1.2 RELATED SECTIONSEquipment installation shall comply with the instructions of the pump...

14

Transcript of 1.2 RELATED SECTIONSEquipment installation shall comply with the instructions of the pump...

Page 1: 1.2 RELATED SECTIONSEquipment installation shall comply with the instructions of the pump manufacturer, and the detailed Specifications which follow. 1. The base bid chopper pump provided
Page 2: 1.2 RELATED SECTIONSEquipment installation shall comply with the instructions of the pump manufacturer, and the detailed Specifications which follow. 1. The base bid chopper pump provided

WGK, Inc. City of Clarksdale Engineers & Surveyors Water and Sewer System Rehabilitation Project July, 2017 WGK# 2016-350-00

15352-1

SECTION 15352PD (REVISED) CHOPPER PUMP FOR PRIMARY DIGESTER PART 1 - GENERAL 1.1 DESCRIPTION OF WORK A. The existing primary digester roof shall be modified to the extent shown on the Plans, and fitted

with a new digester sludge pump. All work provided shall be in accordance with these Specifications, and the extent of the conversion work required for this project is shown on the Drawings. The work required shall include (but is not limited to) the following:

1. Modifications to the existing digester roof hatch as shown on the Plans.

2. Installation of one new electric chopper pump, complete with a portable stand, flexible

discharge hose and cabling, pipe supports or bracing as shown, cable supports, as well as connection to the existing mixer disconnect in strict accordance with the requirements of these Specifications, and any/all other appurtenances indicated on the Plans.

3. Ancillary piping and equipment required for the pump, including all valves and fittings,

specialized equipment and accessories, pressure gauges with diaphragm isolators, inlet/discharge structures/piping, contractor-furnished piping and valves, air and vacuum release valves, force main piping, and any other items specified herein or as shown on the Plans.

4. Electrical work required for connection to the existing structure, or other equipment as

may be described herein or as shown on the Plans, along with all necessary conduit, wire, cables, junction boxes, etc. that may be required to provide power for the equipment installed.

B. The Contractor shall furnish and install, as shown on the Plans and as specified herein, one (1)

electric chopper pump, with accessories as noted herein. Equipment installation shall comply with the instructions of the pump manufacturer, and the detailed Specifications which follow.

1. The base bid chopper pump provided for this project will be a Model S4S, Impeller Curve

C, wet well chopper pump, as manufactured by Vaughan Company, Inc. of Montesano, WA. Pump provided for this project shall fully comply with the detailed Specifications which follow.

2. Pump for this project shall be capable of operating indefinitely with no water whatsoever

in either the digester or the pump casing without overheating, overloading, or incurring damage to the motor, for an unlimited period of time

Page 3: 1.2 RELATED SECTIONSEquipment installation shall comply with the instructions of the pump manufacturer, and the detailed Specifications which follow. 1. The base bid chopper pump provided

WGK, Inc. City of Clarksdale Engineers & Surveyors Water and Sewer System Rehabilitation Project July, 2017 WGK# 2016-350-00

15352-2

C. The pump and all mechanical accessories for each installation will be furnished and installed in

and/or on the digester as indicated on the Plans.

1. A pump control panel and all related system valves/piping shall be installed to provide a complete working system.

2. The new chopper pump shall be a regular production item of the specified manufacturer,

who shall have substantial past experience in the production of specialized equipment designed specifically for chopping. Variations on “standard” centrifugal pump designs, including the adaptation of agricultural or “fibrous waste” pumps will not be considered acceptable.

1.2 RELATED SECTIONS A. Section 15101 - Valves B. Section 16010 – Electrical General 1.3 REFERENCES A. American Institute of Steel Construction (AISC) B. American Society of Testing and Materials (ASTM) C. American Gear Manufacturers Associates (SGMA) D. American Society of Civil Engineers (ASCE) E. American Welding Society (AWS) F. Steel Structures Painting Council (SSPS) 1.4 QUALITY ASSURANCE A. All equipment provided for this project shall be new and unused. Used, recycled, surplus, or

leftover materials or equipment may not be incorporated into this project without the specific approval of the Engineer for the same.

