing all plumbing systems for a minimum of one hour at 100 psi.
If leaks are found they shall be fixed and a new test shall be conducted for one hour at 100
psi until the plumbing system is verified to be leak free; verification of system design flow
rates, and; complete functional simulation of operation.
1.04 SUBMITTALS
Polymer Blending and Feed Equipment 46 36 33 -1
Port Arthur Main WWTP Improvements Page 45 of 80 PTR15234
A. Submittals shall be in accordance with Section 01 33 00 "Document Management" and shall
include:
1. Shop Drawings noting the following:
a. Make, model, and weight of equipment items.
b. Schematic of piping layout showing all equipment, valves, and other accessories.
c. Manufacturer's catalog information, descriptive literature, specifications, and
materials of construction.
d. Information on rotameters, flow meters, and mixer chamber.
e. Dimensions for system.
f. Retention time and Gt(mean velocity gradient multiplied by retention time)values
for polymer mixing chamber.
g. Electrical control schematic and wiring diagrams that clearly project specific control
panel layout.
h. Interconnection diagrams showing 120-volt control interconnections, instrument
connection,wire size and quantities, wire identification per control diagrams, and
terminal block locations.
2. Operation and Maintenance Manuals including storage, installation start-up and
operating instructions. Provide safety precautions and warnings of all hazards operating
equipment.
3. Installation List: The Equipment Manufacturer shall submit a list of 10 similar
installations which have been in satisfactory operation for at least 5 years. Shop
drawings not including this required information shall not be accepted.
4. All product warranty information.
5. List of all recommended spare parts.
6. Submit detailed specifications and shop drawings with both shaded isometric and
orthogonal views of the proposed system, including dimensions and weights.
7. Submit wiring, control schematics, and control logic diagrams for all electrical and
control components furnished.
8. Factory Testing: Major system components shall be factory tested for compliance with
the construction and functional requirements, and a certification of the results of these
tests shall be submitted to the Owner and Engineer.
1.05 WARRANTY
A. Manufacturer shall warrant the equipment and materials furnished under this Section
against defects in materials and workmanship for a period of one (1) years from the date of
Substantial Completion. The first year of service shall be interpreted as the 12-month period
following substantial completion of the project.
B. The mixing chamber shall be warranted for the life of the system against failure for plugging
for any reason.
Polymer Blending and Feed Equipment 46 36 33-2
Port Arthur Main WWTP Improvements Page 46 of 80 PTR15234
C. IDENTIFICATION: Provide a name plate securely affixed to the unit providing Manufacturer
with phone number, model number, and serial number.
1.06 DELIVERY AND STORAGE
A. The equipment will be shipped in a new, high quality completely enclosed weather proof
wooden crate constructed of 2"x 4" studs and 3/8" thick ply wood. Access to the crate shall
be by a front panel removable by lag bolts. A skid shall be constructed of 4" x 4" or two 2" x
4"each,allowing fork-lifting. The crate shall include a shock sensor to warn of equipment
mishandling during shipment.
2.00 PRODUCTS
2.01 GENERAL
A. The polymer feed systems shall be skid mounted assemblies consisting of one progressing
cavity pump, mixing chamber, and all piping, valves, and controls capable of delivering
required minimum and maximum gallons per hour of polymer solution as specified herein.
2.02 DESIGN AND SYSTEM REQUIREMENTS:
Item Requirement
No. of Units 2
Polymer Type Emulsion
Specific gravity of polymer 1.05
Percent Active Polymer at Design Point 40%
% Dilution at Design Point 0.5% based on neat polymer
Pumping Temperature 40 deg F to 110 deg F ambient temperature
indoors
Neat Polymer Feed (per unit) Minimum: 6 gph
Maximum: 8 gph
Dilution Water Potable water
Dilution Water Flowrate (per unit) Minimum: 1,265 gph (21 gpm)
Maximum: 1,686 gph (28 gpm)
Diluted Polymer Feed Rate (per unit) Minimum: 1,271 gph (21 gpm)
Maximum: 1,695 gph (28 gpm)
Dilution Water Inlet Connection 1.5-inch
Neat Polymer Inlet Connection 1-inch
Polymer Solution Discharge Connection 1.5-inch
Polymer Blending and Feed Equipment 46 36 33-3
Port Arthur Main WWTP Improvements Page 47 of 80 PTR15234
A. MATERIALS OF CONSTRUCTION
1. System skid: 304 stainless steel
2. Hardware:Type 304 stainless steel
3. Inlet and Outlet fittings: 304 stainless steel
4. Piping& pipe fittings: schedule 80 PVC
5. Tubing and tube fittings: polyethylene, polypropylene, stainless steel and Viton
6. Water solenoid valve: brass
7. Pressure gauges: stainless steel, liquid filled
8. Pressure switches: NEMA 4, brass connection
9. Flow meter: acrylic, stainless steel, PVC and or polypropylene
10. Water control valve: stainless steel with stainless steel seat
11. Mixing chamber body/flanges: 304 stainless steel
12. Mixing chamber cover/chamber: clear polycarbonate
13. Mixing Chamber Discharge: 304 stainless steel
14. Impeller: 304 stainless steel
15. Impeller shaft seal:Viton, stainless steel, ceramic, carbon
16. Mixing chamber pressure relief valve: brass, stainless steel or PVC
17. Metering pump wetted parts: stainless steel &Viton
18. Control enclosure: 316 stainless steel
B. POLYMER ACTIVATION AND BLENDING CHAMBER:
1. Concentrated polymer and water shall be blended in a completely back-mixed
environment. The mixing chamber shall be constructed with a clear acrylic barrel, 304
stainless steel chamber with clear cover, 304 stainless steel impeller and 304 stainless
steel mixer shaft. Mixing chamber shall be transparent or have a clear PVC pipe at the
exit to allow viewing of mixing intensity. Mixer drive shaft shall be sealed with a
mechanical seal with flushing assembly.
2. The polymer and water shall be mixed in a chamber designed to create sufficient mixing
energy.
a. High shear zone of the mixing chamber shall have a mechanical mixing impeller for
successful initial activation and the low shear zone shall not have a mixing impeller
to avoid damaging polymer molecules.
b. In order to quantify the mixing intensity in the mix chamber, the applied
horsepower shall be defined by measuring the difference between in torque when
the mix chamber is empty versus being full of water.This value shall be the basis of
determining the mixing intensity defined as "G"value.
c. 1. The G-value in the high shear mixing zone shall not exceed 14,000 sec-1 to
effectively disperse polymer gels to prevent fisheye formation.
Polymer Blending and Feed Equipment 46 36 33 -4
Port Arthur Main WWTP Improvements Page 48 of 80 PTR15234
d. 2.The G-value in the low shear mixing zone shall be lowered to 3,500 sec-1 to avoid
damaging polymer molecules.
e. Solution shall undergo a tapered mixing intensity slope as it exits the initial high
sheer zone and passes through a second low shear zone, isolated by a baffle.
f. The design shall have primary mixing and post-dilution to maximize the value of
breaker surfactant present in emulsion polymer.
g. Polymer activation efficiency shall be consistent over the dilution water range.
3. Impeller shall be driven by a %2 HP motor.
a. Motor shall be TEFC.
b. Impeller speed shall be 1750 rpm, minimum.
c. Motor shall be direct-coupled to impeller shaft.
d. Provide cord-and-plug type connection with L5-20 receptacle compatible male-end
locking connectors.
4. The mixing impeller shall be controlled by an SCR motor controller and driven by a
wash-down duty motor. The motor shall be mounted horizontally or above the mixing
chamber.
5. The mixer drive shaft shall be sealed by a mechanical seal which shall have an integrally
mounted and factory plumbed seal flush.A drain port behind the seal shall be provided
in the mixing chamber to drain the polymer solution in case of a seal failure. The seal
shall be easily accessible for replacement.
6. Both mechanical and non-mechanical mixing zones shall be clear polycarbonate to view
the mixing action and blending effectiveness. The clear cover shall have a stainless steel
reinforced gusseted flange with a stainless steel discharge connection in order to handle
maximum operating pressures.
