july 13, 2016 addendum no. 3 for i-190 lift station ......i-190 lift station replacement...

29
Addendum No. 3 Specification No. 156080 Page 1 of 6 JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement Officer, Department of Procurement Services, City Hall, 121 N. LaSalle Street, Bid & Bond Room 103, Chicago, IL 60602 at 11:00 a.m., Central Time, on July 22, 2016. The following additions and revisions are incorporated into the above-referenced Specification (the "Contract Documents") as noted. All other provisions and requirements as originally set forth, except as amended by previous Addenda, remain in full force and are binding. Any additional work required by this Addendum shall conform to the applicable provisions of the original Contract Documents. BIDDER WILL ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED ON THE PROPOSAL EXECUTION PAGE. 1. THE BID OPENING DATE HAS BEEN EXTENDED TO JULY 26, 2016. 2. Incorporate the following revised Technical Specification Section 15540 into Part Three of the Contract Documents (See Addendum #3 – Attachment A): SPECIFICATION NO. SPECIFICATION TITLE Section 15540 PUMPS 3. Incorporate the following revised Drawing Sheets into the Contract Documents (See Addendum #3 – Attachment B): SHEET NO. SHEET TITLE S-101 EXISTING LIFT STATION REPAIR DETAILS E-201 LIFT STATION POWER PLAN E-203 ELECTRICAL ROOFTOP PLAN AND FACILITY ELEVATION E-205 SMS AND COMMUNICATION DIAGRAMS

Upload: others

Post on 14-May-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

Addendum No. 3 Specification No. 156080 Page 1 of 6

JULY 13, 2016

ADDENDUM NO. 3

FOR

I-190 LIFT STATION REPLACEMENT

SPECIFICATION NO. 156080

For which Proposals were due in the office of the Chief Procurement Officer, Department of Procurement Services, City Hall, 121 N. LaSalle Street, Bid & Bond Room 103, Chicago, IL 60602 at 11:00 a.m., Central Time, on July 22, 2016. The following additions and revisions are incorporated into the above-referenced Specification (the "Contract Documents") as noted. All other provisions and requirements as originally set forth, except as amended by previous Addenda, remain in full force and are binding. Any additional work required by this Addendum shall conform to the applicable provisions of the original Contract Documents. BIDDER WILL ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED ON THE PROPOSAL EXECUTION PAGE. 1. THE BID OPENING DATE HAS BEEN EXTENDED TO JULY 26, 2016.

2. Incorporate the following revised Technical Specification Section 15540 into Part Three of the Contract

Documents (See Addendum #3 – Attachment A): SPECIFICATION NO. SPECIFICATION TITLE Section 15540 PUMPS

3. Incorporate the following revised Drawing Sheets into the Contract Documents (See Addendum #3 – Attachment B): SHEET NO. SHEET TITLE S-101 EXISTING LIFT STATION REPAIR DETAILS E-201 LIFT STATION POWER PLAN E-203 ELECTRICAL ROOFTOP PLAN AND FACILITY ELEVATION E-205 SMS AND COMMUNICATION DIAGRAMS

Page 2: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

Addendum No. 3 Specification No. 156080 Page 2 of 6

4. The following questions and requests for clarification were submitted in accordance with the instructions provided in the Contract Documents. The City’s response (in bold italics) follows each question or request for clarification in the table below:

RESPONSES TO QUESTIONS AND REQUESTS FOR CLARIFICATIONS

Question 1: We are assuming that on dwg. E-201 that the panel LP-1 (see note 20) is the same panel as SN lighting panel (see note 23). Is this correct?

Response: LP-1 is the correct nomenclature for the Panelboard. "SN" stands for solid neutral bus supplied with Panelboard.

Question 2: DWG. E-205 SMS System. Note #1 indicates Contractor (assume electrical) shall provide UPS. But in the diagram #5 it indicates to reuse existing mini-ups. Which is correct?

Response: See revised Drawing Sheet E-205. The Contractor must reuse the existing mini-UPS for the proposed pump controller. A new mini-UPS shall be provided for the SMS network equipment.

Question 3: DWG. E-205 SMS System. Also indicates Contractor (assume electrical) shall provide the Network switch, but since the phone system is being provided by CDA wouldn’t the switch be part of that system? Which is correct?

Response: The Contractor (or the Contractor’s Electrical Subcontractor) must serve as systems integrator for all other systems interfaces (i.e. Mini-UPS, Fire Alarm Sensors & FACP, and Gas Detector) except for Pump Controller supplied by Pumps Manufacturer. The Contractor must provide conduit and cabling installation according to shop drawing per Pump Controller Manufacturer. Siemens will provide all the proprietary communication network cabling and telephone equipment under the CDA Siemens Monitoring Systems Update Allowance.

Question 4: DWG. E-201 Note #30 indicates Gas Detectors and Fire Alarm Sensors and Panel shall be provided and installed by others. Is this correct? While DWG. E-205 SMS Systems indicates monitoring of the systems will be by Electrical. Is this correct? Will this present an issue between the Systems provider/installer and the Electrical?

Response: Drawing Sheet E-201 has been revised to remove the "By Others" designation. However, the Gas Detectors and Fire Alarm Sensors and Control Panel will be provided and installed by the Contractor. All controller communications must be compatible with the current Siemens Supervisory Monitoring System communications architecture and protocols for transmitting digital data to ORD Central Monitoring Center.

Question 5: DWG. E-205 SMS System. The diagram indicates a plug strip shall be provided There does not appear to be a catalog number or type indicated. Please provide this.

Response: Provide 120 VAC power strip with a minimum of four (4) receptacles and 20A rating as shown on revised Drawing Sheet E-205.

Page 3: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

Addendum No. 3 Specification No. 156080 Page 3 of 6

Question 6: DWG. E201 shows (2) smoke detector/visual devices. The same appears to be indicated on DWG. E-205 SMS System (although shown without the visuals). DWG E-203 Elevation (facing West) shows an additional smoke detector in the pump well. Is this correct?

Response: Drawing Sheets E-201, E-203, and E-205 have been revised to show all smoke and gas detectors. Smoke detectors are visual devices/non-audible and there is a 3rd smoke detector in the pump well.

Question 7: This project calls for a Polyurea Liner in the lift stations Wet well. There is not a specification in the contract documents for this Work. Can you please provide one? So we know what product to use. Below is a copy of the notes in the plans(S-101), which does not give us enough information:

Response: Note #2 on Drawing Sheet S-101 has been revised to provide product specifications for the

polyurea lining.

Question 8: The purpose for my email is to confirm the type of pump required for this rehab. Flygt Submersible Pumps which are frequently used and installed at O’Hare are named in the Specification; however, from the Drawings it appears that the new pumps will be Conventional Line Shaft Dry Pit Units with the motors mounted on the Top Deck and the Hydraulic portion mounted in the Dry Well below. In addition, Morris Conventional Dry Pit Pumps are named on the Drawings Schedule MP-204. My question is that the General Specifications Section #15540 as written appears to require a Submersible Dry Pit Unit with the Motor, Shaft, Hydraulic in one compact unit installed in the Dry Well with no shafting or other pieces required and the pump directly connected to the Suction and Discharge. If you could kindly clarify it would be very helpful because I am getting many calls from General Contractors asking for clarification.

Response: Pumps will be dry well type. Section 2.03.D.1 of Specification Section 15540 has been revised to remove the reference to a submersible pump.

Page 4: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

Addendum No. 3 Specification No. 156080 Page 4 of 6

Question 9: I've been looking over the specifications and drawings for the I-190 Lift Station Replacement project, and have a few questions concerning the polyurea lining that is to be applied to the walls and floor of the wet well. Aside from the last two pages of the drawings where it shows the location of where the liner is to be applied, I do not see any technical information regarding the polyurea lining (product spec's and physical properties, brand, thickness, installation procedure, etc.). Do you know if this information is in the spec and where to find it?

Response: Note #2 on Drawing Sheet S-101 has been revised to provide product specifications for the polyurea lining.

Question 10: Drawing E-201, Specific Notes #9 says Contractor is to verify motor starter for sump work, if not replace. Since we cannot verify whether or not it is operation prior to bidding, we will assume, unless informed otherwise, that it is currently operational. Specific Notes #15 says Contractor is to measure existing building system ground and provide additional ground rods if measurement is higher than 25 ohms. Since we cannot verify the measurement prior to bidding, we will assume, unless informed otherwise, that it is existing measurement is less than 25 ohms and not include any additional ground rods in our proposal.

