7013 - Lake Lewisville Water Treatment Plant Phase II Improvements, Addendum 3- Bid Closing date changed to Tuesday, May 28, 2019 at 11:00 A.M. (2)Addendum No. 3 00 05 15 - 1
DTN18104 – Lake Lewisville Water Treatment Plant Phase II Improvements
CITY OF DENTON
LAKE LEWISVILLE WATER TREATMENT PLANT PHASE II IMPROVEMENTS
DTN18104
ADDENDUM NO. 3
May 20, 2019
BID DATE: Tuesday, May 28, 2019 at 11:00 A.M.
00 05 15 ADDENDUM NUMBER 3
The following additions, deletions, modifications, or clarifications shall be made to the appropriate
sections of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space
provided on the Bid Form.
CONTRACT DOCUMENTS:
A3-1. SECTION 00 05 15 –ADDENDUM NO. 2
A. Reference Item A2-1 (Section 01 29 01 Measurement and Basis for Payment)
1. Modification: Reference this specification in its entirety with the revised specification
section attached.
B. Reference Item A2-2 (Section 00 41 00 - Bid Form and Pricing Sheet)
1. Modification: Replace the Pricing Sheet following the Bid Form with the revised Pricing
Sheet (ending “r2”) attached, and use the updated spreadsheet for Bid Submission.
A3-2. SECTION 00 11 13 –INVITATION TO BIDDERS
A. Reference RECEIPT OF BIDS
1. Change Bid Submittal Deadline and Opening to “11:00 A.M. D/CST, Tuesday, May 28,
2019”.
Addendum No. 3 00 05 15 - 2
DTN18104 – Lake Lewisville Water Treatment Plant Phase II Improvements
TECHNICAL SPECIFICATIONS:
A3-3. SECTION 22 14 29.16 SUBMERSIBLE SUMP PUMPS
1. Addition: Insert the new specification section attached.
A3-4. SECTION 26 05 13 MEDIUM VOLTAGE CABLES
1. Reference: Par. 2.01.A
Modify the paragraph title to read:
“2.01 A. SINGLE CONDUCTOR CABLE (5kV & 15kV)”
2. Reference: Par. 2.01.A.5
Delete the last sentence of the paragraph that reads:
“Concentric neutral cable ….”
3. Reference: Par. 2.01.B
Modify the paragraph title to read:
“2.01 B. MULTI-CONDUCTOR METAL-CLAD CABLE (5kV & 15kV)”
A3-5. SECTION 26 05 19 LOW VOLTAGE ELECTRICAL CONDUCTORS AND CABLES
1. Clarification: For cables such as shielded twisted pair refer to interconnection diagrams
for exact sizes to use on project.
2. Reference: Par. 1.03.A.1
Modify the list to include:
“e. CAT 6 Cable”
3. Reference: Par. 2.03
Add the following paragraph:
“F. CAT 6 Unshielded Twisted Pair Cables: UTP cables shall be four, twisted pair 23
AWG solid bare copper Category 6 Ethernet Cable. The Category 6 Ethernet Cable
shall have a DC loop resistance of 52Ω per 1000 feet and be Belden 7927A or
approved equal. Cable connectors shall be RJ45 or approved equal. Cable shall be
suitable for outdoor installation and be rated for 600V.”
A3-6. SECTION 26 12 19 PAD-MOUNTED, LIQUID-FILLED, MEDIUM VOLTAGE TRANSFORMERS
1. Reference: Par. 2.02.K.1.a
Modify the paragraph to say: “2,4kV and 15kV”
A3-7. SECTION 40 05 64 BUTTERFLY VALVES
A. Reference Par. 1.02 A. Acceptable Manufacturers
1. Addition: Add “6. Val-Matic” as an acceptable manufacturer.
Addendum No. 3 00 05 15 - 3
DTN18104 – Lake Lewisville Water Treatment Plant Phase II Improvements
A3-8. SECTION 40 90 00 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS
1. Reference: Par. 1.04.B
Modify the list of pre-qualified SCADA System Integrator Contractors for PLC
programming and system configuration to be the following:
1. “Prime Controls
2. No others will be accepted.”
2. Reference: Par. 1.04.C
Modify the list of pre-qualified SCADA System Integrator Contractors for hardware to be
the following:
1. “Prime Controls
2. No others will be accepted.”
A3-9. SECTION 40 90 01 INSTRUMENTATION
1. Replace specification in its entirely with the attached revised specification.
A3-10. SECTION 40 90 02 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM
A. Reference Par. 1.01 A.1.a.2
Modify the last sentence of the paragraph to read:
“The PLC at the HSPS Electrical Building shall be connected via fiber optic cable to the
existing fiber routed around the plant.
B. Reference Par. 1.01 A.1.b.2
Add the following to the end of the paragraph:
“Provide all required software and programming in the new PLC to be installed at the Lake
Lewisville RWPS new electrical building and at the existing PLC a the Lake Ray Roberts RWPS
Incorporate all new I/O into the City’s existing HMI system.”
C. Reference Par. 1.01 B.1
Add the following to the end of the paragraph:
“2. Lake Lewisville RWPS
a.. PLC Cabinet
b. Wall Mounted UPS for RTU, mounted adjacent to RTU
3. Lake Ray Roberts RWPS
a. Provide additional I/O in existing PLC Cabinet as required for I/O added as
part of this project. System Integrator shall field verify spares available. Provide
minimum of 20% spare I/O once changes have been incorporated. Modify
existing PLC cabinet as required. Provide updated PLC drawings done in
AutoCAD as a formal submittal for Engineer’s review and approval. Upsize UPS
as required for additional I/O added.”
Addendum No. 3 00 05 15 - 4
DTN18104 – Lake Lewisville Water Treatment Plant Phase II Improvements
D. Reference Par. 1.01 C.1
Modify the paragraph to read:
“1.. Program the Modicon PLCs as required at the following locations: 1) High Service
Pump Station Electrical Building, 2) Lake Lewisville RWPS Chemical Building and
3) Lake Ray Roberts RWPS.”