7. The mixing chamber shall have a maximum rated pressure of 100 psi. Provide a
pressure relief on the mixing chamber factory set at 75 psi.
a. Mixing chamber shall include a neat polymer stainless-steel injection check valve
with quick release pin.To minimize check valve plugging due to normally occurring
polymer agglomerations,the minimum open area up to and including the valve seat
shall be 3/16" without exception.
C. PROGRESSIVE CAVITY METERING PUMP:
1. Each blending unit shall include one (1) polymer positive displacement, progressing
cavity metering pump for pumping neat polymer into blending units.
a. Rotor shall be 316 stainless steel. Stator shall be Viton. Shaft seal shall be lip seal
type riding on a ceramic sleeve. Mechanical seals shall not be used. Polymer feed
pump shall be driven by a 1/2 HP, 90V DC motor. Variable speed shall be provided by
a SCR controller. Motor shall be washdown,TENV. Motor shall be direct-coupled to
a gear reducer. A gear reducer shall be provided to produce a maximum pump shaft
speed of not more than 545 RPM. Pump shall be direct-coupled to gear reducer.
Polymer Blending and Feed Equipment 46 36 33-5
Port Arthur Main WWTP Improvements Page 49 of 80 PTR15234
2. Provide a thermal flow sensor at the discharge of the polymer feed pump to indicate
loss of polymer flow. The flow sensor shall include a stainless-steel plumbing assembly
with a stainless-steel ball valve for draining during cleaning.The loss of polymer flow
alarm shall have an adjustable time delay and a reset button on the control panel. Loss
of polymer shall stop the polymer feed unit and require manual reset to restart the feed
unit.
3. Provide a calibration column with two full port PVC ball valves having Viton o-rings.
D. DILUTION WATER CONTROL
1. Provide differential pressure type loss of water flow sensor. Loss of water flow alarm
shall have an adjustable time delay. Loss of dilution water flow shall stop the metering
pump which will restart automatically on return of water flow.
2. The dilution water flow rate shall be monitored by a Rotameter flow meter having the
range as specified under paragraph 2.02 above. Unions or flanges shall be provided on
the flow meter to allow easy removal for cleaning.
3. System shall have a brass solenoid valve for on-off control of dilution water supply
4. A differential pressure type low water differential pressure alarm shall be provided.
5. Dilution water inlet and polymer solution outlet connections shall include 304 stainless
steel unions connected to the chassis.
6. Provide a 2-1/2" stainless steel liquid filled pressure gauge to monitor dilution water
inlet pressure.
E. SYSTEM SKID
1. The system's frame shall be of rugged 304 stainless steel construction.
2. The skid shall have an integral stainless steel drip pan located under the neat polymer
metering pump. Provide one dozen absorbent pads designed for oil and sized to fit
within the drip pan.
2.03 POLYMER CONTROL PANEL
A. Polymer system control panel shall be provided by the polymer equipment supplier,
mounted to Polymer skid.
B. Polymer control panel shall operate on a single 120VAC, 60Hz, 20A service.Any equipment
requiring more power shall be adjusted by the contractor. Equipment requiring more power
shall include improvements to the system from the power panel back to utility at no
additional cost to the owner.
C. Instrumentation,valves, switches, and motors mounted to the skid shall be factory wired by
the equipment supplier.
D. Control Panel shall include, at a minimum the following controls:
1. HAND/OFF/AUTO switch
a. In HAND mode the pump shall be controlled by an operator entering a desired
pump speed.
b. In AUTO mode the thickening unit control panel shall provide a 4-20mA dosing rate.
Polymer Blending and Feed Equipment 46 36 33-6
Port Arthur Main WWTP Improvements Page 50 of 80 PTR15234
E. Input/Output signals to the thickening unit control panel shall be:
1. Input
a. Start/Stop (Discrete)
b. Flow setpoint (4-20mA)
2. Output
a. Polymer system running (Discrete)
b. Polymer pump rate (4-20mA)
c. Polymer Common Alarm (Discrete, Consists of signals below)
1). Loss of flow, dilution water
2). Loss of flow, neat polymer
3). Polymer system malfunction
4). Polymer system in remote
2.04 CALIBRATION KIT
A. A Calibration Kit with consisting of one suitably-sized graduated cylinder, isolation ball
valves, and fittings shall be supplied to permit accurate monitoring of the polymer input
rate.
2.05 SPARE PARTS KIT
A. The following spare parts and special tools shall be furnished (total, not for each unit):
Qty Item
2 Progressive cavity pump shaft seals
1 Banding clamp tool for replacement of the progressive cavity
metering pump pin joint banding clamps
1 Mechanical seal
1 Mixing chamber o-rings
1 Neat Polymer Injection check valve, complete
1 Pump liquid end rebuild kit
3.00 EXECUTION
3.01 INSTALLATION
A. Manufacturer's Representative for Startup and Testing: Services of manufacturer's
technical representative shall be provided for pre-startup installation checks, startup
assistance, training of Owner's operating personnel,troubleshooting and other services as
required in Section 01 75 00 "Starting and Adjusting."
Polymer Blending and Feed Equipment 46 36 33-7
Port Arthur Main WWTP Improvements Page 51 of 80 PTR15234
B. The manufacturer's representative shall provide a maximum of one (1)trip with a total of
five (5) days on-site excluding travel time for Installation Supervision, Startup and Functional
Testing, and Operator Training.
3.02 FIELD QUALITY CONTROL
A. Upon test to verify the satisfactory operation of each unit shall be conducted. The test
completion of installation of the equipment, an acceptance shall be conducted in a manner
approved by and in the presence of the Engineer. The unit shall be checked for excessive
noise, vibration, alignment, general operation,etc. The unit must perform in a manner
acceptable to the Engineer before final acceptance will be made by the Owner.
END OF SECTION
Polymer Blending and Feed Equipment 46 36 33-8
Port Arthur Main WWTP Improvements Page 52 of 80 PTR15234
46 76 22 VOLUTE SCREW PRESS
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, materials, equipment, and incidentals necessary to install a screw press and
accessories as specified herein and as required to meet the specified performance
requirements and to provide a full and properly functioning system.The screw press shall
function as a part of an integrated sludge dewatering system.
B. Volute screw press supplier shall furnish the following: sludge feed pumps, standalone VFDs,
screw press control panels, polymer blending units, booster pumps and all instrumentation
in this and other related specifications.
C. If the system requires additional space, utilities, and/or equipment which are not described
in the Contract Documents or cannot be provided within sufficient existing footprint in the
dewatering building,the volute screw press manufacturer shall be responsible for costs
associated with modifications, additions, and changes, including design effort, required to
locate and place the proposed equipment into service.
D. Unit responsibility: All equipment furnished under this section shall be the responsibility of a
single manufacturer to fabricate or procure, integrate,factory test, and deliver to the
project site. It shall be the responsibility of the manufacturer to coordinate all details and
components required for a properly functioning system.The Contractor shall assume full
responsibility for the satisfactory installation and operation of the entire screw press
dewatering system package.
E. The Dewatering Unit provided must include three (3) separate Dewatering Drums that
operate independently such that in the event that one Drum is inoperable for any reason,
the unit can still dewater sludge.
1.02 RELATED SECTIONS
A. 01 33 00 Document Management
B. 01 75 00 Starting and Adjusting
C. 26 29 13.01 Industrial Control Panels
D. 43 23 76.21 Reciprocating Positive Displacement Pump
E. 46 33 33 Polymer Blending and Feed Equipment
F. 40 90 01 Instrumentation
1.03 QUALITY ASSURANCE
A. Acceptable Manufacturers:
1. Process Water Technologies, LLC. (PWTech)
B. Experience Requirements:The screw press shall be the product of a manufacturer who can
demonstrate at least 10 years of experience in the manufacture, operation, and servicing of
equipment of a type, size, quality, performance and reliability equal to that specified.
Screw Press 46 76 22- 1
Port Arthur Main WWTP Improvements Page 53 of 80 PTR15234
C. Performance Requirements: The screw press shall meet the following minimum
performance requirements:
Feed Sludge Aerobically digested dewatered sludge
Average Solids Concentration 2%
Sludge Cake Dry Solids Content 25%—30%
Min. Dry Solids Throughput 1500 lb/hr
Max. Operating Schedule 40 hours/week
Solids Capture Rate Minimum 95%
Minimum: 27 lbs/ton of dry solids
Polymer Consumption Maximum: 36 lbs/ton of dry solids
No. of drums required 3
D. Manufacturer's Representative for Startup and Testing: Services of manufacturer's technical
representative shall be provided for pre-startup installation checks,startup assistance,
training of Owner's operating personnel,troubleshooting and other services as required in
Section 01 75 00 "Starting and Adjusting."