Response: Note #9 on Drawing Sheet E-201 has been revised to require replacement of the motor starters for the sump pump. Note #15 on Sheet E-201 has been revised to state that the Contractor is to provide an additional two (2) ground rods.

END OF ADDENDUM NO. 3 CITY OF CHICAGO JAMIE L. RHEE DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER

Page 5: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

Addendum No. 3 Specification No. 156080 Page 5 of 6

Attachment A

Technical Specification Section 15540 – Pumps

Page 6: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

CHICAGO DEPARTMENT OF AVIATION PUMPS I-190 LIFT STATION REPLACEMENT PROJECT NO: H5171.15-01 ISSUED FOR ADDENDUM NO. 3 / JULY 13, 2016

15540-1

PUMPS

SECTION 15540

PART 1 GENERAL

1.01 SECTION INCLUDES:

A. Work under this Section is subject to the requirements of the Contract Documents.

B. This Section includes the following types of pumps:

1. Dry-Pit Wastewater Pumps and Controller

1.02 RELATED WORK:

A. Specified elsewhere.

1. Division 2 - Concrete.

2. Division 15 - Mechanical

3. Division 16 - Electrical.

1.03 REFERENCES:

A. UL 778 - Motor Operated Pumps.

B. Hydraulic Institute Standards.

C. NFPA 70 National Electrical Code.

D. NEMA.

E. ANSI.

1.04 SUBMITTALS:

A. Refer to Basic Mechanical Requirements Section 15100.

B. Shop Drawings showing layout and connections for pumps. Include setting Drawings with templates and directions for installation of foundation bolts and other anchorages.

Page 7: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

CHICAGO DEPARTMENT OF AVIATION PUMPS I-190 LIFT STATION REPLACEMENT PROJECT NO: H5171.15-01 ISSUED FOR ADDENDUM NO. 3 / JULY 13, 2016

15540-2

C. Product Data: Provide certified pump curves showing performance characteristics with pump and system operating point plotted. Include NPSH curve when applicable. Include electrical characteristics and connection requirements.

1. Manufacturer’s Installation Instructions: Indicate hanging and support requirements and recommendations.

2. Wiring diagrams detailing wiring for power, signal, and control systems, differentiating between manufacturer-installed wiring and field-installed wiring.

3. Maintenance data for pumps for inclusion in operating and maintenance manual.

1.05 QUALITY CONTROL:

A. Refer to Basic Mechanical Requirements Section 15100.

B. Hydraulic Institute Compliance: Design, manufacture, and install pumps in accordance with "Hydraulic Institute Standards."

C. National Electrical Code Compliance: Provide components complying with NFPA 70 "National Electrical Code."

D. UL Compliance: Provide pumps which are listed and labeled by UL, and comply with UL 778 "Motor Operated Water Pumps."

E. NEMA Compliance: Provide electric motors and components that are listed and labeled NEMA.

F. Single Source Responsibility: Obtain similar types of pumps from a single manufacturer.

G. Ensure pumps operate at specified system fluid temperatures without vapor binding and cavitation, are non-overloading in parallel individual operation, and operate with 25 percent of midpoint of published maximum efficiency curve.

H. Contractor Qualifications: Installation and alterations of pump equipment, specialties and accessories, and repair and servicing of equipment must be performed only by a qualified Contractor. The term qualified means experienced in such work. The Contractor must have successfully completed a minimum of five projects in the past similar in size and scope to this Project. The Contractor must be familiar with all

Page 8: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

CHICAGO DEPARTMENT OF AVIATION PUMPS I-190 LIFT STATION REPLACEMENT PROJECT NO: H5171.15-01 ISSUED FOR ADDENDUM NO. 3 / JULY 13, 2016

15540-3

precautions required and must comply with all the requirements of the authority having jurisdiction. Upon request, submit evidence of such qualifications to the Commissioner.

I. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this Section must have a minimum of five years documented experience.

1.06 DELIVERY, STORAGE AND HANDLING:

A. Refer to Basic Mechanical Requirements Section 15100.

B. Store pumps in a dry indoor location.

C. Apply factory finish paint to assembled, tested units prior to shipping.

D. Retain shipping flange protective covers and protective coatings during storage.

E. Preparation for Shipping: After assembly and testing, clean flanges and exposed machined metal surfaces and treat with an anticorrosion compound. Protect flanges, pipe openings, and nozzles.

F. Protect bearings and couplings against damage from sand, grit, and other foreign matter.

G. For storage times greater than 5 days, dry internal parts with hot air or a vacuum-producing device to avoid rusting internal parts. Upon drying, coat internal parts with a protective liquid, such as light oil, kerosene, or antifreeze. Dismantle bearings and couplings, dry and coat them with an acid-free heavy oil, and then tag and store in dry location.

H. Comply with manufacturer's rigging instructions for handling.

1.07 WARRANTIES:

A. Refer to Basic Mechanical Requirements Section 15100.

1.08 DEFINITIONS

A. SMS: Supervisory Monitoring System

Page 9: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

CHICAGO DEPARTMENT OF AVIATION PUMPS I-190 LIFT STATION REPLACEMENT PROJECT NO: H5171.15-01 ISSUED FOR ADDENDUM NO. 3 / JULY 13, 2016

15540-4

PART 2 PRODUCTS

2.01 MANUFACTURERS:

A. Acceptable Manufacturers. Subject to compliance with the requirements of the Contract Documents, the products must be by one of the following or approved equal. Other manufacturers and equipment may be found in the text of this Section.

1. Dry-Pit Wastewater Pumps: Flygt, Vaughn, Weil, Bell & Gossett, Morris, Grundfos or approved equal

B. The design of this Project, including all Plans, Drawings, and construction details, is based on the stated manufacturer’s model numbers. If the Contractor intends to provide items or equipment from any of the other acceptable manufacturers listed in the Contract Documents, then the Contractor must be responsible for the cost of any and all Work, including, but not limited to additional design, engineering, labor, material, equipment and all costs, necessary to accommodate such items or equipment for this Project.

C. Any and all Work that may be required to accommodate any items or equipment of the other acceptable manufacturers listed in the Contract Documents is, without limitation, subject to the review of the Commissioner.

2.02 PUMPS, GENERAL:

A. Pumps: Factory-assembled and factory-tested. Type, sizes, and capacities must be as indicated on the Contract Drawings.

B. Efficiency: "Energy-efficient" motors must have a minimum efficiency as indicated in accordance with IEEE 112, Test Method B. If efficiency is not specified, motor must have a higher efficiency than the "average standard industry motors," in accordance with IEEE 112, Test Method B.

2.03 DRY-PIT WASTEWATER PUMPS:

A. Furnish and install, where indicated on the Contract Drawings, dry-pit sewage pumps suited for the conditions shown on the Contract Drawings.

Page 10: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

CHICAGO DEPARTMENT OF AVIATION PUMPS I-190 LIFT STATION REPLACEMENT PROJECT NO: H5171.15-01 ISSUED FOR ADDENDUM NO. 3 / JULY 13, 2016

15540-5

B. Units must be the centrifugal type suitable for handling solids up to 3” in diameter.

C. REQUIREMENTS

1. Furnish and install 3 dry-pit wastewater pump(s). Each pump shall be connected for operation on 480 volts, 3 phase, 60 hertz, 3 wire service. The power cable shall be sized according to NEC and ICEA standards and also meet with P-MSHA Approval.

D. PUMP DESIGN CONFIGURATIONS (Dry pit installation)

1. Pump shall be capable of operating in a continuous non submerged condition in vertical position in a dry pit installation, permanently connected to inlet and outlet pipes. Although the normal operation of the pumps will be dry pit, the pumps shall be of submersible construction and will continue to operate satisfactorily should the dry pit be subjected to flooding.

2.04 PUMP CONSTRUCTION

A. Major pump components shall be of grey cast iron, ASTM A-48, Class 35B, with smooth surfaces devoid of blow holes or other irregularities. The lifting handle shall be of stainless steel. All exposed nuts or bolts shall be of stainless steel construction. All metal surfaces coming into contact with the pumpage, other than stainless steel or brass, shall be protected by a factory applied spray coating of acrylic dispersion zinc phosphate primer with a polyester resin paint finish on the exterior of the pump.

