DC WATER ADDENDUM NO. 01
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 00 90 01 - 1
JULY 6, 2018
DISTRICT OF COLUMBIA
WATER AND SEWER AUTHORITY
INVITATION NO. 150150
DATE: JULY 6, 2018
TO: PROSPECTIVE BIDDERS
SUBJECT: ADDENDUM NO. 01
REFERENCE: PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS
Bidders shall acknowledge receipt of this Addendum on the Bid Form. Failure to do so may result in the rejection of the
bid.
This Addendum is hereby included in and made a part of the Contract Documents.
This Addendum is being provided to all registered plan holders.
All requirements of the original Project Specifications, Drawings and any previous Addenda shall remain in force except
as amended by this addendum.
Addendum No. 01 consists of a Total of fifty-three (53) pages; the breakdown is as follows:
Seven (7) pages of Revisions, Clarifications and Modifications
Forty-seven (46) pages of Addendum No. 01
======================================================================== The following corrections, changes, additions, deletions, revisions, and/or clarifications are hereby made a part of the
Contract Documents for the above referenced project. In case of conflicts between this Addendum and previous issued
Documents, this Addendum shall have precedence.
Bidders shall make the following change to all pertinent sheets, pages, and paragraphs of the bid proposal, plans,
specifications and other Contract Documents and take same into full consideration in arriving at the prices bid.
BID DATE:
1. This Addendum does alter the previously published bid date of 7/11/2018 at 2:00 p.m.
2. The new published bid date and time shall be corrected to 7/18/2018 on the Project Manual Covers (Specification
and Bid Forms) specified in related sections elsewhere may include but are not limited to the following:
A. 00 10 00: “Invitation to Bid – Page 1
B. 00 20 00: “Instruction to Bidders” - Page 9; Article 6.3.2
C. 00 40 00: “Bid Form” – Page 1
D. 00 40 20: “Bid Bond” – Page 1
DC WATER ADDENDUM NO. 01
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 00 90 01 - 2
JULY 6, 2018
E. 00 61 10: “Performance Bond”-(Regular) Page 1
F. 00 61 20: “Payment Bond” - Page 1
.
SPECIFICATIONS AND BID FORMS COVER PAGE
REPLACE: By removing the existing Specifications and Bid Forms Cover Page and inserting the new
attached Specifications and Bid Forms Cover Page.
CHANGES TO CONTRACT DOCUMENTS
3. SECTION: 00 01 10 TABLE OF CONTENTS
[Page(s) 1 thru 6]
● ADD: Immediately following “00 90 00 Revisions, Clarifications, and Modifications” insert the following
information “Addendum No. 01”; No of Pages “58”, Date “07/06/18”.
ADD: Immediately following “Appendix C” insert the following:
APPENDIX APPENDIX D - ALLOWANCES No. of Pages Date
Emerson Process Management Power &
Water Solutions, Inc
6 7/6/18
REVISE: The date under Section 00 01 10 from 10/01/14 to 07/06/18
REVISE: The footer date from October 1, 2014 to July 6, 2018.
REVISE: Under the title “Invitation to Bid” by changing the date from 05/01/14 to 07/06/18.
REVISE: Under the title “Instructions to Bidders” by changing the date from 04/13/17 to 07/06/18.
REVISE: Under the title “Schedule of Prices” by changing the date from 05/01/14 to 07/06/18.
REVISE: Under the title “Bid Document Checklist” by changing the date from 06/15/17 to 07/06/18.
REVISE: Under the title “Labor Provisions” by changing the date from 05/01/14 to 07/06/18.
REVISE: Under the title “Project Permits and Approvals” by changing the date from 05/15/15 to 07/06/18.
REVISE: Under the title “Revision, Clarification and Modifications” by changing the date from 05/01/14 to
07/06/18.
ADD: Immediately following the Section “00 90 00” titled “Revisions, Clarifications and Modifications”
insert the following information: Section number “00 90 01”; “Addendum No. 1”; Number of Pages “53”;
Date “07/06/18”.
REVISE: Under the title “General Requirements” by changing the date from 11/04/16 to 07/06/18.
REVISE: Under the title “Allowances” by changing the date from 04/01/14 to 07/06/18.
REVISE: Under the title “Measurement and Payment” by changing the date from 05/01/14 to 07/06/18.
REVISE: Under the title “Trench Excavation and Backfill” by changing the date from 05/01/14 to 07/06/18.
REVISE: Under the title “Pavement Markings” by changing the date from 08/17 to 07/06/18.
REVISE: Under the title “Ductile Iron Pipe” by changing the date from 05/01/14 to 07/06/18.
REVISE: Under the title “Process Control System General Provisions” by changing the date from 08/17 to
07/06/18.
REVISE: Under the title “Control System Panel Panels and Racks” by changing the date from 08/17 to
07/06/18.
REVISE: Under the title “Process Control System Input/Output Modules” by changing the date from 04/18
to 07/06/18.
DC WATER ADDENDUM NO. 01
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 00 90 01 - 3
JULY 6, 2018
4. SECTION 00 10 00: INVITATION TO BID
REPLACE: By removing the existing section in its entirety and inserting the new attached Section 00 10 00
titled, “Invitation to Bid” to the Project Manual.
5. SECTION 00 20 00: INSTRUCTIONS TO BIDDERS
00 20 00-22
REMOVE: Delete 20.1.7 in its entirety.
[Pages 1 thru 30]
REVISE: Revise date in footer to July 6, 2018.
6. SECTION 00 40 10: SCHEDULE OF PRICES
[Pages 1 thru 2]
REPLACE: By removing the existing section in its entirety and insert the new attached Section 00 40 10
titled, “Schedule of Prices” to the Project Manual.
7. SECTION 00 40 25: BID DOCUMENT CHECKLIST
[Pages 1 thru 2]
REPLACE: By removing the existing section in its entirety and inserting the new attached Section 00 40
25 titled, “Bid Document Checklist” to the Project Manual.
8. SECTION 00 76 00 LABOR PROVISIONS
[Pages 1 thru 14]
REPLACE: By removing the existing section in its entirety and inserting the new attached Section 00 76
00 titled, “Labor Provisions” to the Project Manual.
9. SECTION 00 89 00 PROJECT PERMITS AND APPROVALS
00 89 00-1
REVISE: Section 3.1 A. to read as follows: “DC Water has applied, paid for and obtained the District of
Columbia Department of Consumer and Regulatory Affairs (DCRA) Building Department Permit. The
Building Permit is included as an Appendix to this Specification.”
REVISE: Section 3.1 B to read as follows: “DC Water has applied, paid for and obtained the District of
Columbia Department of Energy and Environment (DOEE) Erosion and Sediment Control Permit.”
00 89 00-2
REVISE: Section 3.2 B. 1. to read as follows: “Contractor is responsible for obtaining required trade
permits pertaining to the approved plans of the building permit.”
REVISE: Section 3.2. B. 3. to read as follows: “Contractor is responsible for obtaining District of Columbia
Department of the Environment Erosion and Sediment Control Permits if modifications are made to the
approved plans.”
ADD: At the end of Specification 00 89 00, add the Building Permit.
10. SECTION: 00 90 00 REVISION, CLARIFICATION AND MODIFICATIONS
DC WATER ADDENDUM NO. 01
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 00 90 01 - 4
JULY 6, 2018
00 90 00-1
● ADD: “00 90 01 No. 1 58 07/06/18”
11. SECTION: 00 90 01 ADDENDUM NO. 01
[Pages 1 thru 58]
● ADD: Insert the new Section 00 90 01 titled, “Addendum No. 01” to the Project Manual (see attached).