E. The owner/engineer shall be notified by the manufacturer a minimum of two (2)weeks'
notice prior to testing.
F. Electrical Components, Devices, and Accessories: UL Listed and labeled and marked for
intended location and application.
G. Prior to shipment,the Volute Dewatering Press and control panel shall be factory tested at
the place of assembly. Factory test each pre-assembled, pre-wired, Volute Dewatering Press
and its associated control panel to be supplied to the job site. Prior to shipment,verify
through a one-hour continuous operating test that the Volute Dewatering Press and
associated equipment operate smoothly, noiselessly,vibration free, and without
overheating of any bearing or motor.
H. Motors
1. Motors manufactured more than twenty-four(24) months prior to the date of this
Contract will not be acceptable.
I. Booster Pumps Quality Assurance:
1. Booster Pumps Manufacturer shall have a minimum of five years experience producing
substantially similar equipment and shall be able to show evidence of at least ten
installations in satisfactory operation for the last five years.
2. Volute screw press manufacturer and booster pumps manufacturer shall review and
approve or shall prepare all Shop Drawings and other submittals for all components
furnished under this Section for booster pumps.
1.04 SUBMITTALS
A. Submittals shall be in accordance with Section 01 33 00 "Document Management" and shall
include:
Screw Press 46 76 22-2
Port Arthur Main WWTP Improvements Page 54 of 80 PTR15234
1. Shop Drawings: The Manufacturer shall submit with the shop drawings a list of 10
similar U.S. installations which have been in satisfactory operation for at least 1 year.
The installation list shall include the names and phone numbers of the plant operators.
Shop drawings not including this required information shall not be accepted. Drawings
shall show general arrangement of equipment including dimensions and installation
details for all components, including mounting and connection details.
2. Operation and Maintenance Manuals
3. A complete list of exceptions to the specifications
4. Maintenance schedule, method of maintenance performance, and life expectancy of all
equipment when applied as intended in the specifications
5. List of all recommended spare parts
6. All product warranty information
7. Motors
a. Nameplate of associated driven equipment
b. Nameplate data including
1). Motor HP
2). Phase
3). Efficiency at Full Load
4). Voltage
5). PF
6). Speed (RPM)
7). Full Load Current
8). Locked Rotor Current
9). Enclosure Rating
10).Special features (i.e., space heaters, RTDs,thermostats, oversized conduit box
and corrosion resistant features),where specified.
8. Control Panels: Complete submittal per Section 26 29 13.01 Industrial Control Panels.
Control panels submitted that do not conform to this specification will be returned
without review.
9. Field Instrumentation and Devices: Complete submittal per Section 40 90 01
Instrumentation
10. Project Specific Wiring Diagrams: If applicable,for power, signal and control wiring
diagrams.
11. Include calculations for adequate mixing time for the reaction between additive
(polymer) and sludge.
12. Include calculations for a range of detention times for mixing the additive (polymer) and
sludge.
Screw Press 46 76 22-3
Port Arthur Main WWTP Improvements Page 55 of 80 PTR15234
13. Piping and mixing equipment layout shall be provided as a shop drawing submittal for
approval by the Engineer.
B. Submittals for Booster Pumps shall be in accordance with Section 0133 00 "Document
Management" and shall include:
1. Manufacturer's literature, illustrations and specifications and engineering data
including: dimensions, materials, size,weight, performance data and curves showing
overall pump efficiencies, required met positive suction head, allowable suction lift,
flowrate, head, brake horsepower, motor horsepower, speed and shut-off head.
2. Shop Drawings showing: Fabrication, assembly, parts, installation and wiring diagrams.
3. Guarantee
4. Copies of certified pump tests.
5. Motor tests and data
6. Setting drawings, templates and directions for the installation of anchor bolts and other
anchorages.
7. Submit a written report giving the results of requited field tests.
8. The manufacturer shall certify in writing that the design application has been reviewed,
and that the equipment will thoroughly and efficiently meet the performance
requirements of this application.
1.05 WARRANTY
A. The equipment supplier shall warrant all equipment and motors furnished under this
specification for a period of one year against defects in materials and workmanship and
operational failure.The first year of service shall be interpreted as the 12-month period
following substantial completion of the project.
B. All equipment shall be guaranteed against defects in material and workmanship and any
defective equipment shall be repaired or replaced without cost or obligation to the Owner.
C. In the event of failure of any part or parts of the equipment during the first year of
operation,the Manufacturer shall furnish, deliver and install the defective part or parts at
no additional expense to the Owner.
2.00 PRODUCTS
2.01 SYSTEM DESCRIPTION
A. The sludge dewatering system shall consist of Two (2) numbers of Three (3) Drum Volute
Dewatering Press and all appurtenances.
B. Each Volute Dewatering Press shall be a complete prefabricated system consisting of:
1. Sludge conditioning system consisting of two-stage flocculation tanks with a mixing
tanks with gear motor and mixing impeller to allow efficient mixing of polymer in the
sludge and a flocculation tank including gear motor and large cross-sectional area
agitator.
Screw Press 46 76 22-4
Port Arthur Main WWTP Improvements Page 56 of 80 PTR15234
2. Three (3)x 350 series "Dewatering drums" including spray wash down system and gear
drives.
3. Support structure for the Dewatering Drum including filtrate collection pan and outlet
plumbing.
4. Two (2) self-contained electrical and control panels including control for ancillary
equipment such as feed pumps, polymer blending units, screw conveyors and inline
sludge grinders. VFDs for each feed pump will each be housed in separate enclosures
from the main screw press control panel.
2.02 MANUFACTURED PRODUCTS
A. Screw Press:
1. Volute Dewatering Press, Model ES-353 by PWTech
2.03 OTHER PRODUCTS AND ACCESSORIES
1. Two (2) Centrifugal End-Suction Booster Pumps for Potable Water Feed into Polymer
Blending Units.
2.04 VOLUTE SCREW PRESS
A. Screw press wetted surfaces shall be manufactured entirely of 304 stainless steel including
complete support frame, tanks, dewatering drums, dewatering screw, plumbing and spray
bars. All metals in contact with polyelectrolyte or sludge, and all other metal components
unless otherwise specified shall be type 304 stainless steel.
B. No carbon steel will be used for any part of the press other than the dewatering drum drive
motor.
C. The following table indicates the materials and coatings that shall be provided for the Volute
Dewatering Press and related components unless specified otherwise herein:
Item of Equipment Material
Tanks and support frame Type 304 Stainless steel
Plumbing and Spray bars Type 304 Stainless steel
Dewatering Drums Type 304 Stainless steel
Dewatering Drum Screw Type 304 Stainless steel with flame coating 10Co-4Cr
Gear Motors Type 304 Stainless steel and Corrosion Resistant Carbon Steel
Gear Motor coating Acrylic paint
Spray nozzles Polypropylene
Electrical enclosure Type 304 Stainless steel
Electrical wiring housing Non-metallic flexible liquid-tight conduit and fittings
Screw Press 46 76 22-5
Port Arthur Main WWTP Improvements Page 57 of 80 PTR15234
Valves—wetted sections Stainless Steel, EPDM Seating
D. The screw press shall be completely enclosed to prevent odor emission.
E. The screw shall generate increasing pressure on the sludge during the axial passage of the
sludge through the press to achieve dewatering.The shaft of the screw shall be conical
towards the discharge end of the press.
F. The structural support frame shall be fabricated of type 304 stainless steel members
conforming to the latest ASTM Standard Specifications for Structural Steel, Designation A36
It will be a rigid structure, adequately braced to withstand intended loads without excessive
vibration or deflection.
G. The framework shall be of welded and/or bolted construction. All welding shall conform
with the American Welding Society Structural Welding Code.
H. The structure shall be designed for installation on a prepared concrete foundation, suitable
flat concrete slab, or fabricated platform and secured with anchor bolts.