E. Reference Par. 1.01 D.2
Modify the first sentence of the paragraph to read:
“2. Programming System Upgrades – six weeks at the pump station and Lake
Lewisville RWPS Chemical Building and Lake Ray Roberts RWPS.
F. Reference Par. 1.03 A
Modify this paragraph to read; “The following PLC programming and system
configuration and integration are pre-qualified with the City of Denton for PLC and HMI
programming:
1. Prime Controls
2. No others will be accepted.”
G. Reference Par. 1.03 B
Modify the list of pre-qualified SCADA System Integrator Contractors for hardware to be
the following:
1. “Prime Controls
2. No others will be accepted.”
DRAWINGS:
A3-11. SHEET E-3, SEQ. 84
1. Modification: Replace the sheet with the modified sheet attached.
A3-12. SHEET E-11, SEQ. 92
1. Modification: Replace the sheet with the modified sheet attached.
A3-13. SHEET E-13, SEQ 94
A. Electrical Building Plan
1. Addition: Add temperature transmitter, TT-ELBLDG, to East wall and show
homerun cable of 1PR., #18 Shld in ¾” conduit going to HSPS PLC
cabinet. Add two smoke detectors, XA1-001 and XA1-002, on the ceiling
evenly spaced between each other with homeruns of 4#14, #14G., ¾”
conduit off each going to HSPS PLC cabinet. Add two heat detectors, HTDT-
001 and HTDT-002, on the ceiling evenly spaced between each other with
homeruns of 4#14, #14G., ¾” conduit off each going to HSPS PLC cabinet.
2. Addition: Add two data drops for security cameras with a 1"C. and a
pullstring back to the patch panel in the HSPS electrical building for final
Addendum No. 3 00 05 15 - 5
DTN18104 – Lake Lewisville Water Treatment Plant Phase II Improvements
connection. One drop will be located near the personnel door on the north
face exterior wall of the building, the other will be on the northeast corner,
facing east, exterior face of the building. Coordinate with the architect and
the owner for the exact location and mounting height before final rough in.
A3-14. SHEET E-15, SEQ 96
1. Addition: Add E-Stop push button station next to each high service pump motor and
next to backwash pump motor. Provide Notes By Symbol No.13 next to each push button
station. Notes By Symbol No.13 shall read: 13. Mount push button station on unistrut
rack. Push button shall be 30.5 mm type, mushroom head, push-pull type to manually
reset, mounted in a NEMA 4X stainless steel enclosure, manufactured by Allen-Bradley or
approved equal. Coordinate with City for exact location to install. Provide formal
submittal on push button station for Engineer’s review and approval
2. Provide read beacon (warning light) labeled as Beacon 1 on wall in high service pump
station. Coordinate with City on location to mount. Beacon shall be LED type, rated
NEMA 4X, suitable for operation on 120VAC, Federal Signal Corporation, Model 225XL.
Provide stainless steel mounting hardware as required.
A3-15. SHEET E-16, SEQ. 97
1. Modification: Replace the sheet with the modified sheet attached.
A3-16. SHEET E-17, SEQ. 98
1. Modification: Replace the sheet with the modified sheet attached.
A3-17. SHEET E-18, SEQ. 99
1. Addition: Add E-Stop push button station next to each high service pump motor.
Provide Notes By Symbol No.5 next to each push button station. Notes By Symbol No.5
shall read: 5. Mount push button station on unitrut rack. Push button shall be 30.5mm
type, mushroom head, push-pull type to manually reset, mounted in a NEMA 4X
stainless steel enclosure, manufactured by Allen-Bradley or approved equal. Coordinate
with City for exact location to install. Provide formal submittal on push button station
for Engineer’s review and approval
2. Provide red beacon (warning light) labeled as Beacon 2 on the East wall adjacent to the
new panelboard. Beacon mounting height shall as a minimum match that of the existing
being demolished. Coordinate with City for exact height to mount. Beacon shall be LED
type, rated NEMA 4X, suitable for operation on 120VAC, Federal Signal Corporation,
Model 225XL. Provide stainless steel mounting hardware as required.
A3-18. SHEET E-19, SEQ. 100:
1. Modification: Replace the sheet with the modified sheet attached.
A3-19. SHEET E-24, SEQ. 105
A. Site Plan
Addendum No. 3 00 05 15 - 6
DTN18104 – Lake Lewisville Water Treatment Plant Phase II Improvements
1. Addition: Provide electrical manhole 25 feet to the north of pad-mounted switch SW-2.
Stub out 4 – 4” conduits from switch SW-2 (Notes By Symbol 2) and route to electrical
manhole. These spare conduits are associated with spare switches to be used on future
Dewatering Building. Coordinate with City for exact location to install manhole.
2. Addition: Provide 2 – 4” conduits from server room to a new handhole located on the
north side of the Administration Building to be used for fiber associated with the future
Dewatering Building. Locate handhole 25’ away from building. Coordinate with the City
for exact location.
B. Modification: In addition to the items listed in “A” above, Replace the sheet with the
modified attached sheet.
A3-20. SHEET E-28, SEQ. 109
1. Modification: Replace the sheet with the modified sheet attached.
A3-21. SHEET E-29, SEQ. 110:
1. Modification: Replace the sheet with the modified sheet attached.
A3-22. SHEET E-32, SEQ. 113
1. Modification: Replace the sheet with the modified sheet attached.
A3-23. SHEET E-33, SEQ. 114
1. Modification: Replace the sheet with the modified sheet attached.
A3-24. SHEET E-34, SEQ. 115
1. Modification: Replace the sheet with the modified sheet attached.
A3-25. SHEET E-37, SEQ. 118
1. Modification: Replace the sheet with the modified sheet attached.
2. Clarification: The control schematic shown on Sheet E-37 is applicable to all high service
pumps and backwash pump.
3. Add the following to the new modified sheet:
- In control schematic show a run normally open MX contact coming off of the 120V
control power wired in series wijth a red beacon light. This is applicable to all high
service pumps and backwash pump.