B. Materials, physical and chemical characteristics of the components and tests or test requirements

shall conform to current AWWA, ANSI, and ASTM standards. C. Electrical equipment provided shall be manufactured in complete accordance with the

Page 4: 1.2 RELATED SECTIONSEquipment installation shall comply with the instructions of the pump manufacturer, and the detailed Specifications which follow. 1. The base bid chopper pump provided

WGK, Inc. City of Clarksdale Engineers & Surveyors Water and Sewer System Rehabilitation Project July, 2017 WGK# 2016-350-00

15352-3

requirements o the National Electric Code. D. The contractor shall provide the equipment manufacturer's warranty in accordance with

paragraph 3.6 herein. E. The pump manufacturer shall provide a performance affidavit for the equipment provided for this

project guaranteeing performance of the pump in the application described herein and shown on the Plans. The manufacturer shall certify to the Contractor and the Owner that the Contract Documents have been examined, and that the equipment proposed for this project fully complies with the performance requirements set forth in the Contract Documents for the application specified.

1. Shop drawings will not be reviewed prior to receipt by the Engineer of an acceptable

performance affidavit. The performance affidavit must be signed by an officer of the company manufacturing the equipment, and witnessed by a notary public.

2. The performance affidavit must include a specific statement that the chopper pump will

not clog or bind on solids typically found in the application as set forth. 1.5 SUBMITTALS A. The CONTRACTOR shall submit rating curves, shop drawings and manufacturer's catalog sheets in

accordance with PSC-5 on all equipment, piping, electrical, and mechanical work to the ENGINEER prior to ordering.

B. BIDDER shall also include with his BID the following DESCRIPTIVE INFORMATION PACKAGE for any

ALTERNATE equipment which he wishes to propose as a deductive ALTERNATE: 1. A list describing a minimum of ten (10) installations of equal or larger size which

demonstrate successful performance of the specific proposed equipment. The list must include the following information as a minimum:

a) Personnel contact and telephone number b) All details concerning equipment size and application c) Name and telephone number of design engineer d) Name and telephone number of installing contractor e) Full electrical/schematic data for the equipment f) Date of initial operation and equipment acceptance g) Recommended maintenance schedule for equipment

Page 5: 1.2 RELATED SECTIONSEquipment installation shall comply with the instructions of the pump manufacturer, and the detailed Specifications which follow. 1. The base bid chopper pump provided

WGK, Inc. City of Clarksdale Engineers & Surveyors Water and Sewer System Rehabilitation Project July, 2017 WGK# 2016-350-00

15352-4

C. Complete descriptive information on the proposed equipment including pump curves, details,

material lists, bearing life data, etc. to allow the ENGINEER to make a complete evaluation. D. For approval: eight (8) copies of manufacturer’s certified drawings and all descriptive data

showing the principal dimensions, construction details, and materials of construction for all components of the digester sludge pump shall be provided for review and approval by the Engineer.

1. Submittal data provided for review by the Engineer shall reflect the specific

equipment proposed for each installation. Generic or non-specific submittals shall not be considered acceptable.

2. Complete control schematic diagrams shall be provided with the submittal data,

as well as to-scale CAD drawings showing the exact equipment to be provided and dimensions for the same.

A. After fabrication: The pump manufacturers shall deliver eight (8) copies of suitable

support literature (installation, operation and maintenance manuals) to the Engineer for the pump and all related equipment specified herein. Installation of pump and related appurtenances shall be performed in strict accordance with written instructions provided by the manufacturer.