● REVISE: Revise date in footer to July 6, 2018.
CLARIFICATIONS
12. SECTION: 01 00 00 GENERAL REQUIREMENTS
01 00 00-4
REVISE: Section1.10. C. to read as follows “Contractor shall be responsible for all minor complications
and/or delays within their control for Bid Items 1 thru 4 shown on the Schedule of Prices; are
characteristic of the work that will be required for this Contract. Such delays could be caused by
insufficient labor, supervision, manufacturers and suppliers of materials, delivery, tools and equipment.”
[Pages 1 thru 20]
REVISE: Revise date in footer to July 6, 2018.
13. SECTION: 01 21 00 ALLOWANCES
01 21 00-3
REVISE: Section 4.2 A. to read “Allowance No. One (Bid Item #3): $58,180.00”
ADD: By inserting “B. Allowance No. Two (Bid Item #4): $130,000.00” directly after Section 4.2 A.
[Pages 1 thru 4]
REVISE: Revise date in footer to July 6, 2018.
14. SECTION: 01 22 25 MEASUREMENT AND PAYMENT
01 22 25-5
ADD: By inserting the following directly after Section 4.1 B:
“C. Bid Item No. 3 – Bid Allowance:
1. Emerson Process Management (EPM or Emerson) for work required to be completed by
Emerson per:
01 21 00 – Allowances
40 95 23 – Remote Input-Output Cabinet”
REVISE: Section 4.1 D to read “Bid Item No. 4 – Bid Allowance:”
ADD: By inserting “C. Bid Item No. 3: Allowance.” directly after Section 4.2 B.
REVISE: Section 4.2 D to read “Bid Item No. 4 – Bid Allowance.”
ADD: By inserting “H. Payment for Bid Item No. 4 is included in the SOP as an allowance.” directly
after Section 4.2 G.
[Pages 1 thru 5]
REVISE: Revise date in footer to July 6, 2018.
DC WATER ADDENDUM NO. 01
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 00 90 01 - 5
JULY 6, 2018
15. SECTION 31 23 10 TRENCH EXCAVATION AND BACKFILL
31 23 10-2
REVISE: 1.6. A. to read as follows: “The Contractor’s attention is directed to the possible existence of
pipe and other underground improvements which may or may not be shown on the Drawings. Preserve
and protect any such existing utilities whether shown on the Drawings or not. Expose such improvements
in advance of the pipeline construction to allow for changes in the alignment as necessary. Where it is
necessary to remove and replace or to relocate such improvements in order to prosecute the work, they
shall be removed, maintained, and permanently replaced by the Contractor as directed by DC Water in
writing, and shall be paid for under Bid Allowance (Item #4) as listed in the Schedule of Prices in Section
00 40 10 and as specified in Section 01 21 00.”
31 23 10-14
ADD: By inserting the following Section 4.02. B, “B. Where contingent items are needed, these will be
paid for by the Bid Allowance (Item #4) as listed in the Schedule of Prices in Section 0 40 10 and as
specified in Section 01 21 00.”
[Pages 1 thru 14]
REVISE: Revise date in footer to July 6, 2018.
16. SECTION 32 17 23 PAVEMENT MARKINGS
32 17 23-1
REVISE: Section 1.1. A. to read as follows: “This Work shall consist of establishing the location of
pavement markings and the application of pavement marking paint and reflectorized material on specified
pavements and the eradication of existing pavement marking, as shown on the Drawings and as necessary
to provide for the safe direction of the traveling public, in accordance with these specifications and as
directed by the Authority. Where shown on the Drawings, a double line consisting of two normal width
lines (2 inches to 4 inches wide) separated by a discernable space shall be applied longitudinally to the
centerline of the roadway to delineate the separation between travel paths in opposite directions. These
lines shall be of No. 45 solid yellow traffic zone paint, reflectorized fast drying, in accordance with
Subsection 2.1 D. Glass beads shall be applied.”
17. SECTION: 33 05 02 DUCTILE IRON PIPE
33 05 02-3
REVISE: Section 2.1. A. 1. to read as follows: “Pipe shall be ductile-iron meeting the requirements of
AWWA C151 with mechanical, push-on, or flanged joints. Buried pipe shall be asphaltic coated outside
and cement lined with double thickness and seal coated in accordance with AWWA C104. Exposed
interior pipe shall be prime coated at the factory and finish coated in the field in accordance with Section
09 91 13. Pipe shall be furnished in lengths of 18 to 20 feet and shall include all joining materials.”
33 05 02-4
REVISE: Section 2.1. B. 1. to read as follows: “Mechanical, push-on, and flanged joints for ductile iron
pipe and fittings shall be per AWWA C111.”
REVISE: Section 2.1. B. 2. to read as follows:
“2. Coatings for Fittings:
a. For buried fittings, provide exterior asphaltic coating per AWWA C110 and interior
cement mortar lining with seal coating per AWWA C104.
DC WATER ADDENDUM NO. 01
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 00 90 01 - 6
JULY 6, 2018
b. For exposed interior fittings, provide interior cement mortar lining with seal coating per
AWWA C104, factory prime coat, and finish coating in the field in accordance with
Section 09 91 13.”
REVISE: Section 2.1. B. 3. to read as follows: “All fittings shall be complete with all joint accessories,
rubber gaskets, bolts, and nuts. Flange bolts and nuts shall be heavy hex 316 stainless steel per ASTM
A193, Grade B8M, Class 2. Flange gaskets shall be 1/8-inch thick synthetic rubber specifically designed
for use with ductile iron pipe and fittings.”
[Pages 1 thru 16]
REVISE: Revise date in footer to July 6, 2018.
18. SECTION: 40 61 13 PROCESS CONTROL SYSTEM GENERAL PROVISIONS
[Pages 1 thru 8]
REPLACE: By removing the existing section in its entirety and inserting the new attached Section 40 61 13
titled, “Process Control System General Provisions” to the Project Manual.
19. SECTION: 40 67 00 CONTROL SYSTEM EQUIPMENT PANELS AND RACKS
[Pages 1 thru 6]
REPLACE: By removing the existing section in its entirety and inserting the new attached Section 40 67 00
titled, “Control System Equipment Panels and Racks” to the Project Manual.
20. SECTION: 40 95 23 REMOTE INPUT-OUTPUT CABINET
[Pages 1 thru 8]
REPLACE: By removing the existing section titled, “Process Control Input/Output Modules” in its entirety
and inserting the new attached Section 40 95 23 titled, “Remote Input-Output Cabinet” to the Project
Manual.
21. APPENDIX D ALLOWANCES
ADD: By inserting Appendix D - Emerson Process Management Power & Water Solutions, Inc after
Appendix C.
22. GENERAL DRAWING G11 STANDARD CIVIL DETAILS III
REVISE: Note 3 on 2G-11 to read as follows: “If excavation to a depth greater than 4.5 feet is
required, excavation support sheeting may be ordered or trench shields utilized at contractors
option. Costs under this option shall be part of the price for excavation.”
23. PART 1 DRAWING C-2 SITE RUNOFF PUMP STATIONS 10 & 11 LEGEND-GENERAL NOTES
REVISE: Note 8 under General Notes to read as follows: “Jet wash all drainage structures and
piping within the limits of work after completion of all work.”