I. Screw press manufacturer should provide platforms for easy access and visual inspection of
all internal components.
2.05 DEWATERING DRUMS
A. The dewatering drums will be constructed of ATSM type 304 SS. All circular components will
be laser cut to ensure maximum evenness of wear and therefore operating life.
B. Assembly will be undertaken in such a way that all fixed rings are concentric and parallel. All
fixed rings will be equally spaced apart for each section of the dewatering drum. When
mounted on the retaining rods and installed, all moving rings will move freely between the
fixed rings.
C. Each Dewatering Drum shall be equipped with individual spray bars. Spray water supply
shall be designed for a minimum flow and pressure as recommended by the manufacturer.
Each drum will have a dedicated solenoid valve to operate spray wash of each drum
independently.
Available Water Source Non-Potable Water (Treated Effluent)
Connection Size 1 in.
Minimum Available Pressure 40 psi
D. Sludge cake shall be automatically discharged through sludge discharge opening.
E. Contractor shall provide 8" diameter drain line for the filtrate and connect it to the bottom
drain connection of the screw press. Contractor to also provide 2" diameter flocculation
tank drain line and connect it to the bottom drain connection of flocculation tank.
F. Each Dewatering Drum will have a drive motor:
1. The Dewatering Drum drive motor will be a one piece gearmotor. Gearmotors will be
hollow shaft design designed to drive the dewatering drum screws with no additional
couplings or joints. Motors will be filled with grease on assembly and sealed for life.
Screw Press 46 76 22-6
Port Arthur Main WWTP Improvements Page 58 of 80 PTR15234
Screw rotational speed shall be obtained through a hypoid reduction gear. Input power
to the dewatering drum drive shall be supplied through an A.C. variable frequency drive
unit.
2. Drive Motor Data:
Maximum Horsepower 3 HP
Power Requirements 480 V, 3 Phase, 60 Hz
No load motor speed 1760 RPM
Gear Reduction 504:1
Output Shaft Speed 3.5 RPM @ 60 Hz
Insulation Class F
Enclosure TEFC
Enclosure Material Corrosion Resistant Carbon
Steel or Diecast Aluminum
Sine Wave Power Service Factor 1.15
Inverter Duty Yes
G. TEFC motor shall be corrosion resistant.
H. Motor shall be random wound copper coils.
I. Motor shall meet NEMA MG 1 for Premium efficiency motors.
J. All motor shall be continuous time rated suitable for operation in a 40 degrees C ambient,
unless specified otherwise.
2.06 MIXING AND FLOCCULATION TANKS
A. Each Volute Dewatering Press shall have an integrated two-stage mixing system comprising
of a flash/rapid mix tank and flocculation tank, each with mixers and drive motors.
B. Tank sizing and design will ensure adequate residence times and mixing conditions to
ensure complete flocculation and satisfactory dewatering performance.Tank design will
minimize the possibility of any short circuiting of flow.
C. Mixing and flocculation tanks will be manufactured in type 304 stainless steel and will be a
minimum of 11 gauge (0.12").Tanks and spill containment trays will be fully welded
internally and externally.
D. Motor Requirements:
1. The mixer and flocculation tank drive motors will be a one piece gearmotor.
Gearmotors will be hollow shaft design designed to drive the mixing impeller shafts with
no additional couplings or joints. Motors will be filled with grease on assembly and
sealed for life. Mixer rotational speed shall be obtained through a hypoid reduction
gear. Input power to the dewatering drum drive shall be supplied through an A.C.
variable frequency drive unit allowing variable mixing energy to be input to the system
Screw Press 46 76 22 -7
Port Arthur Main WWTP Improvements Page 59 of 80 PTR15234
2. Motor Data:
Parameter Mixing Tank Flocculation Tank
Maximum Horsepower 0.54 4
Power Requirements 480 V, 3 Phase, 60 Hz 480 V, 3 Phase, 60 Hz
No load motor speed 1760 RPM 1760 RPM
Gear Reduction 10:1 60:1
Output Shaft Speed 180 RPM @ 60 Hz 30 RPM @ 60 Hz
Insulation Class F F
Enclosure TEFC TEFC
Enclosure Material Die Cast Aluminum Die Cast Aluminum
Sine Wave Power Service Factor 1.15 1.15
Inverter Duty Yes Yes
E. TEFC motor shall be corrosion resistant.
F. Motor shall be random wound copper coils.
G. Motor shall meet NEMA MG 1 for Premium efficiency motors.
H. All motor shall be continuous time rated suitable for operation in a 40 degrees C ambient,
unless specified otherwise.
2.07 POWER, CONTROLS AND INSTRUMENTATION
A. Each screw press system will consist of a sludge feed pump, screw press, polymer feed
system, polymer makeup water booster pump, and screw conveyor. Supplier shall provide
two PLC based standalone screw press control panels and two standalone sludge feed pump
variable frequency drives.The sequences and narratives within this Section do not complete
depict all the functional requirements of the controls system, however the supplier shall
provide the control system, motor controllers,field instrumentation and devices to safely
and completely operate the system.
B. All instrumentation, control and electrical components provided under this
section shall comply with the requirements on the drawings and Divisions 26
and 40 of the specifications.
C. Control Panels and Standalone VFDs
1. General Requirements
a. Control panels shall be UL508A labeled.
b. Refer to Section 26 29 13.01 "Industrial Control Panels" for additional control panel
product and fabrication requirements not listed within this specification.
c. Environmental Conditions
1). Temperature: 0-40 °C, indoors
2). Humidity: 0-95%, noncondensing
Screw Press 46 76 22-8
Port Arthur Main WWTP Improvements Page 60 of 80 PTR15234
3). Altitude Rating: Not exceeding 1000 feet.
4). Electrical equipment supplied shall be fully rated for the environmental
conditions. Derate electrical equipment as required to remain below individual
component operating temperature ratings. If necessary, closed loop cooling
systems shall be provided. No open loop cooling systems permitted.
d. Manufacturer of the Screw Press shall coordinate with Contractor to provide wiring
between all system components as required.
2. Screw press control panel
a. Control panel shall include drum VFDs, flash and flocculation mixer VFDs, screw
conveyor reversible motor starters, and PLC based controls for screw press system.
b. Power Supply
1). Panel shall require a single 480 V, 60 Hz, 3Ph, 3W power supply.
2). Panel Ampacity: 70A
3). Panel Short Circuit Current Rating(SCCR): 42kAIC
4). All other voltages required by system shall be changed from inside the panel,
through the use of a control power transformers or DC power supplies.
c. Enclosure
1). NEMA 4X rated 304 stainless steel. Enclosure shall be suitable for floor
mounting with standoff legs and shall have two doors. Doors shall swing
horizontally and shall be held closed with mechanical spring-loaded fasteners.
d. At a minimum,the following must be provided with the panel.
1). Main circuit protective device (Circuit Breaker or Fuses)
2). Programmable logic controller(PLC)
3). 10" OIT(Operator Interface Terminal) mounted to enclosure door
4). NEMA rated contactor(s)
5). Variable frequency drive(s)
6). Control power transformer
7). UPS
8). Phase failure relay
9). Terminal and power distribution blocks to connect field wiring connections to
panel. No direct termination to relays and motor controllers will be permitted.
10). Condensate and breather drain
11). Controls mounted on the enclosure face include
a). Engraved nameplates for each function
b). Pushbutton
(1). Emergency stop, maintained
Screw Press 46 76 22-9
Port Arthur Main WWTP Improvements Page 61 of 80 PTR15234
(2). System Start
(3). System Stop
(4). System Reset
c). Indication Lights
(1). Control Power on
(2). System Running
(3). System Failure (Alarm)
12).Controls available via the control panel OIT
a). Hand/Off/Auto for each piece of equipment controlled by control panel
(1). Hand allows the equipment to be started from the panel
(2). Off prevents the equipment from being started from the panel
(3). Auto allows the equipment to be started when operator starts
dewatering sequence.
b). Speed adjustment for all VFD controlled equipment, in feed rate or speed
depending on equipment function
c). Fail reset pushbutton for each piece of equipment
d). Input boxes for each of the following for automatic mode
(1). Desired sludge feed pump feed rate (gpm)
(2). Diluted polymer feed rate (gallons/hr)
(3). Sludge concentration (%Solids Concentration)
(4). Flash and flocculation mixer speed
e). Indication for the following
(1). Equipment run/auto/alarm status' with unique descriptions for each
status. Error codes will not be permitted.
f). Password protected elapsed time meter
e. At a minimum, provide the following I/O for control panel in addition to
manufacturer standard I/O. Additional I/O connections may be necessary for
manufacturer to provide a complete and operational system.