1. If electrical control panels are provided as part of a pump package, electrical

schematic diagram of the control system shall also be provided, prepared in accordance with NMTBA and JIC standards. The schematics shall illustrate (to the extent of authorized repair) pump motor branch, control and/or alarm system circuits, and all interconnections between these circuits. Wire numbers shall be clearly indicated on all schematic diagrams.

a. Schematics for individual components that are not normally repaired by

station operators need not be included, and the details for such components are not required in lieu of overall system schematics.

b. Partial schematics of the components, block diagrams, or simplified

schematics will not be provided in lieu of overall system schematic diagrams.

1.6 STATION DESCRIPTION A. No roof-mounted pump currently exists. B. An electric chopper pump shall be installed as shown on the plans to be suspended from a pivoting

hoist through each of two existing 30” diameter hatches on the edge of the Primary Digester roof and pump digested solids from the bottom of the digester, through the roof and then through new piping to the existing force main which leads to the drying beds.

Page 6: 1.2 RELATED SECTIONSEquipment installation shall comply with the instructions of the pump manufacturer, and the detailed Specifications which follow. 1. The base bid chopper pump provided

WGK, Inc. City of Clarksdale Engineers & Surveyors Water and Sewer System Rehabilitation Project July, 2017 WGK# 2016-350-00

15352-5

C. The pump shall be specifically designed to pump waste solids at heavy consistencies without

plugging or dewatering of the solids. Pre-conditioning of materials by means of comminution or grinding shall not be required for satisfactory pump operation. All of the materials entering the pump suction shall be chopped/macerated and conditioned by the pump as an integral part of the normal pumping action. The pumps shall have demonstrated the ability to successfully chop through and pump high concentrations of solids such as sludge, plastics, hair, grease balls, heavy rags, wood, paper products, and other stringy materials typically found in a municipal digester application, both in tests and field applications. Standard "non-clog" centrifugal pumps lacking the specified chopping assembly and dry – run capability are not considered acceptable, and shall not be provided.

D. Equipment shall meet the necessary performance characteristics outlined below, and shall be

selected to conform to the requirements of the intended application. Pump performance criteria for each installation are as follows:

▪ Design rating: 260 GPM @ 40' TDH

▪ Hydraulic efficiency: 45% (minimum) ▪ Secondary rating: 575 GPM @ 30' TDH ▪ Hydraulic efficiency: 58% (minimum) ▪ Minimum shutoff head: 50' ▪ Maximum motor size: 15 HP ▪ Maximum motor speed:1180 RPM ▪ Impeller design: 10.60” chopper (see specs) ▪ Vaughan Model Number: S4S

PART 2 - PRODUCTS 2.1 MANUFACTURER A. The quality establishing brand for the chopper pumps is Vaughan Company of Montesano, WA,

Model S4S. Naming of quality establishing brand is not intended to limit or restrict competition. 2.2 PUMP CONSTRUCTION A. The chopper pump shall be specifically designed to pump waste solids at heavy consistencies.

Pumped materials shall be macerated and conditioned by the pump as an integral part of the pumping action.

B. The pump must have demonstrated the ability to chop through, mix, and pump high

concentrations of solids such as plastics, heavy rags, grease and hair balls, wood, paper products and stringy materials without plugging, both in factory testing and in field applications. If required by the Owner or the Engineer, a pump performance affidavit shall be provided by the manufacturer, as outlined in Section 1.07 above.

C. It is the further intent of these Specifications to describe equipment that is a regular production

Page 7: 1.2 RELATED SECTIONSEquipment installation shall comply with the instructions of the pump manufacturer, and the detailed Specifications which follow. 1. The base bid chopper pump provided

WGK, Inc. City of Clarksdale Engineers & Surveyors Water and Sewer System Rehabilitation Project July, 2017 WGK# 2016-350-00

15352-6

item of the specified pump manufacturer, and that has a proven record of performance in identical (not just similar) applications in other treatment facilities. The chopper pump manufacturer shall meet the minimum experience requirements of Section 1.5 as outlined above.

D. Chopper pump casing shall be of semi-concentric design, with the first half of the circumference

being cylindrical beginning after the pump outlet, and the remaining circumference spiraling outward to a Class 125 flanged centerline discharge. The casings shall be constructed of A536 ductile cast iron. All water passages shall be smooth and free of blowholes or other imperfections that might hinder good flow characteristics.