DC WATER ADDENDUM NO. 01
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 00 90 01 - 7
JULY 6, 2018
24. PART 1 DRAWING C-5 AERATION ROAD ENLARAGED PLAN AND PIPING PROFILE
ADD: By inserting the following Coded Note 11: “Connection to Secondary Reactor shall be made
during conditions where the water surface elevation in the Secondary Reactor is at or below EL
9.0.”
25. PART 2 DRAWING C-5 SOLIDS ROAD PARTIAL PLAN I – MODIFIED
ADD: By inserting the following Coded Note 15: “Damaged Concrete/Exposed Rebar area shown
on this Drawing requires a concrete patch of approximately 5 ft x 5 ft on the concrete surface.”
26. PART 2 DRAWING C-8 SOLIDS ROAD PARTIAL PLANS, SECTIONS AND DETAILS
ADD: By inserting the following Note 4: “Stainless steel pipe shall be Type 304L stainless steel, minimum Schedule 10 wall thickness, as manufactured by Felker Brothers, Douglas Brothers or equal.”
~ END OF ADDENDUM NO. 01 ~
SCHEDULE OF PRICES
INVITATION NO. 150150
PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS
DC WATER SCHEDULE OF PRICES
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 00 40 10 -1
JULY 6, 2018 ADDENDUM #1
Item
No. ITEM DESCRIPTION
Estimated
Quantity Unit
Unit Price Extension Amount
Dollars Cents Dollars Cents
1. Mobilization and Demobilization 1 LS 100,000 00 100,000 00
2.
Completion of all work required by the plans and
specifications while complying with all
requirements, except as otherwise itemized in this
Schedule of Prices
1 LS
3.
LUMP PRICE ALLOWANCE
Emerson Process Management Power and Water
Solutions (EPM or Emerson) for work required to
be completed by Emerson per:
01 21 00 – Allowances
40 95 23 – Remote Input-Output Cabinet
1 AL ALLOWANCE 58,180 00
4.
BID ALLOWANCE
Additional work that is deemed “Necessary and
Prudent” as defined and approved by the Chief
Engineer (Per Section 01 21 00).
(Contingent Item)
1 AL ALLOWANCE 130,000 00
TOTAL AMOUNT BID ( ITEMS NO. 1 THROUGH 4 )
Numeral Format:
$ ___________________________________________
Written Format:
________________________________________________________________________________ Dollars
_____________________________________ Cents
DC WATER SCHEDULE OF PRICES
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 00 40 10 -2
MAY 1, 2014 ADDENDUM #1
THIS PAGE IS INTENTIONALLY LEFT BLANK
DC WATER BID DOCUMENT CHECKLIST IFB #150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 00 40 25 - 1 JULY 6, 2018 ADDENDUM # 1
SECTION 00 40 25
BID DOCUMENT CHECKLIST
NOTE: SUBMIT BID DOCUMENT CHECKLIST WITH BIDDING DOCUMENTS.
SUBMISSION REQUIREMENT ITEMS
SUBMITTED
(BIDDER’S
INITIALS)
SECTION
NUMBER DOCUMENT TITLE
00 40 00 BID FORM
00 40 10 SCHEDULES OF PRICES
00 40 20 BID BOND
00 40 21 DBE OUTREACH CERTIFICATION
00 40 22 DC WATER GOOD FAITH EFFORTS CHECKLIST
00 40 25 BID DOCUMENT CHECKLIST
00 40 30 CONTRACTOR’S QUALIFICATION STATEMENT, notarized, separate package
00 45 01 CONTRACTOR IDENTIFICATION NUMBER
00 45 02 WELLS FARGO FORM 1W
00 45 03 NON-COLLUSION AFFIDAVIT
00 45 04 DC WATER CERTIFICATION REGARDING A DRUG FREE WORKPLACE
00 45 08 DC WATER CONTRACTOR’S INTENT TO SUBCONTRACT
MBE OR WBE
00 45 09 DC WATER WBE – MBE INTENT TO SUBCONTRACT
00 45 13 PAYMENT TO SUBCONTRACTORS AND SUPPLIERS CERTIFICATE
0045 15 CERTIFICATION REGARDING DEBARMENT SUSPENSION INELIGIBILITY &
VOLUNTARY EXCLUSION LOWER TIER COVERED TRANSACTION
00 45 16 EPA CERT. REGARDING DEBARMENT, SUSPENSION
& RESPONSIBILITY MATTERS
00 45 17 ASSURANCE OF COMPLIANCE W/EEO GOALS
00 45 18 EEO & NON-SEGREGATED FACILITIES CERTIFICATE
00 45 19 DISCLOSURE OF LOBBYING ACTIVITIES
00 45 20 DC WATER WORKS EMPLOYMENT PROGRAM DISCLOSURE
STATEMENT
00 45 23 *****SUBCONTRACTING APPROVAL REQUEST (Dept. of Engineering)
00 45 25 D.C. TAX CERTIFICATION AFFIDAVIT
00 45 26 EPA CERTIFICATION REGARDING LOBBYING
00 45 30 DBE SUBCONTRACTOR PERFORMANCE FORM
00 45 31 DBE SUBCONTRACTOR UTILIZATION FORM
DC WATER BID DOCUMENT CHECKLIST IFB #150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 00 40 25 - 2 JULY 6, 2018 ADDENDUM # 1
SUBMISSION REQUIREMENT ITEMS
SUBMITTED
(BIDDER’S
INITIALS)
SECTION
NUMBER DOCUMENT TITLE
*CLASS “A” BUSINESS LICENSE
**BIDDER’S QUALIFICATION AND FINANCING INFORMATION
***CERTIFIED FINANCIAL STATEMENT (separate package)
**** MBE & WBE OUTREACH PLAN
APPENDICES
FR-W-9 REQUEST FOR TAXPAYER ID. NUMBER & CERTIFICATION
FR-500 COMBINED BUSINESS TAX REGISTRATION APPLICATION
MBE/WBE OUTREACH
GOOD FAITH EFFORT BID SUBMITTAL CHECKLIST
RESPONSES FROM CORRESPONDENCE OUTREACH
CALL LOG
ADS IN WASHINGTON POST, MINORITY NEWSPAPERS
WEBSITE POSTINGS, I.E., SMALL BUSINESS ADMINISTRATION (SBA)
AND THE MINORITY BUSINESS DEVELOPMENT AGENCY OF THE
DEPARTMENT OF COMMERCE
BLUEBOOK PROJECT REPORT
MBE/WBE SUMMARY TO INCLUDE PERCENTAGES
CURRENT MBE/WBE CERTIFICATIONS OF SELECTIONS
* Class “A” Business License: See Section 00 20 00 Instruction to Bidders, Article 18 “Class “A” Business
License”.
*** Certified Financial Statement: See Section 00 20 00 Instruction to Bidders, Article 13 “Bidder’s
Qualification and Financing Documentation”, Paragraph 13.3
**** MBE & WBE Outreach Plan: See Section 00 20 00 Instruction to Bidders, Article 31 “Subcontracting
Goals (MBE & WBE)” (Water & Sewer Projects), Paragraph 31.3
***** Subcontracting Approval Request Subcontractor information is required to be submitted with the bid for
MBE/WBE firms only. The balance of subcontractor approval requests can be submitted after the bid
submission in accordance with typical DC Water procedures and specifications.