Field Input/Output
Type Description Type Description
DI Grinder pump auto enabled DO Grinder pump start/stop(mom)
DI Grinder pump running DO Sludge feed pump 1 start/stop (mom)
DI Grinder pump motor overload DO Sludge feed pump 2 start/stop(mom)
DI Sludge feed pump 1 vfd running DO Polymer skid 1 start/stop(mom)
DI Sludge feed pump 1 vfd failure DO Polymer skid 2 start/stop(mom)
DI Sludge feed pump 1 high pressure DO Drum 1 spray wash solenoid valve
Screw Press 46 76 22-10
Port Arthur Main WWTP Improvements Page 62 of 80 PTR15234
DI Sludge feed pump 1 auto enabled DO Drum 1 spray wash solenoid valve
DI Sludge feed pump 2 vfd running DO Drum 1 spray wash solenoid valve
DI Sludge feed pump 2 vfd failure DO Booster pump 1 start/stop (mom)
DI Sludge feed pump 2 high pressure DO Booster pump 2 start/stop (mom)
DI Sludge feed pump 2 auto enabled Al Sludge feed pump 1 speed feedback
DI Polymer skid 1 auto enabled Al Sludge feed pump 2 speed feedback
DI Polymer skid 1 running Al Sludge flow
DI Polymer skid 1 common alarm AO Sludge feed pump 1 speed setpoint
DI Polymer skid 2 auto enabled AO Sludge feed pump 2 speed setpoint
DI Polymer skid 2 running AO Polymer skid 1 speed setpoint
DI Polymer skid 2 common alarm AO Polymer skid 2 speed setpoint
DI Conveyor 1 pullcord enabled
DI Flocculation tank high level
DI Conveyor 1 upper ZSS enabled
DI Conveyor 1 upper ZSS enabled
DI Conveyor 1 E.stop enabled
Plant SCADA Input/Output
DI Low sludge tank level DO Screw press common alarm
DO Screw press running
3. Sludge feed pump VFD
a. Refer to design drawings for screw press feed pump control schematic.
b. VFD wil be manufactured by Square D, Eaton or GE.
c. Enclosure
1). NEMA 4X rated 304 stainless steel. Enclosure shall be suitable for wall
mounting.
d. At a minimum, the following must be provided with the panel.
1). Main circuit protective device (Circuit Breaker or Fuses)
2). Variable frequency drive
3). Control power transformer
4). Phase failure relay
5). Terminal and power distribution blocks to connect field wiring connections to
panel. No direct termination to relays and motor controllers will be permitted.
6). 3% line reactor on line side of variable frequency drive.
4. Polymer control panel will be supplied with polymer skid systems. See Section 46 33 33
Polymer Blending and Feed Equipment for control panel requirements.
D. Field Instrumentation and Devices
1. Two (2) 4" Electromagnetic Flow Meters: Rosemount 8750W, with remote head
transmitter. Provide manufacturer supplied and installed cable to interconnect flow
tube and remote head transmitter. Provide grounding rings for each flow meter.
Screw Press 46 76 22- 11
Port Arthur Main WWTP Improvements Page 63 of 80 PTR15234
2. Refer to specification 43 23 76.21.1 Reciprocating Positive Displacement Pump for
Dewatering Building, for pump associated pressure switches.
3. Float Switch (Ball): Switch shall be a hermetically sealed mercury free switch, with one
set of normally open and normally closed contacts.
4. Continuous Level (Ultrasonic): Level transmitter shall be loop powered, non-contact
type.
E. Control Narrative
1. Control Narrative
a. Manufacturer's standard control system will be used with the addition of the
following plant specific features:
1). Each sludge feed pump and polymer feed skid will be capable of sending sludge
or diluted polymer to each of the two screw presses via manual valving. Each
screw press will be assigned one of each, the sludge feed pump and polymer
feed skid, before running in manual or auto modes.The operator will select at
the screw press control panel OIT which sludge feed pump and polymer feed
skid to assign to that screw press. When the screw press is called to run by the
operator,the assigned sludge feed pump and polymer skid will be sent the
signaling for control and monitoring.
a). Only one sludge feed pump and polymer skid can be assigned to a screw
press at a time.
b). Each polymer booster pump can be sent to either polymer skid. At the
screw press OIT,the operator will select which polymer booster pump to
assign to the polymer skid assigned to that screw press.
2). Grinder pump run sequence
a). When a screw press is called to run by the operator,the grind pump will
start prior to the sludge feed pump.
3). Low sludge tank level
a). When the low sludge tank level is initiated from SCADA,the screw press will
shutdown.
b. Each screw press will be capable for accepting sludge from either sludge pump (one
pump at a time), same with polymer,
2.08 SPARE PARTS
A. The following Spare Parts shall be included and supplied together with the equipment.
Quantity Item
1 Spray bar washing system solenoid valve
B. Spare parts shall be wrapped in waterproof packages suitable for export service. Each
individual package shall be labeled with a description and part number. Packages shall be
contained in sturdy wooden crates labeled with a description and part number of each
Screw Press 46 76 22-12
Port Arthur Main WWTP Improvements Page 64 of 80 PTR15234
package within and stored in a location designated by the Owner. Unloading and storage
shall be the responsibility of the Contractor.
2.09 BOOSTER PUMPS
A. Provide two (2) horizontal flexible close coupled pumps, oil lubricated centrifugal pumps.
Pumps shall be single stage, end suction with motor, both motor and pump shall be
mounted on a common steel baseplate.
B. Acceptable Manufacturers:
1. Gorman Rupp
2. Xylem
3. Grundfos
C. Design Conditions shall be met with:
Use and Location For increasing potable water pressure
feeding into polymer blending units in
the dewatering building
No. of Pumps Required 2
Variable or Constant Speed Constant
Max. Design Flow 40 gpm
Total Head to be boosted 46 ft
Minimum Pump Efficiency at Design 45 %
Point
Max. Operating Speed 1750 rpm
Suction Diameter 2"
Discharge Diameter 1.5"
D. Motor Specifications:
Maximum Horsepower 5 HP
Power Requirements 480 V, 3 Phase, 60 Hz
Insulation Class F
Enclosure TEFC
Enclosure Material Corrosion Resistant Carbon
Steel or Diecast Aluminum
Sine Wave Power Service Factor 1.15
Screw Press 46 76 22- 13
Port Arthur Main WWTP Improvements Page 65 of 80 PTR15234
Inverter Duty No
E. TEFC motor shall be corrosion resistant.
F. Motor shall be random wound copper coils.
G. Motor shall meet NEMA MG 1 for Premium efficiency motors.
H. All motor shall be continuous time rated suitable for operation in a 40 degrees C ambient,
unless specified otherwise.
3.00 EXECUTION
3.01 INSTALLATION
A. Contractor shall verify all dimensions in the field to ensure compliance of equipment
dimensions with the drawings. Contractor shall notify Engineer of significant deviations.
B. Contractor will undertake installation of equipment as per the manufacturer's submitted
instructions. Installation of the equipment shall be in strict accordance with the contract
documents and the manufacturer's instructions and shop drawings.
C. Manufacturer shall supply anchor bolts for the equipment. Contractors shall install the
anchor bolts in accordance with the manufacturer's recommendations.
D. After installation,touch-up paint shall be applied to all scratched, abraded and damaged
shop painted surfaces. Coating type and color shall match shop painting. Contractor shall
passivate all field welds.
E. Supplier shall furnish the services of a factory-trained service engineer for one (1) trip
including a total of five (5)workdays to inspect the installation, observe start up, and
provide operator training.
1. Equipment shall not be energized, or"bumped,"to check the electrical connection for
motor rotation without the service engineer present.
2. The service engineer shall make all necessary adjustments and settings to the controls.
3. The service engineer shall demonstrate proper and sequential operation of the
dewatering system (refer to below table). The dewatering system shall be able to
operate fully automatically.