B. Sealing design shall incorporate metal-to-metal contact between machined surfaces. Critical mating surfaces where watertight sealing is required shall be machined and fitted with Nitrile O-rings. Fittings will be the result of controlled compression of rubber O-rings in two planes and O-ring contact of four sides without the requirement of a specific torque limit.

C. Rectangular cross sectioned gaskets requiring specific torque limits to achieve compression shall not be considered as adequate or equal. No secondary sealing compounds, elliptical O-rings, grease or other devices shall be used.

Page 11: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

CHICAGO DEPARTMENT OF AVIATION PUMPS I-190 LIFT STATION REPLACEMENT PROJECT NO: H5171.15-01 ISSUED FOR ADDENDUM NO. 3 / JULY 13, 2016

15540-6

2.05 CABLE ENTRY SEAL

A. The cable entry seal design shall preclude specific torque requirements to insure a watertight and submersible seal. The cable entry shall consist of dual cylindrical elastomer grommets, flanked by washers, all having a close tolerance fit against the cable outside diameter and the entry inside diameter. The grommets shall be compressed by the cable entry unit, thus providing a strain relief function. The assembly shall provide ease of changing the cable when necessary using the same entry seal. The cable entry junction chamber and motor shall be sealed from each other, which shall isolate the stator housing from foreign material gaining access through the pump top. Epoxies, silicones, or other secondary sealing systems shall not be considered equal.

2.06 MOTOR

A. The pump motor shall be a NEMA B design, induction type with a squirrel cage rotor, shell type design, housed in an air filled, watertight chamber. The stator windings shall be insulated with moisture resistant Class H insulation rated for 180°C (356°F). The stator shall be insulated by the trickle impregnation method using Class H monomer-free polyester resin resulting in a winding fill factor of at least 95%. The motor shall be inverter duty rated in accordance with NEMA MG1, Part 31.The stator shall be heat-shrink fitted into the cast iron stator housing. The use of multiple step dip and bake-type stator insulation process is not acceptable. The use of pins, bolts, screws or other fastening devices used to locate or hold the stator and that penetrate the stator housing are not acceptable. The motor shall be designed for continuous duty while handling pumped media of up to 104°F. The motor shall be capable of no less than 30 evenly spaced starts per hour. The rotor bars and short circuit rings shall be made of aluminum. Three thermal switches shall be embedded in the stator end coils, one per phase winding, to monitor the stator temperature. These thermal switches shall be used in conjunction with and supplemental to external motor overload protection and shall be connected to the motor control panel.

B. The junction chamber shall be sealed off from the stator housing and shall contain a terminal board for connection of power and pilot sensor cables using threaded compression type terminals. The use of wire nuts or crimp-type connectors is not acceptable. The motor and the pump shall be produced by the same manufacturer.

C. The motor service factor (combined effect of voltage, frequency and specific gravity) shall be 1.15. The motor shall have a voltage tolerance

Page 12: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

CHICAGO DEPARTMENT OF AVIATION PUMPS I-190 LIFT STATION REPLACEMENT PROJECT NO: H5171.15-01 ISSUED FOR ADDENDUM NO. 3 / JULY 13, 2016

15540-7

of +/- 10%. The motor shall be designed for continuous operation in up to a 40°C ambient and shall have a NEMA Class B maximum operating temperature rise of 80°C. A motor performance chart shall be provided upon request exhibiting curves for motor torque, current, power factor, input/output kW and efficiency. The chart shall also include data on motor starting and no-load characteristics.

D. Motor horsepower shall be sufficient so that the pump is non-overloading throughout its entire performance curve, from shut-off to run-out. The motor and cable shall be capable of continuous submergence underwater without loss of watertight integrity to a depth of 65 feet or greater.

2.07 MULTICONDUCTOR POWER SIGNAL CABLE:

A. The power cable shall be sized according to the NEC and ICEA standards and shall be of sufficient length to reach the disconnect switch without the need of any splices.. The outer jacket of the cable shall be oil resistant chlorinated polyethylene rubber. The cable shall be capable of continuous submergence underwater without loss of watertight integrity to a depth of 65 feet or greater. Cable shall include 4-14AWG contacts. Alternatively, provide a separate 4 conductor 14 AWG submersible termination and cable for SMS interfaces. Route cables as shown on the Electrical Plans.

2.08 BEARINGS

A. The integral pump/motor shaft shall rotate on two bearings. The motor bearings shall be sealed and permanently grease lubricated with high temperature grease. The upper motor bearing shall be a two row angular contact ball bearing to handle radial loads. The lower bearing shall be a two row angular contact ball bearing to handle the thrust and radial forces. The minimum L10 bearing life shall be 50,000 hours at any usable portion of the pump curve.

2.09 MECHANICAL SEALS

A. Each pump shall be provided with a positively driven dual, tandem mechanical shaft seal system consisting of two seal sets, each having an independent spring. The lower primary seal, located between the pump and seal chamber, shall contain one stationary and one positively driven rotating corrosion and abrasion resistant tungsten-carbide ring. The upper secondary seal, located between the seal chamber and the seal inspection chamber shall be a leakage-free seal. The upper seal shall contain one stationary and one positively driven

Page 13: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

CHICAGO DEPARTMENT OF AVIATION PUMPS I-190 LIFT STATION REPLACEMENT PROJECT NO: H5171.15-01 ISSUED FOR ADDENDUM NO. 3 / JULY 13, 2016

15540-8

rotating corrosion and abrasion resistant tungsten-carbide seal ring. The rotating seal ring shall have small back-swept grooves laser inscribed upon its face to act as a pump as it rotates, returning any fluid that should enter the dry motor chamber back into the lubricant chamber. All seal rings shall be individual solid sintered rings. Each seal interface shall be held in place by its own spring system. The seals shall not depend upon direction of rotation for sealing. Mounting of the lower seal on the impeller hub is not acceptable. Shaft seals without positively driven rotating members or conventional double mechanical seals containing either a common single or double spring acting between the upper and lower seal faces are not acceptable. The seal springs shall be isolated from the pumped media to prevent materials from packing around them, limiting their performance.

B. Each pump shall be provided with a lubricant chamber for the shaft sealing system. The lubricant chamber shall be designed to prevent overfilling and shall provide capacity for lubricant expansion. The seal lubricant chamber shall have one drain and one inspection plug that are accessible from the exterior of the motor unit. The seal system shall not rely upon the pumped media for lubrication.

C. The area about the exterior of the lower mechanical seal in the cast iron housing shall have cast in an integral concentric spiral groove. This groove shall protect the seals by causing abrasive particulate entering the seal cavity to be forced out away from the seal due to centrifugal action.

D. A separate seal leakage chamber shall be provided so that any leakage that may occur past the upper, secondary mechanical seal will be captured prior to entry into the motor stator housing. Such seal leakage shall not contaminate the motor lower bearing. The leakage chamber shall be equipped with a float type switch that will signal if the chamber should reach 50% capacity.

2.10 PUMP SHAFT

A. The pump and motor shaft shall be a single piece unit. The pump shaft is an extension of the motor shaft. Shafts using mechanical couplings shall not be acceptable unless otherwise approved. The shaft shall be stainless steel – ASTM A479 S43100-T. Shaft sleeves will not be acceptable.

Page 14: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

CHICAGO DEPARTMENT OF AVIATION PUMPS I-190 LIFT STATION REPLACEMENT PROJECT NO: H5171.15-01 ISSUED FOR ADDENDUM NO. 3 / JULY 13, 2016

15540-9

2.11 IMPELLER

A. The impeller shall be of Hard-IronTM (ASTM A-532 (Alloy III A) 25% chrome cast iron), dynamically balanced, semi-open, multi-vane, back swept, screw-shaped, non-clog design. The impeller leading edges shall be mechanically self-cleaned automatically upon each rotation as they pass across a spiral groove located on the volute suction. The leading edges of the impeller shall be hardened to Rc 60 and shall be capable of handling solids, fibrous materials, heavy sludge and other matter normally found in wastewater. The screw shape of the impeller inlet shall provide an inducing effect for the handling of up to 5% sludge and rag-laden wastewater. The impeller to volute clearance shall be readily adjustable by the means of a single trim screw. The impeller shall be locked to the shaft, held by an impeller bolt and shall be coated with alkyd resin primer.