A3-26. SHEET E-38, SEQ. 119
1. Modification: Replace the sheet with the modified sheet attached.
2. Add the following to the new modified sheet:
- From each of the local E-Stops at the motors, P1ESTOP thru P6ESTOP provide 4#14,
#14G. in a 2” conduit routed from the new High Service Pump Station RTU. Label these
conduits P1-ESTOP-RTU, P2-ESTOP-RTU, P3-ESTOP-RTU, P4-ESTOP-RTU, P5-ESTOP-RTU
and P6-ESTOP-RTU.
- For the starters associated with Pumps 1 thru 4 show 4 #12, #12G routed in 2” conduit
from each motor starter to a Red Indicating Beacon labeled as Beacon 1. Label each
conduit as P1-Beacon thru P4-Beacon.
Addendum No. 3 00 05 15 - 7
DTN18104 – Lake Lewisville Water Treatment Plant Phase II Improvements
- For the starters associated with Pumps 5 and 6 show 4 #12, #12G routed in 2” conduit
from each motor starter to a Red Indicating Beacon labeled as Beacon 2. Label each
conduit as P5-Beacon and P6-Beacon.
- For the backwash pump starter provide local E-Stop at motor and show 6#14, #14G, in
a 2” conduit from local E-Stop to motor starter. Label conduit as BWP-ESTOP.
- For the local E-Stop at motor show 4#14, #14G, in a 2” conduit from local E-Stop to
new High Service Pump Station RTU. Label conduit as BWP-ESTOP-RTU.
A3-27. SHEET E-39, SEQ. 120
1. Modification: Replace the sheet with the modified sheet attached.
A3-28. SHEET E-42, SEQ. 123
1. Modification: Replace the sheet with the modified sheet attached.
A3-29. SHEET E-45, SEQ. 126
1. Modification: Replace the sheet with the modified sheet attached.
A3-30. SHEET PI-3, SEQ. 129
1. Modification: Replace the sheet with the modified sheet attached.
A3-31. SHEET PI-4, SEQ. 130
1. Modification: Replace the sheet with the modified sheet attached.
A3-32. SHEET LRW-13, SEQ. 145:
A. Reference: GENERAL NOTES, Note 6:
1. Clarification: Stop log and frame may be simple fabricated channel and steel plate with
lifting hooks and cables to top of box structure to allow future removal. Leak-tight seal is
not required, but closure must limit opening spaces to maximum of 1/8” wide.
A3-33. SHEET LRW-CF-7, SEQ. 157:
A. Reference: SECTION 1, Cu ION GENERATION SYSTEM:
1. Clarification: Motorized valve shown adjacent to Copper Ion Generator is a motor-
operated stainless steel ball valve, rated for modulating service.
A3-34. SHEET LRW-E-5, SEQ. 167
1. Modification: Replace the sheet with the modified sheet attached.
A3-35. SHEET LRW-E-9, SEQ. 171
1. Modification: Replace the sheet with the modified sheet attached.
A3-36. SHEET LRW-E-13A, SEQ. 175A:
1. Addition: Add new sheet LRW-E-13A, Sequence 175A. Add the following continuation
of General Notes from Sheet E-13 to the new sheet.
Addendum No. 3 00 05 15 - 8
DTN18104 – Lake Lewisville Water Treatment Plant Phase II Improvements
“2. Modify pump controls in existing starter as shown. Provide Dripmaster lubrication
unit as required for the application. Contractor shall coordinate with Dripmaster on
specific controls required in the starter and modify control schematic as required. Field
verify existing conditions. Provide wiring, terminal blocks, control relays, timing relays,
indicating lights, push buttons, wire tags, 24VDC power supplies, etc. as required.
Indicating lights, push buttons, relays, etc. shall be per specification 26 13 23, Medium
Voltage Motor Control Center. 24VDC power supply shall be provided by Phoenix
Contact or approved equal.
3. Provide as a formal submittal a revised control schematic down in AutoCAD showing
the proposed changes for the Engineer’s review and approval prior to beginning any
work. Handwritten drawings or drawings done in Adobe/Bluebeam is not acceptable.
All modifications to the starter shall be done by an authorized representative of GE, the
manufacturer of the existing starter. Formal submittal as a minimum shall include
revised control schematic, bill of material with cutsheets clearly indicating components
being provided, revised front elevation drawing showing physical location of panel
mounted devices, terminal strip drawing showing customer and field connections. Once
project is completed, Contractor shall provide as-built drawings done in AutoCAD noting
any changes made to the controls during start-up and commissioning.”
A3-37. SHEET LRW-E-16, SEQ. 178
1. Modification: Replace the sheet with the modified sheet attached.
A3-38. SHEET RRW-CF-6, SEQ. 191:
B. Reference: SECTION 1, Cu ION GENERATION SYSTEM:
1. Clarification: Motorized valve shown adjacent to Copper Ion Generator is a motor-
operated stainless steel ball valve, rated for modulating service.
A3-39. NETWORK AND LOOP DIAGRAM SHEETS PI-3, PI-5, PI-6, PI-7, LRW-PI-3, LRW-PI-4, LRW-PI-5,
RRW-PI-2
1. Clarification: In addition to the I/O shown going to RTUs on loops, refer to
interconnection diagrams and control schematics for additional I/O going to RTUs.
2. Clarification: For information transmitted over Ethernet data highway from Multilin
power meters, feeder protection relays and motor protection relays coordinate with
City for exact information to be read and displayed locally at the RTU and in SCADA from
each of these devices.
END OF ADDENDUM NO. 3
Measurement and Basis for Payment 01 29 01 - 1
DTN18104 – Lake Lewisville WTP Phase II Improvements
01 29 01 MEASUREMENT AND BASIS FOR PAYMENT
1.00 GENERAL
1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS
A. Include all costs for completing the Work in accordance with the Contract Documents for
lump sum payment items. Include all direct costs for the Work associated with that lump
sum item and a proportionate amount for the indirect costs as described in
Section 01 29 00 “Application for Payment Procedures” for each lump sum item. Include
costs not specifically set forth as an individual payment item but required to provide a
complete and functional system in the lump sum price.