1. The use of fabricated casing construction is not considered acceptable. All of the

fasteners used for assembly of the pump liquid end shall be 316 stainless steel. E. Pump impeller shall be the semi-open chopper type. Chopping/maceration of the materials must

be accomplished ONLY by the action of the curved, cupped and sharpened leading edges at the bottom of the impeller blades as they move across the cutter bar, creating a smooth, efficient “slicing” effect. Chopper mechanisms or designs that extend past the entrance of the pump volute are not acceptable.

1. The pump impeller shall be constructed of ASTM A148 cast alloy steel, dynamically

balanced, and heat treated to a minimum 60 Rockwell C Hardness.

2. The use of fabricated impellers (in lieu of cast construction specified herein) is not considered acceptable, and will constitute basis for rejection of the equipment.

3. Pump out vanes shall be provided across the entire diameter of the impeller on the

backing plate, in order to reduce pressure in the seal area, and to draw lubricant down from the oil reservoir should seal leakage occur.

4. The impeller shall have a maximum of three (3) blades, to minimize chances of jamming

and/or plugging, and shall be held in place with a key and cutter nut. The impeller shall have no axial adjustments or set screws, and shall not extend past the cutter bar.

F. An opposing cutter bar shall be provided in the suction inlet of the chopper pump. The cutter bar

plate will be recessed into the pump bowl providing a funnel-shaped opening, and shall extend diametrically across the entire pump suction opening.

1. The cutter bar shall be a single cast component recessed into the pump bowl, with a

funnel shaped inlet opening. As a part of the casting, segment bars shall extend inwardly, to within .015" of the cutter nut. The set clearance between the cutter bar and impeller shall be adjustable to .005" to .020".

2. The cutter bar shall be constructed of ASTM A148 cast alloy steel and heat treated to a

minimum 60 Rockwell C Hardness.

Page 8: 1.2 RELATED SECTIONSEquipment installation shall comply with the instructions of the pump manufacturer, and the detailed Specifications which follow. 1. The base bid chopper pump provided

WGK, Inc. City of Clarksdale Engineers & Surveyors Water and Sewer System Rehabilitation Project July, 2017 WGK# 2016-350-00

15352-7

3. The use of fabricated cutter bars (in lieu of cast construction specified herein) is not considered acceptable, and will constitute basis for rejection of the equipment.

G. The impeller pump-out vanes shall be specially modified to shear against an upper cutter

assembly mounted into the back side of the casing, in order to eliminate any build up of rags, hair, or other stringy material in the seal area or between the impeller and the pump casing. The upper cutter shall consist of no more than 2 cutting anvils to minimize the potential for binding. The set clearance between the impeller and upper cutter shall be adjustable to .010" or less. The upper cutter shall be ASTM 148 cast alloy steel and heat treated to a minimum 60 Rockwell C Hardness.

H. A cutter nut shall be used to secure the pump impeller to the shaft, and to eliminate binding or

wrapping of stringy materials at the pump inlet. The cutter nut shall consist of a hex head sufficiently sized for ease of removal, and shall include an integral cast anvil which shears against the adjacent surface of the segment bars on the cutter bar. The cutter nut shall be constructed of ASTM A148 cast alloy steel and heat treated to a minimum 60 Rockwell C Hardness.

I. Pump Shafting: The pump stub shaft and impeller shall be supported by ball bearings. Shafting shall be heat treated steel, with a minimum diameter of 1.5 inches in order to minimize deflection during solids chopping. Mounting of the pump impeller directly to the motor shaft shall not be allowed on this project as this results in an unacceptable overhang distance from the impeller to the lowest mechanical seal.

J. Bearing Housing: Shall be ductile cast iron, and machined with piloted bearing fits for concentricity of all components. Piloted motor mount shall firmly align motor on top of bearing housing.