THE UNDERSIGNED BIDDER HEREWITH SUBMITS THE ABOVE REQUIRED DOCUMENTS.
THIS CHECKLIST SHALL BE INITIALED AND SIGNED WHERE INDICATED AND RETURNED
WITH THE BID PROPOSAL
~ END OF SECTION 00 40 25 ~
NAME OF
BIDDER:
______________________________________________________________
SIGNED BY:
______________________________________________________________
NAME AND
TITLE:
______________________________________________________________
DATE:
______________________________________________________________
DC WATER WAGE RATES
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 00 76 00 - 1
JULY 6, 2018 ADDENDUM #1
SECTION 00 76 00
LABOR PROVISIONS
Attached is the Davis Bacon General Wage Decision Number DC180001 dated 07/06/2018 consisting of
13 pages.
DC WATER WAGE RATES
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 00 76 00 - 2
JULY 6, 2018 ADDENDUM #1
General Decision Number: DC180001 07/06/2018 DC1
Superseded General Decision Number: DC20170001
State: District of Columbia
Construction Types: Heavy (Heavy and Sewer and Water Line)
and Highway
County: District of Columbia Statewide.
HEAVY CONSTRUCTION PROJECTS (Including Sewer and Water Lines);
HIGHWAY CONSTRUCTION PROJECTS
Note: Under Executive Order (EO) 13658, an hourly minimum wage
of $10.35 for calendar year 2018 applies to all contracts
subject to the Davis-Bacon Act for which the contract is
awarded (and any solicitation was issued) on or after January
1, 2015. If this contract is covered by the EO, the contractor
must pay all workers in any classification listed on this wage
determination at least $10.35 per hour (or the applicable wage
rate listed on this wage determination, if it is higher) for
all hours spent performing on the contract in calendar year
2018. The EO minimum wage rate will be adjusted annually.
Please note that this EO applies to the above-mentioned types
of contracts entered into by the federal government that are
subject to the Davis-Bacon Act itself, but it does not apply to
contracts subject only to the Davis-Bacon Related Acts,
including those set forth at 29 CFR 5.1(a)(2)-(60). Additional
information on contractor requirements and worker protections
under the EO is available at www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/05/2018
1 02/09/2018
2 03/23/2018
3 04/20/2018
4 05/04/2018
5 05/11/2018
6 06/29/2018
7 07/06/2018
ASBE0024-001 10/01/2017
Rates Fringes
Asbestos Worker/Heat and
Frost Insulator
Includes the application
of all insulating
materials, protective
coverings, coatings and
finishes to all types of
mechanical systems..........$ 35.13 16.22
----------------------------------------------------------------
DC WATER WAGE RATES
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 00 76 00 - 3
JULY 6, 2018 ADDENDUM #1
ASBE0024-002 10/01/2017
Rates Fringes
HAZARDOUS MATERIAL HANDLER
Includes preparation,
wetting, stripping,
removal, scrapping,
vacuuming, bagging and
disposing of all
insulation materials,
whether they contain
asbestos or not, from
mechanical systems..........$ 22.81 7.34
----------------------------------------------------------------
ASBE0024-005 10/01/2017
Rates Fringes
Fire Stop Technician.............$ 28.01 7.78
Includes the application of materials or devices within or
around penetrations and openings in all rated wall or floor
assemblies, in order to prevent the pasage of fire, smoke
of other gases. The application includes all components
involved in creating the rated barrier at perimeter slab
edges and exterior cavities, the head of gypsum board or
concrete walls, joints between rated wall or floor
components, sealing of penetrating items and blank openings.
----------------------------------------------------------------
BOIL0193-001 01/01/2017
Rates Fringes
Boilermakers:....................$ 40.47 22.97
----------------------------------------------------------------
BRDC0001-001 04/29/2018
Rates Fringes
Bricklayer......................$ 31.36 10.78
----------------------------------------------------------------
BRMD0001-004 04/29/2018
Rates Fringes
BRICKLAYER
Refractory (Firebrick)......$ 38.82 11.35
----------------------------------------------------------------
CARP0177-001 05/01/2017
Rates Fringes
Carpenter/Lather.................$ 28.36 11.53
----------------------------------------------------------------
CARP0179-004 05/01/2018
DC WATER WAGE RATES
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 00 76 00 - 4
JULY 6, 2018 ADDENDUM #1
Rates Fringes
DIVER TENDER.....................$ 32.41 10.95
DIVER............................$ 42.59 10.95
----------------------------------------------------------------
CARP0219-001 05/01/2018
Rates Fringes
MILLWRIGHT.......................$ 34.24 11.23
----------------------------------------------------------------
* CARP0441-001 05/01/2018
Rates Fringes
PILEDRIVERMAN....................$ 30.94 11.45
----------------------------------------------------------------
ELEC0026-001 11/06/2017
Rates Fringes
Electricians.....................$ 45.15 17.15
----------------------------------------------------------------
* ELEC0070-001 05/07/2018
Rates Fringes
Line Construction:
Cable Splicers..............$ 38.63 19%+5.75
Equipment Operators.........$ 38.63 19%+5.75
Groundmen...................$ 17.97 19%+5.75
Linemen.....................$ 38.63 19%+5.75
Truck Driver................$ 20.43 19%+5.75
----------------------------------------------------------------
ENGI0077-001 05/01/2017
Rates Fringes
Power equipment operators:
(HEAVY AND HIGHWAY
CONSTRUCTION)
GROUP 1.....................$ 38.09 8.95+a
GROUP 2.....................$ 36.24 8.95+a
GROUP 3.....................$ 34.07 8.95+a
GROUP 4.....................$ 30.56 8.95+a
GROUP 5.....................$ 26.39 8.95+a
GROUP 6.....................$ 24.24 8.95+a
GROUP 7.....................$ 39.21 8.95+a
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1: Tower Cranes and Cranes 100 ton and over.
GROUP 2: 35 ton cranes & above, derricks, concrete boom pump,
drill rigs (+50,000 lbs torque), mole.
GROUP 3: Cranes, hoists, drill rigs (under 50,000 lbs
torque), tie back machines, paving mixers, tunnel shovels,
DC WATER WAGE RATES
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 00 76 00 - 5
JULY 6, 2018 ADDENDUM #1
batch plants, shields, tunnel mining machines, draglines,
mucking machines, graders in tunnels, pile driving engines,
welder, horizontal directional drill operator, Tug boats.
GROUP 4: Front end loaders, boom trucks, backhoes,
excavators, gradalls, power driven wheel scoops & scrapers,
blade graders, motor graders, bulldozers, trenching
machines, ballast regulator,hoe ram, locomotive (standard,
narrow gauge, tuggers).
GROUP 5: Boilers (skelton), asphalt spreaders, bullfloat
finishing machines, concrete finishing machines, concrete
spreaders,concrete mixer, concrete pump, well points,
hydraulic pumps, elevators, freeze uniits, tunnel motorman
or dinky operator, conveyors, grout pump, fireman, ultra
high pressure water jet cutting tool system
operator/mechanic, horizontal directional drill locator,
skid steers (fine grading), High lifts (lull type lifts).
GROUP 6: Fork lifts, ditch witch, bobcat, skid steer, space
heaters, sweepers, assistant engineers, oilers, service
unit equipment, roller.