Duration of Screw Press Shift 8 hours/day
Frequency of Screw Press operation 5 days/week
Total duration of Screw Press operation 40 hours/week
3.02 FIELD QUALITY CONTROL
A. Upon completion of installation of the equipment, a startup and acceptance test to verify
the satisfactory operation of each unit shall be conducted. The test shall be conducted in a
manner approved by and in the presence of the Engineer.The unit shall be checked for
excessive noise,vibration, alignment, general operation, etc. The unit must perform in a
Screw Press 46 76 22-14
Port Arthur Main WWTP Improvements Page 66 of 80 PTR15234
manner acceptable to the Engineer before final acceptance will be made by the Owner.
B. Performance: The dewatering system shall also be tested for compliance with the
performance requirements specified in Paragraph 1.03 (C) of this Section. Operation during
testing shall be performed by the Manufacturer in the presence of the Engineer and Owner.
The following parameters shall be sampled and measured:
1. Sludge cake solids (percent by weight).
2. Feed solids concentration (percent by weight).
3. Polymer usage (gallons per hour).
4. Dilute polymer flowrate (gallons per minute).
5. Filtrate suspended solids (mg/L).
C. Equipment which does not, in the opinion of the Engineer,satisfy the requirements of the
Contract Documents shall be declared defective. No equipment shall be tested more than
three times. After each of the first two tests,the Equipment Manufacturer shall make
adjustments, replacements, or other corrections needed to make the equipment comply
with the requirements of the Contract Documents.
D. Cake solids and solids capture reduction shall be based on the present worth of the
estimated additional costs to the Owner due to the failure to meet the specified
requirements. This amount shall be determined as follows, based upon the last test
performed:
1. Cake Solids: For each percent below the specified minimum, $10,000 shall be deducted.
2. Solids Capture: For each percent below the specified minimum, $5,000 shall be
deducted. Solids capture shall be calculated as follows:
100 Xc Xe(Q f + Qp + Qw)
% Capture = 1
Xc —Xe Xf x Qf
Where:
Xc=Sludge Cake Solids (percent by weight)
Xe =Wastewater Suspended Solids (percent by weight)
Xf= Feed Solids Concentration (percent by weight)
Qf= Feed Sludge Flow (gallons per minute)
(Total Processed/Duration)
Qp = Dilute Polymer Flow (gallons per minute)
Ow = Washwater Flow (gallons per minute)
(Total Used/Duration)
3. Polymer Consumption: For each pound per ton above the specified maximum, $7,500
shall be deducted.
E. Tests shall be completed within 120 days after the Owner receives notice of satisfaction of
installation from the Equipment Manufacturer, in accordance with Paragraph 1.03(D) of this
section. Unless extension of test period is granted by the Owner in writing, failure of
Screw Press 46 76 22-15
Port Arthur Main WWTP Improvements Page 67 of 80 PTR15234
equipment to achieve satisfactory demonstration of performance within the 30 days
specified herein shall be cause to declare the equipment defective.
F. The Owner reserves the right to conduct additional performance tests at any time during
the correction period specified in the General Conditions.
3.03 OPERATOR TRAINING
A. Upon satisfactory completion of the start-up and calibration, a representative of the
manufacturer shall be provided to instruct Owner's personnel in the proper operation and
maintenance of the equipment.
B. Manufacturer will provide training during the five (5) day start-up period.
C. Training will occur during one (1)training session for all relevant plant staff.
D. Total time for equipment training session will not exceed three (3) hours.
3.04 DOCUMENTATION
A. Upon completion of commissioning,the manufacturer will provide the owner with five (5)
copies of the operation and maintenance manuals for the Volute Dewatering Press.
B. Upon completion of commissioning,the manufacturer will provide an electronic copy on the
PLC program to the owner if requested.
END OF SECTION
Screw Press 46 76 22-16
Port Arthur Main WWTP Improvements Page 68 of 80 PTR15234
CITY OF PORT ARTHUR,TEXAS
BID SHEET
BID FOR: Dewatering Equipment for Wastewater Plant
BID DUE DATE: May 12, 2021
DESCRIPTION TOTAL COST
Purchase& Installation of Dewatering Equipment $ 1,025,500.00
Number of days till completion 180
Process Wastewater Technologies, LLC
(PWTech) 9004 Yellow Brick Road, Suite D
COMPANY NAME ' E
1% j
SIG 7%41:IRE O Bi. BO
Alexander Davey Rosedale, MD 21237
(PRINT OR TYPE NAME) CITY STATE ZIP
Vice President 443 9450191
TITLE AREA CODE TELEPHONE NO.
adavey@pwtech.us
EMAIL
Page 69 of 80 "
CITY OF PORT ARTHUR, TEXAS
NON-COLLUSION AFFIDAVIT
CITY OF PORT ARTHUR §
STATE OF TEXAS
By the signature below, the signatory for the bidder certifies that neither he nor the firm,
corporation, partnership or institution represented by the signatory or anyone acting for
the firm bidding this project has violated the antitrust laws of this State, codified at
Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust
laws, nor communicated directly or indirectly the bid made to any competitor or any
other person engaged in the same line of business, nor has the signatory or anyone
acting for the firm, corporation or institution submitting a bid committed any other act of
collusion related to the d velopment and submission of this bid proposal.
Signature:
Printed Name: Alex Davey
Title: Vice President
Company: Process Wastewater Technologies, LLC
Date: 3 June, 2021
SUBSCRIBE ID and sworn to before me by the above namedA‘LX Dc V{__ )( on
this the ' CA day of )%....V L , 20 2l .
Notary Public in and for the
������ State of Texas
%, �p,'tERrF "
y� \. i:/.4.c:$ /7_3/My commission expires: Z E
3:"SEAL`° = . 6;,
2010 _
',41$//t i l l I '-\WO' OOtMARYLAND1WTY ► ir.,.
1111COMMISSIONEXPRE116232021
Page 70 of 80
AFFIDAVIT
All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly
authorized officer of the company whose signature is binding.
The undersigned offers and agrees to one of the following:
X I hereby certify that I do not have outstanding debts with the City of Port Arthur. I
further agree to pay succeeding debts as they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree
to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as
they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree
to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts
as they become due.
Process Wastewater Technologies, LLC 3 June, 2021
Firm Nam Date
CL-441
,• Vice President
Authorized Signatur Title
Alex Davey 443 945 0191
Name (please print) Telephone
adavey@pwtech.us
Email
STATE: MD
COUNTY: Baltimore
SUBSCRIBED AND SWORN to before me by the above named Atiy. tk1
on this the 3 day of _ , 20 Z( .
KELLY REAL Notary Public
NOTARY PUBLIC ry
HARFORD COUNTY
MARYLAND
RE S AExPiI ITITAV _ AS PART OF THE BID PROPOSAL
Page 71 of B0
CONFLICT OF INTEREST QUESTIONNAIRE FORM CI .,
or vendor doing business with local governmental entity
This q tionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USEO
This quests naire is being filed in accordance with Chapter 176,Local Government Code,by a vendor who Date Received
has a busine . relationship as defined by Section 176 001(1-a) with a local governmental entity and the
vendor meets ..uirements under Section 176 006(a)
By law this queslio aire must be filed with the records administrator of the local governmental entity not later
than the 7th busine .ay after the date the vendor becomes aware of facts that require the statement to be
filed See Section 176 e6(a-1), Local Government Code
A vendor commits an offer if the vendor knowingly violates Section 176 006, Local Government Code An
offense under this section is misdemeanor
1 Name of vendor who ha - business relationship with local governmental entity.
2 n
I I Check this box if you are fi -•an update to a previously filed questionnaire.(The requires that you file an updated
1 completed questionnaire with appropriate filing authority not later than the 7th . siness day after the dale on which
you became aware that the on ally filed questionnaire was incomplete or in- urate.)
3 Name of local government officer about om the information is being disclo• ,..
me of Officer
4 Describe each employment or other business rel 'onship with the •cal government officer,or a family member of the
officer,as described by Section 176.003(a)(2)(A). AI describe a family relationship with the local government officer.
Complete subparts A and B for each employment or bu• ess rel< onship described. Attach additional pages to this Form
CIQ as necessary.