K. Thrust Bearings: Shaft thrust in both directions shall be taken up by two back-to-back mounted single-row angular contact ball bearings. Overhang from the centerline of the lower thrust bearing to the seal faces shall be a maximum of 1.2". A third mechanical seal shall be provided to isolate the bearings from the pumped media at operating temperatures to 250 F. The third seal, as well as the thrust bearings shall be oil bath lubricated in the bearing housing by I.S.O. Grade 46 turbine oil, with a minimum B-10 life rated 100,000 hours. Shaft overhang exceeding 1.2 inches from the center of the lowest thrust bearing to the seal faces shall be considered unacceptable.

L. Pump Mechanical Seal: Shall be fitted with silicon carbide seal faces to provide long life expectancy in the presence of grit and abrasive solids. The seal shall ride on a 316 stainless steel shaft sleeve, with the seal tension held by 3 set screws. Seal shall be tested for flatness within 2 Helium light bands under a Helium light source and optical flat.

M. Automatic Oil Level Monitor: A clear PVC oil reservoir with float switch shall be mounted at the top of the wet well, with a hose feeding down to the side of the bearing housing to detect oil level and shut off the motor in event of low oil level. A sensitive relay shall be included for mounting in the motor control panel.

N. Shaft Coupling: The submersible motor shall be close coupled directly to the pump shaft using a solid sleeve coupling, which is keyed to both the pump and motor shafts. Slip clutches and shear pins between the shaft and the motor are considered unacceptable.

Page 9: 1.2 RELATED SECTIONSEquipment installation shall comply with the instructions of the pump manufacturer, and the detailed Specifications which follow. 1. The base bid chopper pump provided

WGK, Inc. City of Clarksdale Engineers & Surveyors Water and Sewer System Rehabilitation Project July, 2017 WGK# 2016-350-00

15352-8

O. Stainless Steel Nameplates: Shall be attached to the pump and drive motor giving the manufacturer's model and serial number, rated capacity, head, speed and all pertinent data.

P. Moisture and Thermal Sensor Relay: The pump manufacturer shall supply a control relay to monitor both moisture and temperature in the submersible motor. The relay shall be rated 120 VAC with an operating temperature range of -20 degrees C to +65 degrees C. The relay shall be sent to the control panel supplier for installation into the control panels.

Q. Pump Stand: The pump shall be provided with a stand bolted to the pump suction to prevent the pump suction from sitting directly on the bottom of the digester. The stand shall be fabricated from carbon steel.

2.3 MOTOR REQUIREMENTS: A. The submersible motor shall be rated at 15 HP, 1170 RPM, 460 Volts, 60 Hertz and 3 phase, with

a 1.0 service factor and Class F insulation. Motor shall be rated for CONTINUOUS in-air operation and shall have tandem mechanical seals in oil bath and dual moisture sensing probes. The lower motor seal shall be exposed only to the lubricant in the bearing housing, with no exposure to the pumpage. Motor shall include two normally closed automatic resetting thermostats connected in series and imbedded in adjoining phases. Motor frame shall be cast iron, and all hardware and shaft shall be stainless steel. Pump designs where the lower motor mechanical seal is exposed to the pumpage will allow for pumpage to contaminate the submersible motor in the event of a lower motor seal failure. Therefore, designs where the lower motor seal is exposed to the pumpage will not be allowed on this project.

B. Motor shall be provided with explosion-proof enclosure for weather protection, and in lieu of the

fact that the pump is installed in a hazardous location. Wash down will be considered a part of the regular maintenance regimen for this installation. Each motor and pump shall be connected by the flexible coupling outlined above so as to comprise an integral pumping unit. Motor shall be provided with C-face mounting to permit accurate alignment of the motor with the pump bearing housing, as specified in Section 2.02 Q of these Specifications.