GROUP 7: Master mechanic.
a. PAID HOLIDAYS: New Years Day, Inaugural Day, Decoration
Day, Independence Day, Labor Day, Martin Luther King's
Birthday, Veterans' Day, Thanksgiving Day, Friday after
Thanksgiving and Christmas Day.
----------------------------------------------------------------
ENGI0077-002 06/01/2016
Rates Fringes
Power equipment operators:
(PAVING AND INCIDENTAL
GRADING)
GROUP 1.....................$ 29.79 7.55
GROUP 2.....................$ 26.55 7.55
GROUP 3.....................$ 22.84 7.55
GROUP 4.....................$ 20.55 7.55
GROUP 5.....................$ 30.50 7.35
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1: Gradall operator, Crane.
GROUP 2: Boom Truck, Milling Machine, Excavator, Rubber Tire
Backhoe, Asphalt Paver, Asphalt Plant Engineer, Motor
Grader, Track Loader, Rubber Tire Loader, Track Dozer,
Concrete Paver.
GROUP 3: Broom Truck, Asphalt Roller.
GROUP 4: Air Compressor, Grade Rollers.
GROUP 5: Mechanic.
----------------------------------------------------------------
* ENGI0077-003 07/01/2018
DC WATER WAGE RATES
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 00 76 00 - 6
JULY 6, 2018 ADDENDUM #1
Rates Fringes
Power equipment operators:
(SEWER, GAS AND WATER LINE
CONSTRUCTION)
GROUP 1.....................$ 33.67 7.85+a
GROUP 2.....................$ 27.72 7.85+a
GROUP 3.....................$ 27.29 7.85+a
GROUP 4.....................$ 25.65 7.85+a
GROUP 5.....................$ 21.51 7.85+a
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1:Cranes 50 ton and above.
GROUP 2:Gradall, Lead Mechanic, Crane under 50 ton
capacity.
GROUP 3:Boom Trucks, Excavators, Backhoes, Front-End Loaders,
Fork Lift/Lull, Bulldozers, Motor Graders, Mechanic 1,
Hydraulic Tamper and Hoe Pack, Paving Mixers, Pile Driving
Engines, Batch Plant, Concrete Pumps, Low-Boy Driver, Lube
Truck.
GROUP 4.Knuckle Boom, Trenching Machine, Well Drilling
Machines, Concrete Mixers, Assistant Mechanic, Mini
Excavator under 10,000 lbs. gross weight.
GROUP 5:Oiler, Dump Truck, Skid Steer/Bobcat, Rollers.
a.PAID HOLIDAYS: New Year's Day, Inaugural Day, Washington's
Birthday, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, day after Thanksgiving Day and Christmas
Day
----------------------------------------------------------------
IRON0005-011 06/01/2017
Rates Fringes
IRONWORKER.......................$ 31.15 20.63
----------------------------------------------------------------
LABO0011-003 06/01/2017
Rates Fringes
Laborers: (HEAVY AND HIGHWAY
AND SEWER & WATER LINES
CONSTRUCTION)
GROUP 1.....................$ 24.51 8.04
GROUP 2.....................$ 25.14 8.04
GROUP 3.....................$ 25.14 8.04
GROUP 4.....................$ 25.34 8.04
GROUP 5.....................$ 25.89 8.04
GROUP 6.....................$ 26.60 8.04
GROUP 7.....................$ 27.28 8.04
GROUP 8.....................$ 28.19 8.04
LABORERS CLASSIFICATIONS:
DC WATER WAGE RATES
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 00 76 00 - 7
JULY 6, 2018 ADDENDUM #1
GROUP 1: Carloaders, choker setter, concrete crewman, crushed
feeder, demolition laborers, including salvaging all material,
loading, cleaning up, wrecking, dumpmen, flagmen, fence
erector and installer (other than chain link), including
installation and erection of fence, guard rails, medial rails,
reference posts, guide posts and right-of-way markers, form
strippers, general laborers, railroad track laborers, riprap
man, scale man, stake jumper, structure mover, includes
foundation, separation, preparation, cribbing, shoring,
jacking and unloading of structures, water nozzleman, timber
bucker and faller, truck loader, water boys, tool room men.
GROUP 2: Combined air and water nozzleman, cement handler,
dope pot fireman (nonmechanical), form cleaning machine,
mechanical railroad equipment (includes spiker, puller, tile
cleaner, tamper, pipe wrapper, power driven wheelbarrows,
operators of hand derricks, towmasters, scootcretes,
buggymobiles and similar equipment), tamper or rammer
operator, trestle scaffold builders over one tier high, power
tool operator (gas, electric or pneumatic), sandblast or
gunnite tailhose man, scaffold erector, (steel or wood),
vibrator operator (up to 4 feet), asphalt cutter, mortar men,
shorer and lagger, creosote material handler, corrosive enamel
or equl, paver breaker and jackhammer operators.
GROUP 3: Multi-section pipe layer, non-metallic clay and
concrete pipe layer (including caulker, collarman, jointer,
rigger and jacker, thermal welder and corrugated metal culvert
pipe layer.
GROUP 4: Asphalt block pneumatic cutter, asphalt roller,
walker, chainsaw operator with attachment, concrete saw
(walking), high scalers, jackhammer operator (using over 6
feet of steel), vibrator operator (4 feet and over), well
point installer, air trac operator.
GROUP 5: Asphalt screeder, big drills, cut of the hole drills
(1 1/2 " piston or larger), down the hole drills (3 1/2"
piston or larger) gunnite or sandblaster nozzleman, asphalt
raker, asphalt tamper, form setter, demolition torch operator,
shotcrete nozzlemen and potman.
GROUP 6: Powderman, master form setters.
GROUP 7: Brick paver (asphalt block paver, asphalt block
sawman, asphalt block grinder, hastings block or similar type)
GROUP 8: Licensed powdermen.
----------------------------------------------------------------
LABO0011-004 06/01/2017
Rates Fringes
Laborers: (HAZARDOUS WASTE
REMOVAL, EXCEPT ON MECHANICAL
SYSTEMS:
Preparation for, removing and
DC WATER WAGE RATES
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 00 76 00 - 8
JULY 6, 2018 ADDENDUM #1
encapsulation of hazardous
materials from non-mechanical
systems)
Skilled Asbestos Abatement
Laborers....................$ 20.92 8.04
Skilled Toxic and
Hazardous Waste Removal
Laborers....................$ 23.73 8.04
----------------------------------------------------------------
LABO0011-005 06/01/2017
Rates Fringes
Laborers: (TUNNEL, RAISE &
SHAFT (FREE AIR)
FOR HEAVY AND SEWER & WATER
LINES CONSTRUCTION)
GROUP 1.....................$ 25.42 8.04
GROUP 2.....................$ 26.25 8.04
GROUP 3.....................$ 28.33 8.04
GROUP 4.....................$ 29.22 8.04
LABORERS CLASSIFICATIONS:
GROUP 1: Brakeman, Bull Gang, Dumper, Trackmen, Concrete Man.
GROUP 2: Chuck Tender, Powdermen in Prime House, Form Setters
and Movers, Nippers, Cableman, Houseman, Groutman, Bell or
Signalman, Top or Bottom Vibrator Operator.