2.12 VOLUTE / SUCTION COVER

A. The pump volute shall be a single piece grey cast iron, ASTM A-48, Class 35B, non-concentric design with smooth passages of sufficient size to pass any solids that may enter the impeller. Minimum inlet and discharge size shall be as specified. The volute shall have a replaceable suction cover insert ring in which are cast spiral-shaped, sharp-edged groove(s). The spiral groove(s) shall provide trash release pathways and sharp edge(s) across which each impeller vane leading edge shall cross during rotation so to remain unobstructed. The insert ring shall be cast of Hard-IronTM (ASTM A-532 (Alloy III A) 25% chrome cast iron) and provide effective sealing between the multi-vane semi-open impeller and the volute housing.

2.13 PROTECTION

A. Each pump motor stator shall incorporate three thermal switches, one per stator phase winding and be connected in series, to monitor the temperature of the motor. Should the thermal switches open, the motor shall stop and activate an alarm. A float switch shall be installed in the seal leakage chamber and will activate if leakage into the chamber reaches 50% chamber capacity, signaling the need to schedule an inspection.

B. The thermal switches and float switch shall be connected to a control and status monitoring unit. The control and status unit shall be designed to be mounted in the pump control panel.

Page 15: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

CHICAGO DEPARTMENT OF AVIATION PUMPS I-190 LIFT STATION REPLACEMENT PROJECT NO: H5171.15-01 ISSUED FOR ADDENDUM NO. 3 / JULY 13, 2016

15540-10

2.14 WET WELL CONTROLLER LEVEL TRANSMITTERS

A. Re-use existing equipment and infrastructure where possible.

B. If existing equipment cannot be re-used, the pressure transducer and associated appurtenances for the level control shall be provided by the contractor. The pressure sensor shall be a differential pressure sensor with a 0-30 foot range, as produced by Rosemount Model 2051C, Dwyer Magnahelic Series 605, or approved equal.

2.15 WET-WELL LEVEL CONTROL SYSTEM

A. Provide a single enclosure power and control panel, in a NEMA-4X stainless steel enclosure. The enclosure shall be provided with a hinged tamper-resistant ‘Dead-Front’ outer-door designed to protect the internal components, as well as a separate hinged inner-door. A NEMA-4X Red Lexan flashing alarm-light shall be mounted on the top exterior of the enclosure. A NEMA-4X audible alarm-buzzer and silence push-button shall be mounted on the exterior of the enclosure. The outer door of the panel shall include padlocking provisions. The inner-door shall include a door-interlocked through-the-door safety power-disconnect switch operator. All of the control panel components specified herein shall be factory internally pre-wired and tested in accordance with the provisions of the National Electrical Code The control panel shall have the UL-508 listing mark for industrial control panels.

B. The following devices shall be mounted on the inner-door, or shall be accessible without the need to open the inner-door:

C. One (1) Color 7” Touch-Surface operator interface panel with Ethernet

D. Three (3) pump hand-off-auto selector switches.

E. Three (3) pump-power circuit-breaker operators.

F. Three (3) pump current overload-reset push-buttons.

G. One (1) control-mode float-transducer-auto selector switch.

H. One (1) float-backup engaged light.

I. Three (3) pump elapsed running-time meters.

J. The protected internal portion of the control panel shall include the following:

Page 16: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

CHICAGO DEPARTMENT OF AVIATION PUMPS I-190 LIFT STATION REPLACEMENT PROJECT NO: H5171.15-01 ISSUED FOR ADDENDUM NO. 3 / JULY 13, 2016

15540-11

1. One (1) 3-phase, main-power disconnect switch.

2. One (1) 3-phase power-distribution block.

3. Three (3) 3-phase thermal magnetic circuit breakers.

4. Three (3) 3-phase NEMA sized across the line starters.

5. Three (3) 3-phase adjustable class-10 current overload-blocks with through-the-door reset push-buttons.

6. One (1) 3-phase power monitor, capable of monitoring loss of phase, low-voltage, high-voltage, voltage-imbalance, phase-reversal & rapid-cycling.)

2.16 The enclosure shall also house all other necessary control components, including but not limited to:

A. One (1) control-circuit transformer with separately-fused primary, and fused 120-volt secondary & control power switch. See single line diagram for rating.

B. Three (3) seal-fail modules with adjustable sensitivity.

C. One (1) anti-condensation convection-type space-heater with fully-adjustable thermostat.

D. One (1) controller-service power-disconnect switch.

E. One (1) 24Vdc power-supply unit.

F. One (1) Allen Bradley programmable logic controller (PLC).

G. The Color Touch-Surface operator interface panel shall be manufactured to the following design criteria & capabilities:

H. Capable of displaying a minimum of 65,500-colors.

I. An LCD display.

J. An LED backlight.

K. One (1) USB Host version 1.1/1

L. Three (3) serial COM ports.

Page 17: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

CHICAGO DEPARTMENT OF AVIATION PUMPS I-190 LIFT STATION REPLACEMENT PROJECT NO: H5171.15-01 ISSUED FOR ADDENDUM NO. 3 / JULY 13, 2016

15540-12

M. Built-In perpetual calendar.

N. 24Vdc operating voltage.

O. Harsh environment mini-ups backup.

P. 7” Diagonal wide-screen touch-surface, with a resolution of 800 x 480-Pixels, Flash ROM of 128MB, and 10/100 Base-T Ethernet capability.

Q. The A-B programmable logic controller (PLC) shall be powered by an individual 24Vdc power supply unit. The PLC shall be manufactured to the following design criteria & capabilities:

R. Non-volatile battery-backed RAM.

S. Built-in back-up memory storage module.

T. 10K user program space.

U. 10K configurable user data space.

V. 128K data logging & recipe storage.

W. Twenty Four (24) 24Vdc fast digital inputs.

X. Eight (8) 24Vdc normal digital inputs.

Y. Eight (8) digital relay outputs.

Z. Eight (8) dc fast digital outputs.

AA. Three (3) dc normal digital outputs.

BB. Four (4) analog voltage inputs.

CC. Two (2) analog voltage outputs.

DD. Two (2) isolated combination RS232C/RS485 serial port.

EE. Two (2) non-isolated RS232C serial port.

FF. Two (2) RJ-45 10/100 Ethernet/IP port.

GG. Two (2) digital trim potentiometers.

HH. Up to six (6) embedded high speed input channels @ 100kHz.

Page 18: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

CHICAGO DEPARTMENT OF AVIATION PUMPS I-190 LIFT STATION REPLACEMENT PROJECT NO: H5171.15-01 ISSUED FOR ADDENDUM NO. 3 / JULY 13, 2016

15540-13

II. Embedded perpetual real-time clock.

JJ. PID control.

KK. 3-channel PTO (100kHz)/PWM (40kHz).

LL. Dual axis servo control.

MM. Embedded LCD with backlight.

NN. Floating point math values.

OO. Online editing.

PP. Operating temperature range of -4°F -to- 140°F

2.17 The programmable logic controller shall be pre-programmed at the manufacturer’s facility, to perform the following major functions, as well as various additional functions, as referenced in the paragraphs which follow. The system shall operate based on operator adjustable preferences entered via the menu-keys displayed on the touch-surface operator interface panel.

A. The major functions are as follows:

B. Monitor & display real-time wet-well liquid-level, and manage pump operation based on user-selected set-point programming.

C. Operate one (1) pump during low-level flow periods; operate three (3) pumps during high-level flow periods.

D. Alternate the three pumps on operator selected time-intervals.

E. Monitor & delay pump-starts to avoid short-cycling motors.

F. Monitor & delay pump-starts to avoid simultaneous starting of pumps following utility power losses.

G. Monitor & recognize inoperable level sensing devices, and modify system operation to compensate for this occurrence.

H. Provide easily identifiable alarm messages for the operating personnel to monitor.

I. Monitor embedded pump-motor thermal-sensors and seal failure sensor.

Page 19: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

CHICAGO DEPARTMENT OF AVIATION PUMPS I-190 LIFT STATION REPLACEMENT PROJECT NO: H5171.15-01 ISSUED FOR ADDENDUM NO. 3 / JULY 13, 2016

15540-14

J. Calculate lift station flows with trending

K. Monitor check valve for open and closed position for pump operation safety. (automated check switch by others). Provide alarm if pump check valve is open with pump no commanded to run.

L. Initiating Operation: The color touch-surface operator interface panel shall be preprogrammed at the manufacturer’s facility, allowing the field operating personnel to answer five (5) or fewer questions with simple one-word answers, in order to enable the control logic the ability to initiate the proper mode of preconfigured automatic operation of the pump station.