C. Pump motors will be manufactured in accordance with all applicable standards of NEMA, IEEE,

AFBMA, NEC, and ANSI. The motors shall be premium efficiency squirrel cage induction type, with normal starting torque and slip characteristics. Winding insulation shall be non-hygroscopic, rated as Class F or better.

D. Pump motors shall be capable of carrying the full load current continuously, without injurious

temperature rise in an ambient temperature of 40 degrees C. All motors shall be provided with a minimum service factor of 1.15.

E. Pump motors shall be sized to be non-overloading above the rated nameplate horsepower under

any condition of operation from shut-off head to runout capacity. All motor thrust bearings shall be adequate to carry continuous thrust loads under all conditions of pump operation from zero head to shut-off.

F. Design of the pump shall be such that the motor will not be damaged by sustained operation of

Page 10: 1.2 RELATED SECTIONSEquipment installation shall comply with the instructions of the pump manufacturer, and the detailed Specifications which follow. 1. The base bid chopper pump provided

WGK, Inc. City of Clarksdale Engineers & Surveyors Water and Sewer System Rehabilitation Project July, 2017 WGK# 2016-350-00

15352-9

the pump even when the digester is completely dry, and when there is no liquid at all within the pump casing.

2.4 PAINTING: A. Surfaces shall be prepared by SSPC-SP5 commercial sandblast, primed coat of Tnemec Perma-

Shield PL Series 431 and a finish coat of Tnemec Perma-Shield PL Series 431 for a total minimum thickness of 30 MDFT. Submersible motor shall be supplied with the motor manufacturer’s standard paint finish.

2.5 ANCILLARY EQUIPMENT TO BE PROVIDED: A. The pump supplier shall furnish a commercially fabricated portable pivoting steel hoist for the

equipment specified herein. A winch assembly which can be powered both by hand crank or attachment to a power drill shall be provided to lower/withdraw the pump/hose/cable through the existing hatch to any level desired by the operator. Hoist shall be of such height and reach as to lift the pump from the ground, pivot over the roof hatch, and lower the pump into the hatch.

B. The contractor shall attach a base plate for the portable hoist on top of the digester wall, adjacent

to each of the two 30” roof hatches. Base plates shall be anchored to the concrete with epoxy anchors. Threaded anchor bolts shall be 304 or 316 S.S., and the minimum diameter of the anchor bolts shall be 3/4". Minimum embedment in the concrete shall be as per the anchor bolt manufacturer’s recommendations for the intended use. Flat washers and nuts shall be provided, in the same material as the anchor rod, and installation of anchor bolts shall be provided in strict accordance with the manufacturer’s instructions.

C. Sixty feet of 4” and 120 feet of 6” flexible discharge hose shall be provided with the new pump, in

20' lengths. Hose shall be constructed of neoprene with wire reinforcement, and shall be sufficiently flexible to allow movement when the digester cover travels up and down with varying liquid level. Ends of the discharge hose will be provided with Kamlok aluminum quick-disconnect fittings as manufactured by OPW Engineered Systems. Fittings shall incorporate cam and groove design for smooth coupling/uncoupling, as well as a twin-arm design to prevent accidental release, with detents provided to prevent accidental uncoupling.

1. Flanged adapters shall be included to facilitate connection of the discharge hose to the

pump discharge and the air/vacuum valve piping as shown on the Plans. Adapters shall include one each of a male and female Kamlok quick-connector, mounted on a 4" ANSI Class 125 blind flange with a 4" NPT hole machined in the middle. A 4" diameter 304 S.S. close nipple shall be provided to position the Kamlok fitting far enough away from the flange to allow full operation of the lever arms. Flanged adapters shall be fully-assembled prior to shipment, so that the contractor does not have to assemble parts on site, and to ensure that a working system is provided. Sealant will be applied to all NPT connections during assembly to provide a liquid-tight seal.