GROUP 3: Miners, Re-Bar Underground, Concrete or Gunnite
Nozzlemen, Powdermen, Timbermen and Re-Timbermen, Wood Steel
Including Liner plate or Other Support, Material Motorman,
Caulkers, Diamond Drill Operators, Riggers, Cement Finishers-
Underground, Welders and Burners, Shield Driver, Air Trac
Operator, Shotcrete Nozzlemen and Potman.
GROUP 4: Mucking Machine Operator (Air).
----------------------------------------------------------------
LABO0011-006 06/01/2017
Rates Fringes
Laborers: (TUNNEL, RAISE AND
SHAFT (COMPRESSED AIR) FOR
HEAVY CONSTRUCTION ONLY
Gauge Pressure Work Period
(Pounds) (Hours)
1-14 7...........$ 34.10 8.04
14-18 6...........$ 40.12 8.04
FOOTNOTE: On any requirement for air pressure in excess of 18
PSI, work periods and rates should be negotiated at a
pre-bid conference.
----------------------------------------------------------------
LABO0011-007 09/01/2017
DC WATER WAGE RATES
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 00 76 00 - 9
JULY 6, 2018 ADDENDUM #1
Rates Fringes
Laborers: (PAVING AND
INCIDENTAL GRADING)
Asphalt Raker & Concrete
Saw Operator................$ 20.05 7.01
Asphalt Shoveler............$ 19.20 7.01
Asphalt Tamper & Concrete
Shoveler....................$ 19.68 7.01
Jack Hammer.................$ 19.71 7.01
Laborer.....................$ 19.03 7.01
Sand Setter & Form Setter...$ 20.75 7.01
----------------------------------------------------------------
LABO0011-008 06/01/2017
Rates Fringes
LABORERS (BRICK MASONRY WORK)
Mason Tenders...............$ 17.00 8.04
Scaffold Builders,
Mortarmen...................$ 18.04 8.04
----------------------------------------------------------------
MARB0002-003 04/29/2018
Rates Fringes
Marble & Stone Mason
Includes Pointing,
Caulking and Cleaning of
All Types of Masonry,
Brick, Stone and Cement
Structures..................$ 37.91 17.08
----------------------------------------------------------------
MARB0003-001 04/29/2018
Rates Fringes
Mosaic & Terrazzo Worker,
Tile Layer.......................$ 28.20 11.67
----------------------------------------------------------------
MARB0003-004 04/29/2018
Rates Fringes
Marble, Tile & Terrazzo
Finisher.........................$ 23.28 10.72
----------------------------------------------------------------
PAIN0051-001 06/01/2017
Rates Fringes
Painters:
All Industrial Work.........$ 30.90 10.49
Bridges, Heavy Highway,
Lead Abatement and
Flame/Thermal Spray.........$ 36.13 11.29
Commercial and Mold
Remediation, Painters,
DC WATER WAGE RATES
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 00 76 00 - 10
JULY 6, 2018 ADDENDUM #1
Wallcovers and Drywall
Finishers...................$ 25.06 9.66
Metal Polishing and
Refinishing.................$ 26.06 9.66
----------------------------------------------------------------
PLAS0891-001 02/01/2018
Rates Fringes
Cement Masons:
HEAVY CONSTRUCTION ONLY.....$ 28.15 10.58
----------------------------------------------------------------
PLAS0891-002 06/01/2017
Rates Fringes
Cement Masons: (PAVING &
INCIDENTAL GRADING)
Cement Masons...............$ 20.10 7.38
Concrete Saw Operators......$ 20.10 7.38
Form Setters................$ 20.10 7.38
----------------------------------------------------------------
PLUM0005-001 02/01/2018
Rates Fringes
Plumbers.........................$ 41.67 17.60+a
a. PAID HOLIDAYS: Labor Day, Veterans' Day, Thanksgiving
Day and the day after Thanksgiving, Christmas Day, New
Year's Day, Martin Luther King's Birthday, Memorial Day and
the Fourth of July.
----------------------------------------------------------------
PLUM0602-005 08/01/2017
Rates Fringes
Steamfitter, Refrigeration &
Air Conditioning Mechanic........$ 40.69 21.07+a
a. PAID HOLIDAYS: New Year's Day, Martin Luther King's
Birthday, Memorial Day, Independence Day, Labor Day,
Veterans Day, Thanksgiving Day and the day after
Thanksgiving and Christmas Day.
----------------------------------------------------------------
SHEE0100-001 03/01/2018
Rates Fringes
Sheet Metal Worker...............$ 40.27 18.87+a
a. PAID HOLIDAYS: New Year's Day, Martin Luther King's
Birthday, Memorial Day, Independence Day, Labor Day,
Veterans Day, Thanksgiving Day and Christmas Day
----------------------------------------------------------------
DC WATER WAGE RATES
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 00 76 00 - 11
JULY 6, 2018 ADDENDUM #1
TEAM0639-001 06/01/2017
Rates Fringes
Truck drivers: (HEAVY &
HIGHWAY CONSTRUCTION)
Tractor trailer, Low Boy....$ 24.25 2.52+a
Truck Drivers...............$ 22.25 2.52+a
a. VACATION: Employees will receive one (1) week's paid
vacation after one (1) year of service.
----------------------------------------------------------------
TEAM0639-005 06/01/2017
Rates Fringes
Truck drivers: (PAVING &
INCIDENTAL GRADING)
All paving projects where
the grading is incidental
to the paving...............$ 22.25 2.52+a
a. VACATION: Employees will receive one (1) week's paid
vacation after one (1) year of service.
----------------------------------------------------------------
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
================================================================
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis-Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the EO, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health-related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health-related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at www.dol.gov/whd/govcontracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)).
----------------------------------------------------------------
DC WATER WAGE RATES
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 00 76 00 - 12
JULY 6, 2018 ADDENDUM #1
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of "identifiers" that indicate whether the particular
rate is a union rate (current union negotiated rate for local),
a survey rate (weighted average rate) or a union average rate
(weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed
in dotted lines beginning with characters other than "SU" or
"UAVG" denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the "SU" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non-union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 100% of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
DC WATER WAGE RATES
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 00 76 00 - 13
JULY 6, 2018 ADDENDUM #1
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
----------------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis-Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
DC WATER WAGE RATES
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 00 76 00 - 14
JULY 6, 2018 ADDENDUM #1
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
================================================================
END OF GENERAL DECISION
DC WATER PROCESS CONTROL SYSTEM GENERAL PROVISIONS
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 40 61 13-1
JULY 6, 2018 ADDENDUM #1
SECTION 40 61 13
PROCESS CONTROL SYSTEM GENERAL PROVISIONS
PART 1 GENERAL
1.1 SUMMARY
A. Work specified in this Section includes but is not limited to the following:
1. Two Storm Runoff Pump Stations are being provided under this contract, SRPS-10
located on Aeration Road and SRPS-11 located on Perimeter Road. This Section
contains equipment, submittal, testing and quality requirements in addition to those
listed in Section 43 26 13 - Submersible Non-Clog Pumps.
2. The Contractor shall provide, through the pump supplier as specified in Section 43
26 13 and, through Emerson Process Management (EPM) as specified in Section 40
95 23, a complete, integrated monitoring and control system consisting of control
panels, instrumentation, as well as all required ancillary services specified in Division
40 and as shown on the contract drawings.
3. The Emerson Scope of Work has been pre-selected and negotiated with the
Authority, and is included in the allowances in the Schedule of Prices.
4. The General Contractor shall furnish and provide all other equipment, appurtenances,
services and all other expenses associated with Work described in this Section but
not included in the Emerson Scope of Work and Price.