B. Measurement for progress payments will be made on the basis of the earned value for
each item shown as a percentage of the cost for the lump sum item as described in
Section 01 29 00 “Application for Payment Procedures.” Payment at Final Completion will
be equal to the total lump sum amount for that item.
1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS
A. Include all costs for completing the Work in accordance with the Contract Documents in
unit price payment items. Include all direct costs for the Work associated with that unit
price item and a proportionate amount for the indirect costs as described in
Section 01 29 00 “Application for Payment Procedures” for each unit price item. Include
costs not specifically set forth as an individual payment item but required to provide a
complete and functional system in the unit price.
B. Measurement for payments will be made only for the actual measured and/or computed
length, area, solid contents, number and weight, unless other provisions are made in the
Contract Documents. Payment on a unit price basis will not be made for Work outside
finished dimensions shown in the Contract Documents. Include costs for waste, overages,
and tolerances in the unit price for that line item. Measurement will be as indicated for
each unit price item.
1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE ITEMS
A. Item 1 – Lake Lewisville Water Treatment Plant Improvements:
1. Measuring for payment is on a lump sum basis. Payment for mobilization will be based
on the earned value of Work completed.
B. Item 2 - Lake Lewisville Raw Water Pump Station Area Improvements:
1. Measuring for payment is on a lump sum basis. Payment for mobilization will be based
on the earned value of Work completed.
C. Item 3 - Lake Ray Roberts Raw Water Pump Station Area Improvements:
1. Measuring for payment is on a lump sum basis. Payment for mobilization will be based
on the earned value of Work completed.
D. Item 4 – Furnishing Medium Voltage Pad-Mounted Switch:
1. Measuring for payment is on a lump sum basis.
Measurement and Basis for Payment 01 29 01 - 2
DTN18104 – Lake Lewisville WTP Phase II Improvements
E. Item 5 – Shade Trees:
1. Measuring for payment is on a per tree (each) basis. Payment will be based on the
number of trees completely planted.
F. Item 6 – Tree Protection Fencing:
1. Measuring for payment is on a linear foot basis. Payment will be based on the of
fencing completed.
G. Item 7 – Filter Building Ceiling Repair:
1. Measuring for payment is on a square foot basis. Payment for repair will be based on
the earned value of Work completed.
1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALLOWANCES
A. Item 8–Allowance A – Security Improvements:
1. Allowance is a stipulated amount available to cover costs anticipated for intruder
detection and related security improvements not yet defined in the Contract
Documents. The amount of the allowance shall be as set forth in the Bid Form and
Pricing Sheet.
B. Item – Contingency Allowance:
1. Contingency allowance is a stipulated amount available as reserve for sole use by
Owner to cover unanticipated costs. The amount of the allowance shall be as set forth
in the Bid Form and Pricing Sheet.
C. Authorization Under Allowances:
1. When authorization of Work under allowance is contemplated by the City for a
defined scope, submit Change Proposal in accordance with the General Conditions and
Supplementary Conditions and Section 01 26 00, “Change Management”, except that
payments within limit of contingency allowance shall exclude cost of bond and
insurance premiums.
2. Do not perform Work under an allowance without written authorization of City.
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION (NOT USED)
END OF SECTION
Submersible Sump Pumps 22 14 29.16 - 1
DTN18104 – Lake Lewisville Water Treatment Plant Phase II Improvements
22 14 29.16 SUBMERSIBLE SUMP PUMPS
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, materials, equipment and incidentals necessary to install submersible sump
pumps. Provide a sump pump capable of fitting in the size sump shown. Any structural
modifications required at the structure shall be made at no additional cost to the Owner.
The pump and motor shall have a standard manufacturer’s nameplate securely affixed in a
conspicuous place showing the serial number, model number, manufacturer, ratings, and
other pertinent nameplate data.
1.02 QUALITY ASSURANCE
A. Acceptable Manufacturers: The intent of these specifications is to purchase a quality
product of the manufacturer’s latest design, meeting the minimum standards set forth.
Proposed equipment shall have not less than 5 years of satisfactory service.
1. Acceptable manufacturers shall be one of the following:
a. Aurora.
b. Flygt.
c. Little Giant.
d. Hydromatic.
e. Gorman Rupp.
f. Pumpex.
g. Approved equal.
B. Manufacturer’s Representative for Startup and Testing: The services of the 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.”
1.03 SUBMITTALS
A. Submittals shall be in accordance with Section 01 33 00 “Submittals” and shall include:
1. Shop Drawings.
2. Operation and Maintenance Manuals.
3. If requested, the Equipment Manufacturer shall submit a list of 10 similar installations
which have been in satisfactory operation for at least 3 years.
1.04 DELIVERY AND STORAGE
A. Store equipment with protection from the weather, excessive humidity and temperature,
dirt, dust and other contaminants and in compliance with the manufacturer’s instructions.
Submersible Sump Pumps 22 14 29.16 - 2
DTN18104 – Lake Lewisville Water Treatment Plant Phase II Improvements
B. Spare parts shall be packed and shipped in containers bearing labels clearly designating
contents and pieces of equipment for which it is intended.
2.00 PRODUCTS
2.01 SUBMERSIBLE SUMP PUMPS
A. The sump pumps shall have cast iron motor housing and volute, bronze impellers, and a
stainless steel shaft. Each pump shall be equipped with a heavy-duty internal mercury float
switch. The sump pump manufacturer shall verify that the pump being provided shall fit
into the size sump shown and that the sump pump shall not cycle excessively. Each pump
shall have a capacity of not less than 25 gpm at a total dynamic head of 25 feet. Each pump
shall have a shutoff head not less than 40 feet.
2.02 MOTOR
A. The motor shall be totally-encased, sealed, non-ventilating and shall have automatic
thermal overload protection. The motor shall be maximum 1/2-HP, 115-volt, 1750-rpm and
shall be suitable for continuous duty.