Page 11: 1.2 RELATED SECTIONSEquipment installation shall comply with the instructions of the pump manufacturer, and the detailed Specifications which follow. 1. The base bid chopper pump provided

WGK, Inc. City of Clarksdale Engineers & Surveyors Water and Sewer System Rehabilitation Project July, 2017 WGK# 2016-350-00

15352-10

D. Type SO cable shall be provided for wiring the pump motor and oil monitor switch to a local

junction box as shown on the Plans. Requirements for electrical cables can be found under the appropriate section of the Electrical Specifications herein. Separate cables will be required for power and monitoring functions, with quick-disconnect fittings at the disconnect.

1. Kellems strain relief fittings shall be provided at both ends of the SO cables provided, and

shall include braided S.S. wire sleeves for support, as well as neoprene compression bushing that seals the outside of the cable. Body shall be aluminum. Strain relief fittings and bushings shall be properly sized for the O.D. of the cable being used.

E. New fittings and valves shall be utilized as shown on the plans to connect to the existing discharge

piping at the top of the secondary digester wall. New pipe and valves shall be supported from the existing pipe support and the top of the wall as necessary. New pipe and valves shall be painted to match the existing. A new air/vacuum valve with fittings shall also be installed on a painted steel support, bolted to the two existing channels near the center of the digester roof.

2.6 SPARE PARTS REQUIRED: A. After the successful startup of the digester sludge pump, the pump manufacturer shall provide

the following spare parts to the Owner for use during normal operation and maintenance: ▪ One (1) complete set of all gaskets ▪ One (1) cutter bar assemblies ▪ Two (2) sets of cutter bar shims ▪ One (1) upper cutter assemblies ▪ Two (2) sets of upper cutter shims ▪ One (1) set of all special pump maintenance tools ▪ One (1) oil level sensing probe B. All spare parts shall be provided packed in suitable containers for extended storage by the Owner.

Any spare parts that are consumed during equipment startup shall be replaced by the manufacturer without cost to the Owner.

C. Only one set of parts need be provided for identical model pumps, but a complete set is required

for each separate pump model furnished. All spare parts provided shall be new and unused, and shall be packed in sturdy containers with clear, indelible identification markings as to their use. Spare parts shall be provided to the Owner after acceptance of the project by the Engineer. Storage of the parts prior to that time shall be the responsibility of the contractor.

D. Printed operation and maintenance manuals and parts lists shall be provided to the Owner for

future reference, in strict accordance with the requirements of these Specifications. A repair video demonstrating pump disassembly and reassembly shall also be provided by the manufacturer of the specified chopper pump, as outlined herein, for storage and eventual use by the Owner.

Page 12: 1.2 RELATED SECTIONSEquipment installation shall comply with the instructions of the pump manufacturer, and the detailed Specifications which follow. 1. The base bid chopper pump provided

WGK, Inc. City of Clarksdale Engineers & Surveyors Water and Sewer System Rehabilitation Project July, 2017 WGK# 2016-350-00

15352-11

PART 3 - EXECUTION 3.1 EXAMINATION: A. Contractor shall off-load equipment at the installation site using equipment of sufficient size and

design to prevent injury or damage. Equipment manufacturers shall provide written instructions for the proper handling of the equipment that is provided. Immediately after off-loading, contractor shall inspect all equipment and appurtenances for shipping damage or missing parts. Any damage or discrepancies shall be noted in written claim form with the shipper prior to accepting delivery. Contractor shall validate all serial numbers, etc... provided with the shipping documentation. Notify the manufacturer's representative of any unacceptable conditions noted with shipper.

3.2 INSTALLATION OF EQUIPMENT: A. The contractor shall install, level, align, and lubricate the pump, controls, piping, and related

equipment as indicated on the project drawings, or as outlined in the manufacturer’s O&M manuals. Installation in the field shall be performed in strict accordance with the written instructions supplied by the manufacturer at time of delivery, or provided prior to shipment of the equipment. If equipment cannot be installed immediately after delivery, it shall be stored in strict accordance with the manufacturer’s instructions, and all recommended and/or required maintenance shall be performed by the contractor without any additional compensation.