5. Include all materials, labor, tools, fees, charges and documentation required to
furnish, install, test and place in operation a complete and operable instrumentation
and control system as shown and/or specified.
This Specification Section includes the provision of various equipment and services to be provided by Emerson
Process Management Power and Water Solutions (EPM or Emerson). Such equipment and services, as detailed in
Section 40 95 23, shall be provided as a part of the Plant-wide Stormwater Drainage Improvements (PWDI) work
scope under a subcontract agreement with the PWDI Contractor. Emerson’s fixed price amounts of this
subcontract agreement are indicated in the PWDI Bidder’s Schedule of Prices as a line-item “Lump Price
Allowance”. The Emerson Scope of Work to be provided is included as Appendix D. (The Emerson Scope of
Work and Price reflects all changes and additions made by this addendum.)
The Emerson Scope also may include specific terms and conditions which may differ from those applied to the
PWDI Contract. Such terms and conditions have been accepted by the Authority and are not subject to further
negotiation or adjustment by the PWDI Contractor.
The Emerson Work Scope is selective. This Specification Section also includes the provision of certain related
equipment and services which are to be provided by the PWDI Contractor. Thus, PWDI bidders shall include in
their bidding, all of those installation services, materials, equipment appurtenances, bonds, insurance and any
required equipment or services not included in the Emerson Work Scope and price. In the case where there is a
difference between the Emerson Scope of Work in Appendix D and the requirements in the Specifications
Section, the Contractor is required to supply and install.
DC WATER PROCESS CONTROL SYSTEM GENERAL PROVISIONS
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 40 61 13-2
JULY 6, 2018 ADDENDUM #1
6. Include all measuring elements, signal converters, transmitters, local control panels,
interconnecting wiring and such accessories as shown, specified, and/or required to
provide the functions indicated.
7. Coordinate with the pump supplier and DC Water to perform loop testing on all new
signals.
8. The DC Water Blue Plains Advanced Wastewater Treatment Plant is an existing
facility and has an existing operational Process Control System (PCS), comprised
of an Emerson Process Management Ovation Distributed Control System (DCS).
Provide a hardwired interface to the PCS to allow DC Water to monitor these
pump stations at the PCS. Coordinate all work with DC Water to minimize
interruptions in its daily operations.
9. Provide wiring from the proposed new pump control panels to existing and new
interface terminal cabinets (ITCs) and new and existing remote I/O panels near the
new pump stations as indicated on the Drawings. For SRPS-10, this project will use
existing spare I/O to accommodate the new inputs in the corresponding existing
DCU. For SRPS-11, EPM shall provide a new remote I/O cabinet and associated
hardware required to accommodate these inputs in the corresponding existing DCU.
10. Surge protection devices shall be furnished for all signals included under this
contract. Surge protection devices shall be furnished under Division 26 and installed
in the new and existing ITCs under Division 26.
11. DC Water will incorporate the two new pump stations into the plant’s existing
PCS, including modification to existing database and graphic display screens.
12. For SRPS 11, Contractor shall install the remote I/O cabinet provided by EPM
including concrete pad to match level of adjacent cabinet.
13. Provide and coordinate all equipment necessary to monitor all equipment provided
under this contract. Auxiliary devices such as transducers, relays, necessary to
interface with equipment provided under other sections shall be included.
1.2 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 01 Specifications Sections, apply to this Section.
B. Specifications throughout all Divisions of the Project Manual are directly applicable to
this Section, and this Section is directly applicable to them.
1.3 RELATED SECTIONS
A. Section 01 33 00: Submittals
B. Section 01 75 00: Operational Demonstration
C. Section 01 75 20: Service Manual
D. Section 01 78 40 Record Drawings
DC WATER PROCESS CONTROL SYSTEM GENERAL PROVISIONS
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 40 61 13-3
JULY 6, 2018 ADDENDUM #1
E. Section 01 78 42 As-built Drawings
F. Section 01 79 00: Operation & Maintenance Training
G. Section 01 91 00: Equipment System Commissioning
H. Section 40 06 70: Schedules of Instrumentation for Process Systems
I. Section 40 61 93: Process Control System Input-Output List
J. Section 40 67 00: Control System Equipment Panels and Racks
K. Section 40 70 00: Instrumentation for Process Systems
L. Section 40 95 23: Remote Input-Output Cabinet
M. Section 43 26 13: Submersible Non-Clog Pumps
1.4 REFERENCES
A. Regulations, Standards and Publications:
ISA International Society of Automation
UL Underwriters' Laboratories, Inc.
1.5 SUBMITTALS
A. General Requirements:
1. Submit for review complete Shop Drawings for all equipment in accordance with
the General Conditions and Division 1 of the Specifications. All submittal
material shall be complete, legible, and reproducible, and shall apply specifically
to this project.
B. Shop Drawings:
1. Submit the required number of detailed shop drawings for all equipment being
provided for the PCS. Submit shop drawings within 60 days of the date of Notice to
Proceed.
2. Shop drawings shall be submitted in electronic format and in 3-ring loose-leaf
binders and shall be complete, neat, orderly, and indexed. Separate shop drawing
submittals shall be made for each of the following:
a. Control panels
b. Instrumentation
3. Refer to specification sections for specific shop drawing requirements.
4. Submit a complete set of engineered drawings for the control panels. These
engineered drawings shall be created using AUTOCAD, or an equivalent CADD
System. The drawing size shall be 11"x17". These drawings shall include, but not be
limited to, the following:
DC WATER PROCESS CONTROL SYSTEM GENERAL PROVISIONS
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 40 61 13-4
JULY 6, 2018 ADDENDUM #1
a. Control panel drawings to scale, including elevation, details, front and back
panel layout, and wiring diagrams showing terminal numbers and
interconnecting wiring. The control panel layout drawings shall include
dimensions for the location of all panel-mounted devices.
b. Loop drawings conforming to ISA-S5.4. Loop drawings shall be complete
from the pump local control panels and EPM remote I/O cabinets to field
devices.
c. Information for all exterior and interior panel mounted equipment including:
1) Bill of materials with equipment names, manufacturers complete
model numbers and locations.
2) Catalog cuts sheets, including complete part number breakdown
information.
3) Complete technical, material and environmental specifications.
4) Assembly drawings.
5) Mounting Requirements.
6) Nameplates.
7) Environmental requirements during storage and operation.
d. Submit panel wiring diagrams showing power, signal, and control wiring,
including surge protection, relays, courtesy receptacles, lighting, wire size
and color coding, etc.
C. Service Manuals
1. Submit Service Manuals for installation, operation, and maintenance of
equipment, and parts list for Division 40 equipment listed in Section 01 75 20 –
Service Manuals.
1.6 QUALITY ASSURANCE
A. All components shall be new and of the most current and proven design. All components shall
be suitable for the intended application and shall be installed and wired in strict accordance
with the manufacturer's requirements. Provide all necessary transformers, power supplies,
fusing, and grounding required to meet the manufacturer's requirements.
B. The complete system shall comply with all Federal, State, Municipal, or other authority's
laws, rules, or regulations.
C. All control panels, and their components and materials, shall bear the label of the
Underwriters’ Laboratory. All control panels shall be UL listed as a complete assembly.
D. The Contractor’s bid shall be based on providing the manufacturers specified under Division
40 for all equipment furnished.