3.00 EXECUTION
3.01 INSTALLATION
A. Install submersible sump pumps in accordance with the Manufacturer’s instructions.
3.02 FIELD QUALITY CONTROL
A. Upon completion of installation of equipment, an 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. Units shall be checked for excessive noise,
vibration, general operation, etc. The units must perform in a manner acceptable to the
Engineer before final acceptance will be made by the Owner.
END OF SECTION
Instrumentation 40 90 01 - 1
DTN18104 – Lake Lewisville WTP Phase II Improvements
40 90 01 INSTRUMENTATION
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, materials, equipment and incidentals necessary to install all equipment for
complete instrumentation and controls. CONTRACTOR's work shall include but not be
limited to the following:
1. Installation of equipment furnished under this contract.
2. Interconnections between equipment furnished under this contract.
3. Interconnection between equipment furnished under this contract and the existing
instrumentation and control equipment or that furnished and installed under other
contracts.
B. The CONTRACTOR's attention is directed to the fact that instrumentation is an integrated
system and as such shall be furnished by one vendor or system integrator who shall provide
all the equipment and appurtenances, regardless of manufacture, and be responsible to the
CONTRACTOR for satisfactory operation of the entire system.
C. Supervision, labor, tools, and materials necessary for installation of the instrumentation
equipment and material furnished herein and their interconnection shall be provided by the
CONTRACTOR. Installation work shall conform to applicable city, state, and national
building and electrical codes.
D. Coordinate the work of the system manufacturer's service personnel during construction,
testing, calibration and acceptance of the instruments.
E. Provide equipment as shown in the specifications and on the drawings.
1.02 QUALITY ASSURANCE
A. GENERAL: Equipment shall be the Manufacturer's latest and proven design. Specifications
and drawings call attention to certain features, but do not purport to cover all details
entering into the design of the instrumentation system. The completed system shall be
compatible with the functions required and the equipment furnished by the CONTRACTOR.
B. OPERATING VOLTAGE: Electrical components of the system shall operate on 120 volt,
single-phase, 60 Hertz, except as otherwise noted in the specifications.
C. POWER SUPPLIES: The drawings and specifications indicate the energy sources that will be
provided. Any other devices or power supplies necessary to obtain proper operation of the
instrument system from these energy sources shall be furnished with the instrumentation.
D. PROTECTION
1. The instrumentation system supplier shall be responsible for input-output isolation of
all incoming and outgoing signals.
Instrumentation 40 90 01 - 2
DTN18104 – Lake Lewisville WTP Phase II Improvements
2. Each 4-20 mA DC process measurement current loop installed on this contract shall be
protected by insertion of a 1/16 amp fuse, Buss Type MKB. Fuses shall be installed in
standard fuse blocks.
3. The necessary fuses or switches required by the Instrumentation Manufacturer for his
equipment shall be provided with the equipment. The instruments requiring an internal
power supply shall have an internal ON-OFF switch.
E. INPUT/OUTPUT
1. In general and unless specifically stated otherwise, inputs and outputs involving
instrumentation systems shown shall be 4-20 mA DC process measurement signals.
Current loop isolators, current repeaters, or other signal isolators shall be furnished and
installed as required to meet instrument specifications and to make instrumentation
system fully operational.
2. Pair shielded cable, as specified in Section 26 05 19 LOW VOLTAGE ELECTRICAL POWER
AND CONDUCTORS AND CABLES shall be used for all 4-20 mA DC loops.
F. HARDWARE CHECKOUT
1. CONTRACTOR shall be responsible for checkout and calibration of all field
instrumentation up to and including the PLC cabinets. CONTRACTOR shall provide a
checkout of all I/O points under the supervision of the OWNER'S REPRESENTATIVE.
Checkout shall be scheduled two weeks in advance of the date with the OWNER'S
REPRESENTATIVE. CONTRACTOR shall provide a schedule of checkout and procedures
to be used to the OWNER'S REPRESENTATIVE two weeks in advance of the test date for
the OWNER'S REPRESENTATIVE's approval.
2. I/O points and sequence of operations shall be judged Pass/Fail by the OWNER'S
REPRESENTATIVE. If a point fails, the CONTRACTOR shall move on to the next point and
resubmit a new test schedule to the OWNER'S REPRESENTATIVE. The CONTRACTOR
shall run a rehearsal of the test procedure to be witnessed by the OWNER'S
REPRESENTATIVE prior to the test date as field modifications of equipment during the
testing for a failed point shall not be allowed. Testing shall simulate actual field
conditions and reflect the sequence of operations expected when in use.
G. EQUIPMENT WARRANTY
1. All equipment shall be warrantied for a period of two (2) years after final acceptance.
1.03 SUBMITTALS
A. Submittals shall be in accordance with Section 01 33 00, “Submittal Procedures” and shall
include:
1. Shop Drawings:
a. Shop drawings shall be submitted to the ENGINEER for approval before fabrication
or shipment to the job. Equipment shall not be fabricated or shipped to the job
before receipt of approved shop drawings from the ENGINEER. Submittals for
approval shall include (1) component manufacturing data sheet indicating pertinent
data and identifying each component by item number and nomenclature, (2)
component drawing showing dimensions, mounting, and external connection
Instrumentation 40 90 01 - 3
DTN18104 – Lake Lewisville WTP Phase II Improvements
details, (3) a system piping schematic and wiring schematic each on a single drawing
with full description of operation, (4) complete schematic diagram of each piece of
electrical and electronic equipment including electrical valves and tolerances for
each component. Component identification on the schematic shall be as described
above.
b. Following approval, the manufacturer shall be responsible for preparation of the
required sets of these drawings for distribution as indicated in Division 0 and
Division 1 specifications.
c. Shop drawings submitted for all equipment furnished under this section of the
specifications, shall be submitted at the same time in the same package. Partial
submittals will not be reviewed.
B. Sales bulletins and other general publications are not acceptable as submittals for approval.
C. Equipment installation Report. CONTRACTOR shall provide an Equipment Installation
Report for each instrument (flow meter, level transmitter, etc.) to the ENGINEER/OWNER
for approval. The equipment installation report shall include documentation stating that
the instrument was installed and properly calibrated per the manufacturer’s
recommendations by an Authorized representative of the instrument manufacturer. All
parameters required for programming of the instrument shall be provided in a hard copy
format as part of the equipment installation report. Documentation stating that the person
performing the calibration and start-up is an authorized representative shall be provided as
well.