B. Check motor and control data plates for compatibility to site voltage. Install and test the station

ground prior to connecting line voltage to station control panel. C. Prior to applying electrical power to any motors or control equipment, check all the wiring for

tight connections. Verify that protective devices (fuses and circuit breakers) conform to the project design documents. Manually operate all circuit breakers and switches to ensure operation without binding. Open all circuit breakers and disconnects before connecting utility power. Verify line voltage, phase sequence and ground before actual start-up.

3.3 FIELD QUALITY CONTROL: A. Prior to acceptance by the Owner, an operational test of the pump and operating control systems

shall be conducted to determine if the installed equipment meets the purpose and intent of the Specifications. Tests shall demonstrate that the equipment provided (1) is electrically, mechanically, structurally, and otherwise acceptable, (2) is safe and in optimum working condition, and (3) conforms to the specified operating criteria.

B. Pump shall be demonstrated by filling the existing vacuum drying beds with material from the

primary digester. Check calibration of all instrumentation equipment, test manual control devices, and automatic control systems. Be alert to undue noise, vibration or other operational problems.

Page 13: 1.2 RELATED SECTIONSEquipment installation shall comply with the instructions of the pump manufacturer, and the detailed Specifications which follow. 1. The base bid chopper pump provided

WGK, Inc. City of Clarksdale Engineers & Surveyors Water and Sewer System Rehabilitation Project July, 2017 WGK# 2016-350-00

15352-12

C. Coordinate system start-up with the manufacturer's technical representative. The representative

or factory service technician will inspect the completed installation, calibrate and adjust instrumentation, correct or supervise correction of defects or malfunctions, and instruct the operating personnel in the proper operation of the equipment provided and with typical maintenance procedures.

3.4 CLEANING: A. Prior to acceptance, inspect the equipment provided for dirt, splashed material or damaged paint.

Clean or repair accordingly. Touch up all areas of damaged coating. Remove from the job site all tools, surplus materials, scrap and debris.

3.5 PROTECTION: A. The digester shall be placed back into service immediately after startup by the pump

manufacturer’s representative. If operation is delayed, all equipment shall be stored and maintained per the manufacturer's written instructions.

3.6 WARRANTY A. In addition to the CONTRACTOR's one (1) year guarantee, the manufacturer of the pumping station

equipment will guarantee for five (5) years pro-rated from the date of acceptance by the Owner that the pumping equipment will be free from defects in design, material and workmanship. The warranty schedule is as follows: Full Coverage 0-18 months, 50% through 39 months, 25% through 60 months. Whether of his own manufacture or not, the CONTRACTOR will furnish replacement parts of any component which is proved defective during the 60 months guarantee period, and the cost of any repairs and service during the 5 year period will be prorated.

B. The manufacturer will not be required to replace items which are normally consumed in service

such as light bulbs, oil, grease and packing and other incidentals. PART 4 - COMPENSATION 4.1 MEASUREMENT A. Chopper Pump shall be measured as one unit of work, complete in every way, or measured in the

units indicated on the Proposal Form, including all components and incidentals, and no separate measurement of any subsidiary items shall be made.

B. Where not listed separately as a pay item on the Proposal, no measurement shall be made of the

work. 4.2 PAYMENT

Page 14: 1.2 RELATED SECTIONSEquipment installation shall comply with the instructions of the pump manufacturer, and the detailed Specifications which follow. 1. The base bid chopper pump provided

WGK, Inc. City of Clarksdale Engineers & Surveyors Water and Sewer System Rehabilitation Project July, 2017 WGK# 2016-350-00

15352-13

A. Chopper Pump shall be paid for as one unit of work, complete in every way, or paid for in the units

indicated on the Proposal Form, including all components and incidentals at the lump sum price bid, and no separate payment for any subsidiary items shall be made.

B. Where not listed separately as a pay item on the Proposal, no payment shall be made for this work,

but such payment shall be included in the compensation made for the other items of work.

END OF SECTION