M. The color touch-surface operator interface panel shall provide additional simple screen-selections, allowing the operating personnel to select the appropriate operating parameters for the following categories:

N. Lead-pump start & stop elevations.

O. Lag-pump start & stop elevations.

P. Lead/Lag pump alternation time-interval

Q. High liquid-level alarm elevation.

R. Low liquid-level alarm elevation.

S. Individual pump start & stop delay-times – Lead/Lag.

T. Individual pump stage delay-times – Lead/Lag.

U. Individual pump fail indication delay-times – Lead/Lag.

V. High liquid-level alarm indication delay-time.

W. Low liquid-level alarm indication delay-time.

X. High flow-rate alarm indication delay-time.

Y. Float back-up reset delay-time.

Z. Primary level-transducer scale-definition in feet of elevation.

AA. Back-up level-transducer scale-definition in feet of elevation.

Page 20: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

CHICAGO DEPARTMENT OF AVIATION PUMPS I-190 LIFT STATION REPLACEMENT PROJECT NO: H5171.15-01 ISSUED FOR ADDENDUM NO. 3 / JULY 13, 2016

15540-15

BB. Level-transducer flow-rate scale-definition in gallons per minute.

CC. Selection of primary -vs- secondary level-transducer.

DD. Level display elevation.

EE. Remote Start/Stop stations at pump floor and mezzanine floor levels for 3 pumps. Pump stops under all conditions when Stop button is depressed, pump starts and runs 5 minutes or until low level is sensed when Start button is depressed.

2.18 WET WELL PUMP CONTROL PANEL

A. The wet well pump control panel (PCP) shall start the lead pump when detected by the PCL. If the lead pump fails to start or experiences a failure the associated pump “fault” light will be lit and an alarm signal will be sent to the SMS, and lag pump will start. If the lag pump has started and the level continues to rise, the next lag pump will be energized. If the lag pump fails to start or experiences a failure, the associated pump fault indicator light shall be lit and an alarm will be sent to the SMS. If the level continues to raise the “High Wet Well Level” an alarm signal will be sent to the SMS remote central station for annunciation. A local horn shall locally indicate a “High Wet Level” has occurred. The horn shall be provided with a silence button, but the alarm signal will be maintained until the condition changes. As the Wet Well level drops, the pumps will be de-energized as the corresponding level are detected. Upon successful completion of Lead, and Lag if needed) pump cycle, an alternator shall switch its designation of lead and lag pumps.

B. A separate level air pressure switch will be used to detect a “High High Wet Well Level indicating the liquid level has exceeded the maximum line for safety of operation of the Wet Well. The “High High Level” alarm shall energized all the lead lag pumps for simultaneous operation, and sends a “fault” signal to the SMS central station for remote alert emergency annunciation.

C. Provide Wet Well Pump Control Panel with the following items: All indicating 30 mm LED type.

1. Pump not Running Lights (1 per pump)

2. Pump Run Lights (using existing flow switches) 1 per pump

3. Pump Fail Lights (1 per pump)

Page 21: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

CHICAGO DEPARTMENT OF AVIATION PUMPS I-190 LIFT STATION REPLACEMENT PROJECT NO: H5171.15-01 ISSUED FOR ADDENDUM NO. 3 / JULY 13, 2016

15540-16

4. Seal-Fail Lights (1 per pump)

5. High Wet Well level alarm Light.

6. Pump fails dry remote alarm contacts (2 per pump)

7. High level remote alarm contact (1 set)

2.19 MONITORING SYSTEM PROVISIONS

A. Connections must be provided to the Supervisory Monitoring System for each of the pumps furnished.

PART 3 EXECUTION:

3.01 EXAMINATION:

A. Contractor examine areas, equipment foundations, and conditions, with Commissioner present, for compliance with requirements for installation tolerances and other conditions affecting performance of pumps.

B. Examine rough-in for piping systems to verify actual locations of piping connections prior to installation.

C. Examine equipment foundations and inertia bases for suitable conditions where pumps are to be installed.

D. Do not proceed until unsatisfactory conditions have been corrected.

3.02 INSTALLATION:

A. Provide access space around pumps for service. Provide no less than minimum clearance as recommended by manufacturer.

B. Decrease from line size with long radius reducing elbows or reducers. Support piping adjacent to pump such that no weight is carried on pump casings. Provide supports under elbows on pump suction and discharge line sizes 4 inches and over.

C. Provide eccentric type reducers when installed in the pump suction piping. Eccentric reducers shall be installed with the straight side of the reducer on the top of the pipe.

D. Provide line sized shut-off valve on pump suction.

Page 22: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

CHICAGO DEPARTMENT OF AVIATION PUMPS I-190 LIFT STATION REPLACEMENT PROJECT NO: H5171.15-01 ISSUED FOR ADDENDUM NO. 3 / JULY 13, 2016

15540-17

E. Provide drains for bases and seals, piped to and discharging into floor drains.

F. Install close coupled and base mounted pumps on concrete housekeeping base, with anchor bolts, set and level, and grout in place.

G. Lubricate pumps before start-up according to manufacturer’s recommendations.

H. Support pumps and piping separately so that the weight of the piping system does not rest on the pump.

I. Install pumps in locations indicated on the Contract Drawings and arranged to provide access for periodic maintenance, including removal of motors, impellers, couplings, and accessories.

J. Support pumps and piping separately so that the weight of the piping system does not rest on the pump.

3.03 CONNECTIONS:

A. Install piping, reducers (increasers), fittings, strainers, flexible connectors, and valves on the suction and discharge of the pumps as indicated on the Contract Drawings.

3.04 FIELD QUALITY CONTROL:

A. Check suction line connections for tightness to avoid drawing air into the pump.

3.05 COMMISSIONING:

A. Final Checks Before Startup: Perform the following preventive maintenance operations and checks before startup:

1. Lubricate oil-lubricated bearings.

2. Remove grease-lubricated bearing covers and flush the bearings with kerosene and thoroughly clean. Fill with new lubricant in accordance with the manufacturer's recommendations.

3. Check that pump is free to rotate by hand. If the pump is bound or even drags slightly, do not operate the pump until the cause of the trouble is determined and corrected.

Page 23: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

CHICAGO DEPARTMENT OF AVIATION PUMPS I-190 LIFT STATION REPLACEMENT PROJECT NO: H5171.15-01 ISSUED FOR ADDENDUM NO. 3 / JULY 13, 2016

15540-18

4. Check the general mechanical operation of the pump and motor.

PART 4 METHOD OF MEASUREMENT AND PAYMENT

A. The price for all Work specified in this section, with the exception of the allowances outlined above, will be included in the total price indicated by the bidder in the space provided in the Part 1 Book, “Schedule of Prices”, Item G-1.

END OF SECTION 15540

Page 24: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

Addendum No. 3 Specification No. 156080 Page 6 of 6

Attachment B

Revised Drawing Sheets

Page 25: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

TANK

TANK

TANK

TANK

TANK

TANK TANK

TANK

TANK

TANK

TANK

TANK

TANK

TANK

TANK

TANK

T

T

T

TANK

TANK

TANK

T T

TANK TANK

TANKTANK

T

T

T

T

T

T T

TANK TANK

T

T

TANKS

T

T

T T

T

T T T T T T T T T T T T T T T T T T

T

T

TANK TANK TANK

T

T

T

T

T

T

T

T

T

T

T

T

T

T

TT

T

T

T

T

TT

TT

T

T

T

TANKS

T

T

T

TT

T

T

T

T

T

T

T

T

T

T

T

T

T

T

T

T

T

T

TT

T

T

T

T

T

T

TANK

TANK

T

T T

TANK

TANK

TANK

TANK

TANK

TANKTANK

TANKTANK

TANKTANK

TANK

TANK

TANK

TANK

T

T

T

TANK

TANK

T

T

T T

T

T

T

T

T

T

T

T

T

TANK

TANK

T

T T T

T

T

T

TT

T T T

T

T

T

T T

T

T

T

TANKS

TANK

TANK

T

TANKTANKS

T

T

T

TANKS

TANKS

TANK

TANKS

TANKS

T

TANK

TANK TANK

TANK

TANK

TANK

TANK

TANK

TANK

TANK

T

TANK

TANK

TANK

T T TT

T

TANKS

T T

T T T T

TT

T

T

T

T

TANK

TT

T

TANK

T

T

T T

TANK

T

TANKS

T

T

TA

NK

T

TANK

TYPE IV - 50,000 GAL

TYPE I - 50,000 GAL

20,000 GAL

DIESEL U.S.T.