D. Operation and Maintenance Manuals
1. Operating instructions shall incorporate a functional description of the entire system
including the system schematics which reflect "as-built" modifications. Wiring diagrams
shall be furnished as a part of the Operation and Maintenance Manuals which clearly
show terminal numbers and wire numbers as they actually are in the instrumentation
system. Instrument panel wiring shall be such that each wire installed has its own
number designation at each end and such that no number is repeated. Instrument
panel wire tagging instructions as specified in Section 26 05 19 LOW VOLTAGE
ELECTRICAL CONDUCTORS & CABLES shall be followed.
2. Special maintenance requirements particular to the system shall be clearly defined
along with special calibration and test procedures.
3. CONTRACTOR shall provide point to point interconnection diagrams for all
control/instrumentation connections between the RTU cabinet and field devices
including instruments, motor starters, and switchgear. Point-to-point diagrams shall be
provided for all control/instrumentation wiring between field devices and panels, i.e.
motor starters, switchgear, etc. CONTRACTOR shall provide AutoCad files of
interconnection diagrams to the OWNER. Interconnection diagrams shall include cable
no., terminal block no., instrument no., panel no., etc. Hard copies of the
Interconnection drawings shall be submitted to the ENGINEER for approval as an official
submittal prior to the final AutoCAD files being submitted.
Instrumentation 40 90 01 - 4
DTN18104 – Lake Lewisville WTP Phase II Improvements
1.04 STANDARDS
A. The applicable provisions of the following standards shall apply as if written here in their
entirety:
ASTM A-126 Specification for Gray Iron Castings for Valves, Flanges and Pipe Fittings
ASTM B-61 Specification for Steam and Valve Bronze Castings
1.05 JOB CONDITIONS
A. SPECIAL TOOLS: Furnish a kit which contains special size wrenches and other types of tools,
not normally available, which are necessary for assembling, disassembling, aligning, and
calibrating each piece of equipment. In addition, any piece of equipment (meter, test set,
etc.) required by the Manufacturer to align, adjust, or otherwise calibrate any item under
this section of the specification shall be furnished, including software.
2.00 PRODUCTS
2.01 REMOTE EQUIPMENT
A. Controls for remote electrically operated or motor driven equipment shall be complete,
including the necessary auxiliary relays so as to require only wiring and connections to the
equipment control circuit. Contacts for control of remote motor operated or electrically
operated equipment shall be rated not less than 10 amperes at 120 volts unless otherwise
specified herein.
B. Remote motor operated or electrically operated equipment shall have a separate 120 volt
control circuit which operates through the dry contacts provided by the instrumentation
system.
2.02 ENCLOSURES/PANELS
A. Enclosures and panels as indicated on the plans and in this specification shall be furnished,
installed, and wired. Enclosures for equipment in the electrical room shall be NEMA 1, 14
gauge steel for interior air conditioned rooms, NEMA 12 for interior areas with ventilation
and NEMA 4X, 316 Stainless Steel for all other locations. All enclosures shall have a quick
release luggage type stainless steel clasp.
2.03 TUBING
A. Instrument tubing shall be 316 stainless steel conforming to ASTM A269 for seamless tubing
for use with compression type fittings. Hydraulic connections to instruments shall be made
with compression type fittings.
B. Tubing shall be 3/8" trade size (OD= .375", ID= .315", wall thickness =.030"), and shall be
rated for 810 psi working pressure at 150°F and shall be manufactured by Halstead or
approved equal. Tube fittings shall be compression type as manufactured by Parker or
approved equal.
Instrumentation 40 90 01 - 5
DTN18104 – Lake Lewisville WTP Phase II Improvements
2.04 VENTURI FLOW METER
A. Products - The flow meter shall be a short form Venturi design utilizing pure static pressure
sensing taps in the inlet and throat sections and shall produce a differential pressure, which
shall be measured and transmitted by the specified differential pressure flow transmitter.
B. Performance - The Venturi flow meter shall have an accuracy of +/-0.25% of actual flow
above a pipe Reynolds number of 75,000 with a discharge coefficient of 0.9900 and a
permanent pressure loss not exceeding 10% of the differential.
C. Venturi Tube Design - The Venturi meter shall have a cylindrical inlet section of the same I.
D. as the inlet piping and shall contain two high pressure taps and a single vent and drain
tap. The cylindrical throat section shall contain two low-pressure taps. The length of the
cylindrical throat section shall be equal to one-half its diameter. The converging section
shall be comprised of a single angle of 30 degrees. Converging sections using a radius or
multiple inlet angles will not be acceptable. The recovery section shall be comprised of a
single angle of 10 degrees and shall be truncated at approximately 90% of the downstream
pipe I.D. The Venturi shall be provided with ANSI flanges with ANSI Class 300 ends to meet
the specifications of the adjacent pipe class. Manufacturer shall verify and determine that
the flow tube is compatible with the pipe as indicated on the plans and specifications.
Meter element shall not have debris collecting cavities or annular chambers. Vent ports
and drains shall be included on a 90 degree plane to the metering taps. Meter shall have a
3” diameter inspection port.
D. Materials - The Venturi meter body shall be cast iron per ASTM A-126, Gr. B. and the
foundry shall be located in North America. The throat section and high-pressure tap
bushing shall be 304 stainless steel. The interior and exterior of the Class 400 ductile iron
surfaces shall be coated with NSF-61 coating suitable for potable water contact per Section
09 96 00.01 HIGH-PERFORMANCE COATINGS and recommended by Venturi manufacturer.