A Is the local government officer or a member of th: .ificer receiving or likely to receive taxable income,
other than investment income, from • vendor?
Yes No
B Is the vendor receiving o kely to receive taxable income,other than I estment income,from or at the direction
of the local government o- cer or a family member of the officer AND the . able income is not received from the
local governmental enti,
Yes No
5 Describe each emplo ent or business relationship that the vendor named in Section 1 maintat with a corporation or
other business enti r with respect to which the local government officer serves as an officer o •irector,or holds an
ownership interes• .f one percent or more.
6
eck this box if the vendor has given the local government officer or a family member of the officer one or e gifts
s described in Section 176.003(a)(2)(B), excluding gifts described in Section 176 003(a-1)
7
Signature of vendor doing business with the governmental entity Date
'.rm provided by Texas Ethics Commission www ethics state tx.us Revised 11/30/2015
Page 72 of 80
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.: =te.tx.us/
t+ocs/LG/htm/LG.176.htm.For easy reference,below are some of the sections cited on this form.
L• . Government Code§176.001(1-a):"Business relationship"means a connection between 1 .or more parties
ba• commercial activity of one of the parties. The term does not include a connection ba 'on.
a transaction that is subject to rate or fee regulation by a federal,state,or local go -rnmental entity or an
ag, cy of a federal,state,or local governmental entity;
(B) ransaction conducted at a price and subject to terms available to the publi•.or
(C) a• chase or lease of goods or services from a person that is chartered by tate or federal agency and
that is st. 'ect to regular examination by,and reporting to,that agency.
Local Government • •.e§176.003O(2)(A)and(B):
a) A local goy- ment officer shall file a conflicts disclosure statement •rth respect to a vendor if:
(2) the ve ••r.
(A) an employment or other business relati• -hip with the local government officer or a
family =mber of the officer that results in th. officer or family member receiving taxable
income. •• er than investment income, th. xceeds$2,500 during the 12-month period
preceding t • date that the officer become- • are that
(i) a tract between the local. . ernmental entity and vendor has been executed;
or
(ii) the I. - governmental .ntity is considering entering into a contract with the
vendor;
(B) has given to that. govern =nt officer or a family member of the officer one or more gifts
that have an aggregate v o •re than$100 in the 12-month period preceding the date the
officer becomes aware tha
(i) a contract betwee %. local governmental entity and vendor has been executed;or
(ii) the local govern -ntal• tity is considering entering into a contract with the vendor.
Local Government Code ft 176.006(a)an• -1)
(a) Avendor shall file a complete •nflict of interest• estionnaire if the vendor has a business relationship
with a local governmental entity- d:
(1) has an employm: or other business relati. -hip with a local government officer of that local
governmental entity -ra family member of the offic= described by Section 176.003(a)(2)(A);
(2) has given a I.• government officer of that local• vernmental entity,or a family member of the
officer,one or m• :gifts with the aggregate value specifie. •y Section 176.003(a)(2)(B),excluding any
gift described Section 176.003(a-1);or
(3) has a f_ 11y relationship with a local government office •f that local governmental entity.
(a-1) The comple •conflict of interest questionnaire must be filed with appropriate records administrator
not later than th- =venth business day after the later of:
(1) th t te that the vendor:
(A) begins discussions or negotiations to enter into a contr_ t with the local governmental
entity;or
(B) submits to the local governmental entity an application,respon toa request for proposals
or bids, correspondence, or another writing related to a potenti• ontract with the local
governmental entity;or
(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local gover,, ent officer,or a
family member of the officer,described by Subsection(a);
(B) that the vendor has given one or more gifts described by Subsection(a);.
(C) of a family relationship with a local government officer.
Form provided by Texas Ethics Commission www ethics state tx us Revised 11. •'2015
Page 73 of 80
House Bill 89 Verification
Alex Davey (Person name), the undersigned
representative (hereafter referred to as "Representative") of
Process Wastewater Technologies, LLC
_ (company or business name, hereafter referred
to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after
being duly sworn by the undersigned notary, do hereby depose and affirm the following:
1. That Representative is authorized to execute this verification on behalf of
Business Entity;
2. That Business Entity does not boycott Israel and will not boycott Israel during the
term of any contract that will be entered into between Business Entity and the City of
Port Arthur; and
3. That Representative understands that the term "boycott Israel" is defined by
Texas Government Code Section 2270.001 to mean refusing to deal with, terminating
business activities with, or otherwise taking any action that is intended to penalize, inflict
economic harm on, or limit commercial relations specifically with Israel, or with a person
or entity doing business in Israel or in an Israeli-controlled territory, but does not include
an action made for ordinary business purposes.
SIGNAT F REPRE TATIVE
SUBSCRIBED QND SWORN TO BEFORE ME, the undersigned authority, on
this 31aA day of ,34 t& ( , 207—k .
KELLY REAL
NOTARY PUBLIC
HARFORD
MARYLAND
MY COMMISSION EXPIRES 1232021
Notary Public
Page 74 of 80
SB 252
CHAPTER 2252 CERTIFICATION
I, Alex Davey ,the undersigned an representative
of Process Wastewater Technologies, LLC
(Company or Business Name)
being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code,
Chapter 2252, Section 2252.152 and Section 2252.153, certify that the company named above is
not listed on the website of the Comptroller of the State of Texas concerning the listing of
companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I
further certify that should the above-named company enter into a contract that is on said listing
of companies on the website of the Comptroller of the State of Texas which do business with
Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port
Arthur Purchasing Department.
Alex Davey
Name of Company Representative (Print)
irdel
Signature of Compa•/Representative
3 June,2021
Date
Page 75 of 80
INFORMATION TO BIDDERS:
NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the
City of Port Arthur the required information specified in Bid or Proposal Specifications
listed in this Bid Package.
All bids meeting the intent of this request for bid will be considered for award. BIDDERS
TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS,
SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The
absence of such a list shall indicate that the bidder has not taken exceptions and the City shall
hold the bidder responsible to perform in strict accordance with the specifications of the
invitation. The City reserves the right to accept any and all or none of the
exception(s)/substitutions(s) deemed to be in the best interest of the City of Port Arthur.
ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any
interlineations, alteration, or erasure made before opening time must be initialed by the signer of
the bid, guaranteeing authenticity.
BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance
with these specifications. The award shall be made to the responsive, responsible bidder who
submits the best value bid.
The City reserves the right to:
1. Reject any and all bids and to make no award if it deems such action to be in its best
interest.
2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the
City.
3. Reject any or all bids and to waive informalities or defects in bids or to accept such
bids as it shall deem to be in the best interests of the City.
4. Award bids to bidders whose principal place of business is in the City of Port Arthur
and whose bid is within 5% of the lowest bid price, as provided by Section 271.905 of
the Texas Government Code.
TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and
Proposal" shall be equivalent.
Bidders are cautioned to read the information contained in this ITB carefully and to submit a
complete response to all requirements and questions as directed.
CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest
Questionnaire (Form CIQ). The Texas legislature recently enacted House Bill 914 which added
Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure
of certain information concerning persons doing business or seeking to do business with the City
of Port Arthur, including affiliations and business and financial relationships such persons may
have with City of Port Arthur officers. The form can be can be located at the Texas Ethics
Commission website: https://www.ethics.state.tx.us/filinginfo/conflict_forms.htm
By doing business or seeking to do business with the City of Port Arthur including submitting a
response to this ITB, you acknowledge that you have been notified of the requirements of
Chapter 176 of the Texas Local Government Code and you are representing that you in
compliance with them.
Page 76 of 80
Any information provided by the City of Port Arthur is for information purposes only. If
you have concerns about whether Chapter 176 of the Texas Local Government Code
applies to you or the manner in which you must comply, you should consult an attorney.
ETHICS: Public employees must discharge their duties impartially so as to assure fair,
competitive access to governmental procurement by responsible contractors. Moreover, they
should conduct themselves in such a manner as to foster public confidence in the integrity of the
City of Port Arthur's procurement organization.
Any employee that makes purchases for the City is an agent of the City and is required to follow
the City's Code of Ethics.
MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A
prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder
must meet the following requirements:
1. Be able to comply with the required or proposed delivery schedule.
2. Have a satisfactory record of performance.
3. Have a satisfactory record of integrity and ethics.
4. Be otherwise qualified and eligible to receive an award.
5. Be engaged in a full time business and can assume liabilities for any performance or
warranty service required.
6. The City Council shall not award a contract to a company that is in arrears in its
obligations to the City.
7. No payments shall be made to any person of public monies under any contract by
the City with such person until such person has paid all obligations and debts
owed to the City, or has made satisfactory arrangements to pay the same.
ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be
made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur
Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and/or
properly submit any addendum. Failure to acknowledge and submit any addendum may be
cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that
might have been issued before bid closing date and time. •
PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims
the City of Port Arthur as its principal place of business must have an official business address
(office location and office personnel) in Port Arthur, the principal storage place or facility for the
equipment shall be in Port Arthur and/or the place of domicile for the principal business
owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state
law. Contractors outside the City of Port Arthur are allowed to bid.
PRICES: The bidder should show in the proposal both the unit price and total amount, where
required, of each item listed. In the event of error or discrepancy in the mathematics, the unit
price shall prevail.
PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the
successful bidder. The purchase order number must appear on all itemized invoices.
INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Public
Works, P.O. Box 1089, Port Arthur, Texas 77641.
Page 77 of 80
PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of
the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt
Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment
is due 30 days from the date of the invoice.
SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and
Federal Excise Tax; therefore the proposal shall not include Sales Tax.
VENUE: This agreement will be governed and construed according to the laws of the State of
Texas. This agreement is performable in Port Arthur, Texas, Jefferson County.
COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws,
ordinances, rules, orders, regulations and codes of the federal, state and local governments
relating to performance of work herein.
INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no
other officer, employee or agent of the City who exercises any functions or responsibilities in
connection with the planning and carrying out of the program, shall have any personal financial
interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to
assure compliance.
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances
prohibits the City from granting any license, privilege or paying money to any-one owing
delinquent taxes, paving assessments or any money to the City until such debts are paid or until
satisfactory arrangements for payment has been made. Bidders must complete and sign the
AFFIDAVIT included as part of this ITB.
QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically
understood and agreed that these quantities are approximate and any additional quantities will be
paid for at the quoted price. It is further understood that the contractor shall not have any claim
against the City of Port Arthur for quantities less than the estimated amount.
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX
77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause
required by law to be inserted into the Contract shall be deemed to be enacted herein and the
Contract shall be read and enforced as though each were included herein. If, through mistake or
otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be
amended to make such insertion on application by either party.
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike
manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities
and means, except as herein otherwise expressly specified, necessary or proper to perform and
complete all the work required by this Contract, in accordance with the provisions of this
Contract and said specifications.
The apparent silence of these specifications as to any detail or to the apparent omission from it of
a detailed description concerning any point shall be regarded as meaning that only the best
commercial practices are to prevail.
Page 78 of 80
While the purpose of the specifications is to indicate minimum requirements in the way of
capability, performance, construction, and other details, its use is not intended to deprive the City
of Port Arthur the option of selecting goods which may be considered more suitable for the
purpose involved.
In the event of conflicts between the written bid proposal and information obtained verbally, the
vendor is specifically advised that the written bid proposal will prevail in the determination of
the successful bidder.
Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color,
or national origin, be excluded from participation in, be denied the benefits of, or be subjected to
discrimination under any program or activity receiving Federal financial assistance.
TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a
timely and proper manner his obligations under this contract, or if the Contractor shall violate
any of the covenants, agreements or stipulations of this contract, the City shall thereupon have
the right to terminate this contract by giving written notice to the Contractor of such termination
and specifying the effective date thereof, at least fifteen (15) days before the effective date of
such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to
the City for damages sustained by the City by virtue of any breach of the contract by the
Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off
until such time as the exact amount of damages due the City from the Contractor is determined.
TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time
giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated
by the City as provided herein, the Contractor will be paid for the service that it has performed
up to the termination date. If this contract is terminated due to fault of the Contractor, the
previous paragraph hereof relative to termination shall apply.
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require
the Contractor to furnish releases or receipts for any or all persons performing work and
supplying material or service to the Contractor, or any sub-contractors for work under this
contract, if this is deemed necessary to protect its interests.
CARE OF WORK: The Contractor shall be responsible for all damages to person or property
that occurs as a result of his fault or negligence in connection with the work performed until
completion and final acceptance by the City.
SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor
or permit any sub-contractor to perform any work included in this Contract until he has received
from the City of Port Arthur written approval of such agreement.
INSURANCE: All insurance must be written by an insurer licensed to conduct business in the
State of Texas, unless otherwise permitted by Owner. The Contractor shall, at his own expense,
purchase, maintain and keep in force insurance that will protect against injury and/or damages
which may arise out of or result from operations under this contract, whether the operations be
by himself or by any subcontractor or by anyone directly or indirectly employed by any of them,
or by anyone for whose acts any of them may be liable, of the following types and limits
1. Standard Worker's Compensation Insurance:
Page 79 of 80
2. Commercial General Liability occurrence type insurance City of Port Arthur, its
officers, agents, and employees must be named as an additional insured):
a. Bodily injury $500,000 single limit per occurrence or $500,000 each
person/$500,000 per occurrence for contracts of$100,000 or less; or
Bodily injury $1,000,000 single limit per occurrence or$500,000 each
person/$1,000,000 per occurrence for contracts in excess of$100,000; and,
b. Property Damage $100,000 per occurrence regardless of contract amount; and,
c. Minimum aggregate policy year limit of$1,000,000 for contracts of
$100,000 or less; or, Minimum aggregate policy year limit of$2,000,000
for contracts in excess of$100,000.
3. Commercial Automobile Liability Insurance (Including owned, non-owned and
hired vehicles coverage's).
a. Minimum combined single limit of S500,000 per occurrence, for bodily
injury and property damage.
b. If individual limits are provided, minimum limits are $300,000 per person,
$500,000 per occurrence for bodily injury and $100,000 per occurrence for
property damage.
Contractor shall cause Contractor's insurance company or insurance agent to fill in all
information required (including names of insurance agency, contractor and insurance companies,
and policy numbers, effective dates and expiration dates) and to date and sign and do all other
things necessary to complete and make into valid certificates of insurance and pertaining to the
above listed items, and before commencing any of the work and within the time otherwise
specified, Contractor shall file completed certificates of insurance with the Owner.
None of the provisions in said certificate of insurance should be altered or modified in any
respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form
should contain a provision that coverage afforded under the policies will not be altered, modified
or canceled unless at least fifteen(15) days prior written notice has been given to the City of Port
Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF
INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as
the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be
filed with the City of Port Arthur not more than ten(10) days after execution of this Contract.
NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the
execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed
cannot be issued within such period, the time may be extended by mutual agreement between
OWNER and CONTRACTOR.
CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager
available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to
contact the contractor.
Page 80 of 80
\ `\1 i
Gay of -CITY OF PORT ARTHUR, TEXAS
�. ',_
ort rtiru ADDENDUM NO. ONE (1)
triMay 10,2021
BID FOR: DEWATERING EQUIPMENT FOR WASTEWATER
The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of
the contract documents and change the original documents only in the manner and to the extent hereinafter
stated and shall be incorporated in the contract documents.
Provisions of this addendum shall take precedence over requirements of the original contract documents and all
BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF
THEIR BID.
Addendum as follows
DEADLINE: Sealed proposal submittals must be received and time stamped by 3:00p.m., Central Standard
Time, Wednesday, May 26, 2021. (The clock located in the City Secretary's office will be the official time.)
All proposals received will be read aloud at 3:15p.m. on Wednesday, May 26, 2021. in the City Council
Chambers, City Hall, 5th Floor, Port Arthur, TX. Proposals will be opened in a manner to avoid public
disclosure of contents; how he n.- _ •.ose ud.
if you have any question lease con ct • Purchasi Di 09-983-8 0.
NOTE: ALL PAGES O DA SI ED AND SU ITTED WITH YOUR BID
DOCUMENTS.
Clifton Williams, CPPB
Purchasing Manager
4►r,,
♦ir i 24 May, 2021 _
Signature of Proposer Date
Process Wastewater Technologies, LLC
Company Vendor Name