20,000 GAL

GASOLINE U.S.T.

TYPE I - 50,000 GAL

ISSUED BY:

DEPARTMENT OF PROCUREMENT SERVICES

CITY OF CHICAGO

MAYOR

LOCATION MAP

c:\p

ww

orkin

g\n

ai\lars

once\d

0238203\H

5171.1

2-G

-100-C

over Sheet-

AD

D3.d

gn

7/8/2

016

1:5

9:4

8 P

M

COMMISSIONER

CITY OF CHICAGO DEPARTMENT OF AVIATION

O’HARE INTERNATIONAL AIRPORT

JAMIE L. RHEE, CHIEF PROCUREMENT OFFICERAIRPORT

O’HARE INTERNATIONAL

TERMINALMAIN

IRVING PARK ROAD

YO

RK R

OA

D

I-190

N

RAHM EMANUEL

PROJECT AREA

CHICAGO DEPARTMENT OF AVIATION

SPECIFICATION NO. 156080

Fax: 312.251.3015

Telephone: 312.251.3000

Chicago, Illinois 60661

525 W. Monroe Suite 200

GINGER S. EVANS

I-190 LIFT STATION REPLACEMENT

PROJECT NO. H5171.15-01

CHICAGO - O’HARE INTERNATIONAL AIRPORT

JULY 13, 2016

ISSUED FOR ADDENDUM NO. 3

Page 26: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

E-201

5

J

J

J

J

J

J

COVER

MANHOLE

FLOOR

9

EL. 644’

FIN FLOOR

" C.21

4 #4-1

" C.43

3 #12-

4-4" LV

35’-0"

PUMP

SUMP

OPENING

ROOF

STEEL GRATING

54"

U.H.

U.H.

J

J

J

BOX

PULL

" C. 43

2’-4" NIPPLES

POWER PLAN

LIFT STATION

CS ZD CS

T

5

J

J

J

J

J

J

J

COVER

MANHOLE

FLOOR

4-4" LV

35’-0"

PUMP

SUMP

OPENING

ROOF

STEEL GRATING

54"

U.H.

U.H.

J

J

J

BOX

PULL

2’-4" NIPPLES

SENSOR WELL

EXISITING WATER LEVEL

T

J

(TO BE REMOVED)UNIT HTREXISTING

4

4

2

EL. 644’

FIN FLOOR

PROVIDE A COMPLETE AND WORKABLE SYSTEMA NEW SUMP PUMP AND THE CONTRACTOR IS TOIF NOT THE CONTRACTOR IS TO REPLACE WITHCONTRACTOR TO VERIFY SUMP PUMP WORKS.

T1

28

LADDER

U.H.

2 7

SENSOR CONTROLLER

EXISITING WATER LEVEL

5

WELL SENSOR

EXISITING WET

JJ

STUBS.AND CAP REMAINING CONDUITPULL BOX FROM WALL. PLUGREMOVE WIRE, CABLE AND

NO. 1

PUMP

SD

SD

GD

GD

(PCP)

CONTROL PANEL

NEW AUTOMATIC PUMP

24

TRANSDUCERPRESSURE

6

1

MDP-1

SPD

T

JJ

FACP

NEW

151317

GROUND ROD 1 16

21

JJ

3

151317

GROUND ROD

22

J

J

5

16

26

J

5

MTD 6’-6" A.F.F.

INTERFACE CONTROLLER

GD MEZZAINE LEVEL

$

EF-1

ROOFTOP

NO. 3

PUMP

2

12NO. 2

PUMP

5

" C.43

2 #12 & 1#12G,

" C.43

1#12G,2 #12 &

12

8

J

TT

EXISTING SUMP PUMPFOR SMSRE-USE CONDUITJUNCTION BOXEXISTING SMS

PIPE WELL4" DIAMETER

22

TO REMAINPUMP CONTROLLERPORTABLE SUMP

3

TO PP

11

20

20

LP-1

7

5

4

11

1

28

TELEPHONE BACK BOXDOWN TO DRY WELL

7 7

EF-1

M

SMS RACK

NEW

29

1

JJ

480 V PANELBOARD - PP1

IN PUMP ROOMSTR & CONTROLLER LOCATED EXISTING DUPLEX SUMP PUMP

30

30

10

30

12

31

28

JJ

30

30

30

PITRAIL AROUND

30

(TO BE REMOVED)EXISTING UNIT HTR

PP1 # ; 1, 3, 5

LP # ; 12

1 1/4" C.

30

23

7

LP-1; 7

0 1 2

SCALE - 1/2" = 1’-0"

LP1 - 13

SPECIFIC NOTES

3 #12 & 1 #12G, 3/4" C.

3/4" C.1#12G3 #12, &

CKTS 2, 4 & 66 #12 & 1#12G , 1" C. TO

3

19

27

1 #12G.

2 #12 &

LP-1 - 12

V

1" C.

" C. 1

1" C.

(SEALED)

3F, 4W, TRANSFORMER

15 KVA 480-120/208V.

SHELF MTD.

EXISTING UPS

V

DISCONNECT CONTROLLEREXISTING UNIT HEATER

MS

GAS DETECTOR #1

7/13/16 ISSUED FOR ADDENDUM NO. 31

1

1

GAS DETECTOR #2

1

1

1

OCCUPANCY MOTION SENSOR TO START EXHAUST FAN EF-1 ON ENTRY32

CONDUIT.EXISTING SMS CONDUIT AND CABLE. REMOVE CABLE AND RE-USE31

3/4 C. FOR GAS DETECTOR AND/OR FIRE SENSORS.30

REMOVE DOOR TO PUMP ROOM29

CABLE AND WALL PHONES SUPPLIED BY OTHERS.EMPTY CONDUIT FOR TELEPHONE INSTALLED BY CONTRACTOR.28

MADE UNDER ROOF DECK.ELECTRICAL CONNECTION TO ROOF MTD EXHAUST FAN EH-1 SHALL BE27

INSTALLED BY CDA SYSTEMS INTEGRATOR.WALL RACK MOUNTED SMS EQUIPMENT RACK TO BE SUPPLIED AND 26

NOT USED.25

INSTRUMENTS MODEL PSL.LOCATION OF EXISTING WET WELL SENSOR CONTROLLER - GREYLINE24

23

CONTRACTOR. PHONES AND CABLING TO BE SUPPLIED BY OTHERS.BACK BOX AND RACEWAY FOR TELEPHONES SHALL BE INSTALLED BY 22

CABLE FOR CONDUIT.BETWEEN I-90 TAXIWAY PUMPHOUSE AND BUILDING RB-40. REMOVE EXISTINGEXISTING 1" CONDUIT TO BE USED FOR INSTALLING NEW FIBER OPTIC CABLE21

RE-USED EXISTING 15 KVA TRANSFORMER AND LIGHTING PANEL LP-1 FROM20

19

FOR MDP-1 (REPLACE COVER). SEE SHEET E-202.PROVIDE NEW CIRCUIT BREAKERS AS DESIGNATED ON ONE-LINE DIAGRAM18

THE RESISTANCE OF THE GROUND ELECTRODE.GROUND RESISTANCE METER ARE ACCEPTABLE TEST EQUIPMENT TO MEASURE GROUND RESISTANCE CLAMP METER, OR A THREE-POINT FALL OF POTENTIAL17

EXISTING INCOMING ELECTRICAL SERVICE CONDUITS WILL REMAIN AS IS.16

25 OHMS. CONTRACTOR TO ASSUME 2 ADDITIONAL GROUND RODS ARE NECESSARY.MUST BE DRIVEN PER NEC CODE 250.53 UNTIL RESISTANCE IS LESS THANTO GROUND. IF MEASUREMENT IS HIGHER, ADDITIONAL GROUND RODSBETWEEN GROUND ROD AND EARTH GROUND SHALL BE LESS THAN 25 OHMSCONTRACTOR TO MEASURE BUILDING SYSTEM GROUND. MEASUREMENT15

REMAIN AND RE-USED AS PART OF STANDBY POWER SYSTEM - SEE E-203EXISTING STANDBY GENERATOR AND MANUAL TRANSFER SWITCH TO 14