E. Tubing and Valves – Pressure tap tubing shall be seamless annealed 316 S.S. tubing in
accordance with ASTM 269 with a HRB80 maximum hardness. Cut tube ends shall be
deburred. Tubing shall be bent using a Swagelok or approved equal tubing bender sized to
match the tubing diameter. Tubing fittings shall be SWAGELOK 316 S.S. tube fittings; no
substitutions will be accepted. Provide NPT to tube fittings adapters for connection to
Venturi pressure taps. Use a gap inspection gage to verify proper tightening and pull up. All
tubing and fittings shall be leakage tested in accordance with Section 01400 prior to
insulating. Pressure taps shall be installed per meter and transmitter manufacturer’s
recommendations. All exposed tubing shall be insulated and heat traced.
F. Needle valves shall be Swagelok integral bonnet needle valves Model SS-18RS8, no
substitutions will be accepted.
G. Appurtenances - Provide all vent riser tubes, vents, blow down lines, valves, flow
transmitters and all appurtenances for a complete and working system.
Instrumentation 40 90 01 - 6
DTN18104 – Lake Lewisville WTP Phase II Improvements
H. One Venturi meter shall be flow calibrated by an independent flow lab and provided with
certified copies of the test results to substantiate the flow meter’s accuracy, discharge
coefficient, coefficient values of tolerance, effects of upstream configurations, head loss as
a function of the velocity head expended and permanent pressure loss. The Venturi meter
shall be flow calibrated to the largest flow for the project.
I. Quality Assurance - The venturi meter supplier shall provide written certification that the
cast iron portion of the meter is of North American origin in order to insure that it meets
applicable ASTM code requirements. In addition, in order to insure a high level of quality
control in the design and manufacturing of the venturi meter, the venturi meter
manufacturer must be ISO 9001 certified. A copy of the current certification shall be
included in the submittal for approval documentation.
J. Warranty: The manufacturer shall provide a 25-year warranty against defects in
workmanship and materials.
K. Supplier – The Venturi meter shall be a Model 36” A-HVT-CI as manufactured by Primary
Flow Signal, Inc., Cranston, RI USA. No substitutions shall be allowed. Field verify existing
conditions/pipe size to be connected to prior to submitting shop drawings.
Tag Service Range
FM-SFW
Venturi Flow Meter –
South Finished Water
Meter Vault
0 - 30
FM-NFW
Venturi Flow Meter –
North Finished Water
Meter Vault
0 - 20
2.05 LEVEL SWITCH
A. Level detecting device shall be a 5 ½” diameter type 316 stainless steel float switch with a
mercury free switch inside and flexibly supported by a PVC jacketed, heavy-duty cable. The
float shall be cable suspension mounted with a stainless steel weight where applicable.
B. Float switch shall have a 1 amp rating at 150 VAC. The float shall be Type SO with four #16
AWG fine-stranded copper conductors. Float shall be mounted using stainless steel
suspension cable with a stainless steel weight. Float switch shall be Contegra Model FS 90
or approved equal.
C. Float switch shall be installed in accordance with the manufacturer’s recommendations.
Tag Service Set Point
NLSH-XE
North Finished Water
Meter Vault High Level
Alarm
3” Above
Finished Floor
Instrumentation 40 90 01 - 7
DTN18104 – Lake Lewisville WTP Phase II Improvements
Tag Service Set Point
SLSH-XE
South Finished Water
Meter Vault High Level
Alarm
3” Above
Finished Floor
LL-LSH-XE Lake Lewisville RWPS Yard
Vault High Level Alarm
3” Above
Finished Floor
LL-LVSH-XE Lake Lewisville Chemical
Building High Level Alarm
3” Above
Finished Floor
RR-LSH-XE Ray Roberts Chemical
Building High Level Alarm
3” Above
Finished Floor
D. Coordinate elevations with the Owner prior to submittals.
2.06 DIFFERENTIAL PRESSURE FLOW TRANSMITTER
1. Flow indicating transmitters shall be of the thin film strain gage, solid state electronic
type having a 4-20 mA DC output signal proportional to the calibrated differential
pressure range. The transmitter shall have wetted parts of 316 stainless steel and a
Hastelloy C diaphragm. The transmitters shall have a hermetically sealed enclosure
with externally adjustable span and zero, and an accuracy of ±0.25% of span.
Transmitter mounting bracket shall be furnished.
2. Transmitters shall be ROSEMOUNT MODEL 3051 Series or Endress and Houser PMD75.
No substitutions shall be allowed. Each transmitter shall include an integrally mounted
transient protector. Provide manufacturer approved lightning protection, to protect
the instrument against lightning-produced voltage spikes and other transient surges.
Each transmitter shall be furnished with a 316 stainless steel service block and zeroing
manifold with NORMAL, ZERO, BLOCKED, CALIBRATED AND BLOWDOWN functions, D/A
Manufacturing Model SBZ-43AT.
Tag Service Flow Range (MGD)
SMV-DPIT
Venturi Flow Meter –
South Finished Water
Meter Vault
0 - 30
NMV-DPIT
Venturi Flow Meter –
North Finished Water
Meter Vault
0 - 20
HEAT DETECTOR
B. Hermetically sealed and factory set stainless steel sensing element. Cold rolled steel
mounting facility. Normally closed contacts that operate at a set temperature of 225F.
Designed with rate compensation. UL listed, surface mounted in horizontal or vertical
position, Fenwal Detect-A-Fire.
Instrumentation 40 90 01 - 8
DTN18104 – Lake Lewisville WTP Phase II Improvements
Tag Service
HTDT-001 High Service Electrical Building Heat Detector
HTDT-002 High Service Electrical Building Heat Detector
2.07 INTRUSION ALARM
A. Hermetically sealed brushed anodized aluminum housing, Rhodium plated switch contacts,
industrial wide gap magnetic contacts, UL listed, surface mount, 3’ stainless steel armored
cable, Sentrol 2500 series. Provide with one normally open and one normally closed set of
contacts.
Tag Service
ELBLDGN-XE Electrical Room North Door Intrusion Alarm
ELBLDGS-XE Electrical Room South Door Intrusion Alarm
XE-NDR Ray Roberts Chemical Building North Door Intrusion Alarm
XE-SDR Ray Roberts Chemical Building South Door Intrusion Alarm
XE-NDR Lake Lewisville Chemical Building North Door Intrusion Alarm
XE-SDR Lake Lewisville Chemical Building South Door Intrusion Alarm
XE-ELECDR Lake Lewisville Chemical Building Electrical Room Door Intrusion Alarm
2.08 PRESSURE TRANSMITTER
A. Pressure indicating transmitter shall be of the two wire capacitance sensing solid state
electronic type having a 4-20 mA DC output signal proportional to the calibrated pressure
range. The transmitter shall have 316 stainless steel wetted parts and Hastelloy C
diaphragm. The transmitter shall have 1/4 NPT on flange process connection. The
transmitters shall have an externally adjustable span and zero, an integral junction box and
an accuracy of +/-0.25% of span, +/-0.25% stability of upper range limit. Pressure
transmitter shall be provided with pressure indication.
B. Range limits of transmitter shall be 0-50 to 0-200 psig. Each transmitter shall include an
integrally or externally mounted transient protector to protect the instrument against
lightning produced voltage spikes and other transient surges. Transient protector shall be
Rosemount Model 470. Each transmitter shall be furnished with a 3-valve manifold with
NORMAL, ZERO, BLOCK, CALIBRATE and BLOWDOWN functions and shall be D/A PTM6 or
approved equal. Transmitter shall have local indication of pressure. Transmitter shall be
Rosemount 3051, Endress & Hauser with Hart protocol. No substitutions shall be allowed.
Instrumentation 40 90 01 - 9
DTN18104 – Lake Lewisville WTP Phase II Improvements
Tag Service Range
PIT-P1 HSP No.1 Pump Discharge
Pressure 0-200 psig
PIT-P2 HSP No.2 Pump Discharge
Pressure 0-200 psig
PIT-P3 HSP No.3 Pump Discharge
Pressure 0-200 psig
PIT-P4 HSP No.4 Pump Discharge
Pressure 0-200 psig
PIT-P5 HSP No.5 Pump Discharge
Pressure 0-200 psig
PIT-P6 HSP No.6 Pump Discharge
Pressure 0-200 psig
2.09 SMOKE DETECTOR
A. Photoelectric smoke detector with self-diagnostic capability, field replaceable optical
chambers, automatic drift compensation, auxiliary alarm relay, rated at 12/24VDC. Smoke
detector to meet NFPA 72 field sensitivity. GE TS7 series.
Tag Service
XA1-001 Electrical Room Smoke Detector
XA2-002 Electrical Room Smoke Detector
2.10 PRESSURE (LEVEL) TRANSMITTER
A. Pressure indicating transmitter shall be of the two wire capacitance sensing solid state
electronic type having a 4-20 mA DC output signal proportional to the calibrated pressure
range. Pressure transmitter shall be used to measure the level in the clearwells. The
transmitter shall have 316 stainless steel wetted parts and Hastelloy C diaphragm. The
transmitter shall have 1/4 NPT on flange process connection. The transmitters shall have an
externally adjustable span and zero, an integral junction box and an accuracy of +/-0.25% of
span, +/-0.25% stability of upper range limit. Pressure transmitter shall be provided with
pressure indication.
Instrumentation 40 90 01 - 10
DTN18104 – Lake Lewisville WTP Phase II Improvements
B. Range limits of transmitter shall be 0-50 to 0-200 psig. Each transmitter shall include an
integrally or externally mounted transient protector to protect the instrument against
lightning produced voltage spikes and other transient surges. Transient protector shall be
Rosemount Model 470. Each transmitter shall be furnished with a 3-valve manifold with
NORMAL, ZERO, BLOCK, CALIBRATE and BLOWDOWN functions and shall be D/A PTM6 or
approved equal. Transmitter shall have local indication of pressure. Transmitter shall be
Rosemount 3051, Endress & Hauser with Hart protocol. No substitutions shall be allowed.
Prior to ordering transmitters, Contractor shall field verify height of existing clearwells to
determine exact height to be measured. Coordinate with City for exact range to measure.
Tag Service Range
LIT-CW2 Clearwell No.2 Level 0 – 15’
LIT-CW3 Clearwell No.3 Level 0 – 15’
LIT-CW4 Clearwell No.4 Level 0 – 15’
2.11 TEMPERATURE TRANSMITTER
A. Transmitter shall be loop powered. Transmitter shall be equipped with a 1000 ohm
platinum RTD, 4-20 mA output proportional to temperature, housing with integrally
mounted RTD, -30C to + 60C operating range, 0-95% non-condensing relative humidity,
20V/m @ 20-1000 MHZ RFI/EMI Immunity, output accuracy = +0.2, stability. Temperature
transmitter shall be Kele Solutions Model ST-T91E.
Tag Service Range
TT-ELBLDG Electrical Room Temperature -10 C to + 50 C (14 F
to 122 F)
TT-HSPSPMPRM High Service Pump Room
Temperature
-10 C to + 50 C (14 F
to 122 F)
3.00 EXECUTION
3.01 INSTALLATION
A. Wire each device requiring power so that when wires are removed from any one device,
power is not be disrupted to any other device. Ground the case of each device either by
mounting directly on a steel frame or by a third wire.
Instrumentation 40 90 01 - 11
DTN18104 – Lake Lewisville WTP Phase II Improvements
3.02 FIELD QUALITY CONTROL
A. The supervisory service of a factory-trained service engineer who is specifically trained on
the type of equipment herein specified shall be provided during construction to assist the
CONTRACTOR in the location of sleeves; methods of installing conduit and special cable;
mounting, piping, and wiring one of each type of device, and the methods of protecting all
of the equipment prior to placing it into service. Upon completion of the installation, the
services of the above service engineer shall be provided for calibration and start up of the
equipment and for instructing the operating personnel. The Manufacturer shall provide
sufficient service to place the system in satisfactory operation.
B. Check out and calibrate the system upon completion of the installation.
C. Prior to the OWNER turning on any form of energy to the system, the CONTRACTOR shall
provide the ENGINEER with a certified statement of approval of the installation including his
supplier's authorization for turning on energy to the system.
END OF SECTION