WIRE IS LESS THAN 25 OHMS TO GROUND.FIELD VERIFIES THAT EXISTING BARE NO. 2/0 COPPER SYSTEM GROUND13

FOR SUMP PUMP AND SUMP PUMP CONTROLLER.REUSE EXISTING CONDUIT AND CABLE FOR COMBINATION MOTOR STARTER,12

EXISTING UNIT HEATER(S) SHALL BE REMOVED.11

UNIT HEATER AS CALLED FOR IN MECHANICAL PLANS.INSTALL NEW THERMOSTAT 5’-6" ABOVE FLOOR TO OPERATE MECHANICAL10

LEVEL FOR SUMP PUMP LOCATED IN DRY WELL LOWER LEVEL.REPLACE EXISTING MOTOR STARTER WITH DUPLEX CONTROLLER LOCATED ON MEZZ 9

A PART OF DEMOLITION.AND ASSOCIATED SHEET METAL DUCTS AND ELECTRICAL WIRING SHALL BEEXISTING DEMOSMATIC DUAL BED PACKAGE DEHUMIDIFER MODEL DOR-38-48

FIRE STOP ALL WALL AND FLOOR PENETRATIONS, SEE DETAIL 4, E-206.7

STOPS.THE PUMPS. WHEN THE WATER LEVEL DROPS, THE SWITCH CLOSES AND THE PUMP WATER LEVEL PRESSURE SENSOR SHALL OVERRIDE ALL OTHER SENSORS TO START ACTIVATE AND THE PUMPS SHALL START. AS A FAIL SAFE MEASURE, THE HIGH HIGH GIVEN HEIGHT OF 20 FEET, THE CORRESPONDING AIR PRESSURE SWITCH SHALL CONNECTED TO NEW PUMP CONTROLLER. WHEN THE WATER LEVEL REACHES A IN CENTER ELECTRICAL EQUIPMENT ROOM FLOOR ABOVE WET WELL SHALL BE EXISTING WET WELL AIR PRESSURE AUXILLARY HIGH HIGH LEVEL SENSOR LOCATED 6

MOTOR STARTER -- 3 PLACES.OPERATION AND CONTROL. INSTALL 1" CONDUITS BETWEEN EACH SOFT START CONTROLLER FOR EXTERNAL CONTROL WIRING FOR AUTOMATIC PUMP EXTEND 1" CONDUITS IN BETWEEN EACH MOTOR STARTER AND PUMP 5

" CONDUIT - 3 PLACES.21LOAD SIDE OF MOTOR TERMINAL BOX IN 2

CONTINUE 3# 4/0 AND 1#1/0 GROUND FROM LINE SIDE OF MOTOR STARTER TO4

REQUIREMENTS EXISTING CONDUIT MAY BE RE-USED.IN 3" CONDUIT. IF CONDUIT FILL MEETS N.E.C. CHAPTER 9, TABLE 9 (MDP-1) AND THE NEW PUMPS SOFT MOTOR STARTERS, 3#4/0 AND 1#1/0 GROUNDINSTALL NEW CONDUIT AND CABLE BETWEEN MAIN DISTRIBUTION PANEL 3

WIRES NO.12 IN 12" CONDUIT, SEPARATE CONDUIT FOR CONTROL AND POWER.

" CONDUIT, CONTROL21ARTICLE 430-220, POWER CABLE THREE PHASE #4/0 IN 2

IN NEMA 3R ENCLOSURE. SHORT- CIRCUIT PROTECTION BASED ON NEC2-14, INSTALL NEW 500 AMP, 3-POLE COMBINATION SOFT START MOTOR STARTERS 2

BUILDING RB-40.DEDICATED SERVICE TRANSFORMER LOCATED ACROSS THE STREET IN LIFT STATION PUMP MAIN DISTRIBUTION SERVICE PANEL (MDP-1) AND THE 500KV MAINTAIN EXISTING 277/480 VAC SERVICE FEEDER BETWEEN THE I-90 TAXIWAY 1

MAYOR

DESCRIPTIONDATEREV

1

DATE:

SHEET NO. REVISION

SHEET TITLE:

PROJECT NAME:

2345678

12345678

c:\p

ww

orkin

g\n

ai\lars

once\d

0238203\H

5171.1

2-E-2

01-Lift Station P

ower Pla

n-A

DD

3.d

gn

H

G

F

E

D

C

B

A A

B

C

D

E

F

G

H

BY:

APPROVED AS WORKING PLAN

PROJECT NO.:

DESIGNED: DRAWN: CHECKED:

7/8/2

016

2:0

3:2

0 P

M

COMMISSIONER

CHICAGO DEPARTMENT OF AVIATION

O’HARE INTERNATIONAL AIRPORT

CITY OF CHICAGO

O’HARE INTERNATIONAL AIRPORT

RAHM EMANUEL

KEY PLAN

ISSUED FOR BID

LOCATION KEYN.T.S.

GINGER S. EVANS

REPLACEMENT

I-190 LIFT STATION

H5171.15-01

MAY 20, 2016

5/20/16

Page 27: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

EXISTING ROOF HATCH

(300 K

VA G

EN

ER

AT

OR)

GE

NE

RA

TO

R

EXISTING FENCE

EXISTING ROOF

MTS

AA

9’9’

7’

8’

7.5’

22.5’

5.4’

17.4’

5’

2.5’

2.5’

1.5’

6’

4.5’3.8’5.7’

14’

REPLACE WITH SOFT START MOTOR STARTERS

REMOVE EXISTING MAGNETIC STARTERS AND

ELEV. 644’

ELEV. 612’

EXISTING ROOF HATCH

ELEV. 655’

CS ZD DS

E-203

EXISTING MTS TO REMAIN

TO REMAIN

EXISTING GENERATOR

BE RE-USED

EXISTING ELECTRODE WELL TO

DOOR

CONDITION.

WITH A NEW PUMP AND RESTORE TO OPERATING

IS OPERATIONAL. IF NOT REMOVE AND REPLACE

THE CONTRACTOR TO VERIFY THAT SUMP PUMP

MDP-1

1#6 GRD.

21

EXHAUST FAN

EF-1 ROOF MOUNTED

WET WELL

SPD

ROOFTOP PLAN

14

" C.432 #12 & 1 # 2G,

LP-1

PLAN ELEVATION VIEW (FACING WEST)

AND FACILITY ELEVATION

ELECTRICAL ROOFTOP PLAN

CONDUIT AND CABLE

RE-USE EXISTING

3/4" C.

2 #12 & 1 #12G,

LP1; 11

1/2

MAIN DISTRIBUTION PANEL

RE-USE EXISTING

3/4"C

3#12 & 1#12G,

SEE MECHANICAL DRAWING FOR EXHAUST FAN, FAN CONTROLS.3.

FOR CIRCLE NOTES # , SEE SHEET E-201.2.

FOR GENERAL ELECTRICAL NOTES, SYMBOLS AND LEGENDS, AND ABBREVIATIONS, SEE SHEET E-200.1.

NOTES:

CONTROLLER

EXISTING SUMP PUMP

SDSD

SD

GD

GD

EP-206

DETAIL-2

HWL

VV

V

GAS DETECTOR #3

GAS DETECTOR #4

1

1

1

11

1

7/13/16 ISSUED FOR ADDENDUM NO. 3

MAYOR

DESCRIPTIONDATEREV

1

DATE:

SHEET NO. REVISION

SHEET TITLE:

PROJECT NAME:

2345678

12345678

c:\p

ww

orkin

g\n

ai\lars

once\d

0238203\H

5171.1

2-E-2

03-Electrical R

ooftop Pla

n & F

acility Ele

vation-A

DD

3.d

gn

H

G

F

E

D

C

B

A A

B

C

D

E

F

G

H

BY:

APPROVED AS WORKING PLAN

PROJECT NO.:

DESIGNED: DRAWN: CHECKED:

7/8/2

016

2:0

4:2

4 P

M

COMMISSIONER

CHICAGO DEPARTMENT OF AVIATION

O’HARE INTERNATIONAL AIRPORT

CITY OF CHICAGO

O’HARE INTERNATIONAL AIRPORT

RAHM EMANUEL

ISSUED FOR BID

GINGER S. EVANS

REPLACEMENT

I-190 LIFT STATION

H5171.15-01

MAY 20, 2016

5/20/16

Page 28: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

E-205

CS MM CS

5

PUMPS

CONTROL PANEL

16GA

PLC

SD

ROOM

MEZZ

SD

CAT 5

PANEL

FA/GAS

ROOM

PUMP

CABLE

FIBER OPTIC

6 STRAND SM

OR DISCRETE

12GA TWISTED PAIR

SCALE: NTS

INPUTS #14 AWG

FACP

INTERFACE MODULE

MEZZ LEVEL

LEVEL

PUMP

PUMP CONTROLLER

RB-40

TO BLDG -

SD

V

GD GAS DETECTOR

SMOKE DETECTOR

DIGITAL INPUTS

120 VAC POWER STRIP

SMS PANEL DIAGRAM

NOTES

MONITORING

APPLICABLE.THE CONTRACTOR AWARDED THE CONTRACT MUST DEAL DIRECTLY WITH SIEMENS FOR PRICING, WHEREAS LONG AS SIEMENS HAS THE SOLE SOURCE CONTRACT WITH THE CHICAGO DEPARTMENT OF AVIATION,

COMPATIBLE WITH THE SIEMENS SMS.COMPLETED SUPERVISORY MONITORING SYSTEMS (SMS). ALL SENSORS AND EQUIPMENT MUST BE SIEMENS HAS A PROPRIETARY CONTRACT WITH THE CHICAGO DEPARTMENT OF AVIATION FOR THE

CONNECTIVITY TO THE SMS NETWORK CABLE IN BUILDING #40 USING EXISTING UNDERGROUND DUCTS.CABLE WILL BE INSTALLED AS NEEDED TO RUN FROM THE PUMP LIFT STATION TO BUILDING #40 FOR INSTALLED UNDERGROUND THAT ARE ROUTED IN DUCTS FROM BUILDING #40 TO THE H & R BUILDING. NEWCENTRAL MONITORING STATION LOCATED IN THE H & R BUILDING USING FIBER OPTIC CABLE ALREADY MONITORING IN THE PUMP LIFT STATION INTO DATA SIGNALS FOR THE PURPOSE OF TRANSMISSION TO THEA REMOTE TERMINAL UNIT (RTU) SHALL BE INSTALLED FOR CONVERTING SENSORS SIGNALS INSTALL FOR

8. AIR QUALITY ENVIROMENTAL SENSOR ALARM7. HOUR-METER AND START METER ON ALL PUMPS TO AID IN SCHEDULING NEEDED MAINTENANCE6. FIRE ALARM SENSOR SIGNAL5. PUMP HOUSE VENTILATION EQUIPMENT FAILURE

3. HIGH WATER LEVEL WATER ELEVATION IN THE WET WELL2. PUMP HOUSE NORMAL POWER FAILURE

* WATER FLOWING SENSOR ACTIVE * PUMP MOTOR FAILURE * PUMP OUTAGES * FAILURE TO START

1. PUMPS 1, 2 AND 3

THE FOLLOWING ITEMS ARE TO BE MONITORED:

IN THE SUPERVISORY MONITORING SYSTEM (SMS).NO CAPABILITY FOR CONTROL PUMPS OR THEIR RELATED SUPPORT EQUIPMENT SHALL BE INCLUDED

TAXIWAY PUMP BUILDING EQUIPMENT AS ITEMIZED BELOW:TAXIWAY LIFT STATION FOR PUMPS, FIRE ALARM, LIFE SAFETY ALARM, ELECTRICAL AND MECHANICALTHE O’HARE TAXIWAY PUMP STATION. NETWORK CONNECTIVITY SHALL BE PROVIDED FOR THE O’HARE THE CONTRACTOR SHALL FURNISH COMPLETE ALL REQUIRED EQUIPMENT TO CENTRALLY MONITOR

4. USE 2/C SHIELDED 18 GAUGE WIRE FOR ANALOG INPUTS. IF MODBUS OR SIMILAR LINK NOT USED.

3. USE #14 THHN/THWN WIRES FOR DIGITAL INPUTS. IF MODBUS OR SIMILIAR LINK NOT USED.

BETWEEN NETWORK AND SMS PANEL. PROVIDE PULL STRINGS.

2. CONTRACTOR TO FURNISH ¾" RIGID CONDUIT RACEWAYS FOR ALL INPUTS TO SMS PANEL, TELEPHONE CIRCUITS, AND

ALL WORK REQUIRED FOR A COMPLETE SMS SYSTEM WITH THE CDA SYSTEMS INTEGRATOR, SIEMENS.

EXISTING NETWORK WILL ALSO BE PAID FOR BY THE ALLOWANCE. THE CONTRACTOR IS RESPONSIBLE FOR COORDINATING

ENCLOSURE, ALL CONDUIT, WIRING AND WIRING TERMINATIONS. THE SOFTWARE INTEGRATION OF THE SMS INTO THE

ALLOWANCE. THE CONTRACTOR WILL BE RESPONSIBLE FOR MOUNTING ALL DEVICES IN THE ENCLOSURE, MOUNTING THE

POWER SUPPLY, NETWORK SWITCH AND MISCELLANEOUS COMPONENTS WILL BE PAID FOR BY THE CONTRACTOR UNDER

COORDINATION WITH REQUIREMENTS SPELLED OUT BY THE SMS SYSTEMS INTEGRATOR, SIEMENS. THE UNINTERUPTABLE

SUPPLY, THE NETWORK SWITCH AND MISCELLANEOUS COMPONENTS REQUIRED FOR A COMPLETE INSTALLATION IN

INTERFACE THE VARIOUS DEVICES TO THE SYSTEM. THE CONTRACTOR WILL SUPPLY THE UNINTERRUPTABLE POWER

1. THE CDA SYSTEM INTEGRATOR WILL SUPPLY THE SMS ENCLOSED, THE SMS CONTROLLER AND THE I/O REQUIRED TO

ELECTRICALMEZZ ROOM

WELL

DRY

VISUAL ALARM

OR

DO

RD

GRADE LEVEL

BLDG RB-40VIA EXISTING DUCT BANK TO COMMUNICATION INTERFACE

MEZZANINE LEVEL

PUMP ROOMLOWER LEVEL

RISER DIAGRAMTELEPHONE SYSTEM

SCALE: NTS6

OR

D

DIAGRAMS

SMS AND COMMUNICATION

4. SEE SHEET E-201 FOR CIRCLE NOTES

AND TERMINATE. FROM LIFT STATION TO BLDG 40 INTERFACE 3. CONTRACTOR TO PROVIDE TELEPHONE FIBER

AT EACH PHONE. CABINET. PROVIDE MOUNTING JUNCTION BOX RACEWAYS BETWEEN PHONES AND TO SMS 2. CONTRACTOR TO SUPPLY RIGID CONDUIT BY CDA.1. TELEPHONES TO BE PROVIDED AND INSTALLED

(TYP)

RECEPTACLE - 4 @ 20 AMPS

1

GD#1 GD#2

GD#2

GD#2LEVEL

LOWER

(1)

EXISTING MINI-UPS

MINI-UPS (2)

FOR BACK-UP POWER

(1) USE EXISTING MINI-UPS

VV

SD

V

ROOM

ELEC

7/13/16 ISSUED FOR ADDENDUM NO. 31

1

1

RACK (2)

WITH INTERIOR 19"

NEMA -3ENCLOSURE

(2)

NETWORK SWITCH

(2)

CONTROLLER

SMS

PATCH PANEL (2)

SYSTEMS INTEGRATOR

(2) TO BE PROVIDED BY CDA SMS

MAYOR

DESCRIPTIONDATEREV

1

DATE:

SHEET NO. REVISION

SHEET TITLE:

PROJECT NAME:

2345678

12345678

c:\p

ww

orkin

g\n

ai\lars

once\d

0238203\H

5171.1

2-E-2

05-T

axiw

ay Lift Station R

ehabilitation-A

DD

3.d

gn

H

G

F

E

D

C

B

A A

B

C

D

E

F

G

H

BY:

APPROVED AS WORKING PLAN

PROJECT NO.:

DESIGNED: DRAWN: CHECKED:

7/8/2

016

2:0

5:2

4 P

M

COMMISSIONER

CHICAGO DEPARTMENT OF AVIATION

O’HARE INTERNATIONAL AIRPORT

CITY OF CHICAGO

O’HARE INTERNATIONAL AIRPORT

RAHM EMANUEL

KEY PLAN

ISSUED FOR BID

LOCATION KEYN.T.S.

GINGER S. EVANS

REPLACEMENT

I-190 LIFT STATION

H5171.15-01

MAY 20, 2016

5/20/16

Page 29: JULY 13, 2016 ADDENDUM NO. 3 FOR I-190 LIFT STATION ......I-190 LIFT STATION REPLACEMENT SPECIFICATION NO. 156080 For which Proposals were due in the office of the Chief Procurement

7/13/16 3