PART 2 PRODUCTS
DC WATER PROCESS CONTROL SYSTEM GENERAL PROVISIONS
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 40 61 13-5
JULY 6, 2018 ADDENDUM #1
Not Applicable
PART 3 EXECUTION
3.1 COORDINATION
A. The Contractor shall schedule an initial coordination meeting with DC Water to review the
scope of the project and the project schedule.
B. The Contractor shall coordinate schedule and installation/startup requirements with DC
Water, EPM and with the pump supplier to ensure that all work is completed in a timely
and efficient manner, with minimal disruption to DC Water operations.
C. The Contractor shall include in the Construction Schedule all project milestones as well as
delivery and installation dates for submittals and equipment provided by EPM under
Section 40 95 23.
D. The Contractor shall provide as a minimum two (2) one-day field trips for assistance in
checkout and startup of the SRPS local control panels using the pump supplier’s field
personnel for the purpose of testing the interface to the PCS. Each day shall consist of an 8-
hour day. Contractor shall coordinate said field trips with DC Water during construction.
3.2 TESTING
A. The Contractor shall perform factory acceptance testing, field testing and acceptance testing
of the system and demonstrate compliance with the contract documents.
B. The Contractor shall conduct a factory acceptance test for the pump control panels prior to
shipment of the equipment. The factory test shall be conducted at the supplier's facility and
shall demonstrate the control system was designed and performs in accordance with the
specifications and drawings.
C. Provide all necessary equipment and hardware required to conduct the factory test.
D. The factory acceptance test shall demonstrate the proper operation of all control logic
described in the contract documents. The factory test shall be witnessed by DC Water.
E. Field testing shall include system start-up to ensure that the system is safely placed into
operation. Primary elements shall be calibrated and tested. This shall include running tests to
prove that the system is capable of continuously, safely and reliably monitored as required by
the Contract.
F. The Contractor shall ensure that all mechanical equipment, equipment control panels, field
instrumentation, and related equipment are checked and tested for proper installation and
operation.
DC WATER PROCESS CONTROL SYSTEM GENERAL PROVISIONS
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 40 61 13-6
JULY 6, 2018 ADDENDUM #1
G. The Contractor shall ensure that the electrical subcontractor conforms to the start-up, test and
sign-off procedures.
H. Prior to control system startup and testing, test each monitoring and control loop on an
individual basis from the primary element to the final element, including the PCS, for
continuity and for proper operation and calibration.
3.3 RECORD DRAWINGS
A. Submit the required number of record or as-built drawings for the pump control panels prior
to the delivery of any equipment to the site. Provide an as-built drawing in the control panel.
B. Following start-up and commissioning of the system, make all necessary changes to the as-
built drawings and re-submit required number of final as-built drawings. A final as-built
drawing shall also be provided in the control panel.
3.4 SYSTEM INSTALLATION, START-UP AND COMMISSIONING
A. System Installation:
1. Ensure the system is installed, tested and started up in accordance with the
specifications and the manufacturer's requirements.
2. Perform field wiring to the equipment furnished under this division under the
electrical portion of the contract unless noted otherwise on the drawings.
B. Loop Check-out:
1. Perform a loop check-out of each loop to verify that the wiring and programming
for the I/O point is correct up to the PCS-DCU/RIO cabinet. Provide loop check-
out sheets to be used for the record sign-off for each loop. DC Water will witness
loop testing. Coordinate loop check with DC Water, provide two weeks’ notice
for scheduling loop checkouts.
C. System Start-Up:
1. Start-up the control system by energizing the system equipment and testing the
operation of all hardware, software, process control logic, and all customized
software programs.
2. All start-up and testing shall be scheduled, performed in an orderly sequence, and
conducted in the presence of and to the satisfaction of DC Water.
D. System Commissioning:
1. Calibrate all instrumentation and place the complete pump station control system into
operation. The commissioning of the system shall include the overall calibration and
tuning of all control loops and sequences to provide stable control of the process.
The validity of all inputs and outputs for the system shall be checked and verified
during the system commissioning.
DC WATER PROCESS CONTROL SYSTEM GENERAL PROVISIONS
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 40 61 13-7
JULY 6, 2018 ADDENDUM #1
3.5 FINAL ACCEPTANCE TEST
A. Following the commissioning of the pump station controls, and the issuance of the Certificate
of Substantial Completion to the Contractor by DC Water, a final acceptance test shall be
conducted in accordance with Section 01 75 00 – Operational Demonstration. This test shall
be scheduled with DC Water and shall not be started until the Contractor receives written
approval to start. During that time period, the system shall operate satisfactorily and in
compliance with the specifications. The Contractor shall promptly correct any problems that
occur during the acceptance test, within a time period of 8 hours.
3.6 TRAINING
A. During the final acceptance test, train DC Water personnel in the operational procedures of
the system. At the end of this period, the personnel shall have sufficient knowledge to operate
the system.
B. This training shall consist of four two-hour training sessions, with each session being
performed for each shift. This training shall be in addition to the training specified in other
Division 40 sections.
C. Refer to Section 01 79 00 for additional requirements.
PART 4 MEASUREMENT AND PAYMENT
4.1 MEASUREMENT
A. The Process Control System General Provisions will not be measured separately for payment.
4.2 PAYMENT
A. Payment for Process Control System General Provisions shall be considered incidental and
included in the lump sum price bid for items of which it is a part.
~ END OF SECTION 40 61 13 ~
DC WATER PROCESS CONTROL SYSTEM GENERAL PROVISIONS
IFB # 150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 40 61 13-8
JULY 6, 2018 ADDENDUM #1
THIS PAGE IS INTENTIONALLY LEFT BLANK
DC WATER CONTROL SYSTEM EQUIPMENT PANELS AND RACKS
IFB #150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 40 67 00 - 1
JULY 6, 2018 ADDENDUM #1
SECTION 40 67 00
CONTROL SYSTEM EQUIPMENT PANELS AND RACKS
PART 1 GENERAL
1.1 SUMMARY
A. Furnish, test, install and place in satisfactory operation the control enclosures, with all spare
parts, accessories, and appurtenances as specified herein and as shown on the Drawings.
B. Control enclosures shall be assembled, wired, and tested. All components and all necessary
accessories such as power supplies, conditioning equipment, mounting hardware, signal input
and output terminal blocks, and plug strips that may be required to complete the system shall
be provided.
1.2 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 01 Specifications Sections, apply to this Section.
B. Specifications throughout all Divisions of the Project Manual are directly applicable to
this Section, and this Section is directly applicable to them.
1.3 RELATED SECTIONS
A. Section 01 33 00: Submittals
B. Section 01 75 20: Service Manual
C. Section 01 79 00: Operation Maintenance Training
D. Section 01 91 00: Equipment System Commissioning
E. Section 40 61 13 Process Control System General Provisions
F. Section 40 61 93: Process Control System Input-Output List
G. Section 40 70 00: Instrumentation for Process Systems
H. Section 43 26 13: Submersible Non-Clog Pumps
1.4 REFERENCES
A. Regulations and Standards:
NEMA National Electrical Manufacturers Association
UL Underwriters' Laboratories
DC WATER CONTROL SYSTEM EQUIPMENT PANELS AND RACKS
IFB #150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 40 67 00 - 2
JULY 6, 2018 ADDENDUM #1
1.5 SUBMITTALS
A. Shop Drawings:
1. Submit shop drawings on the panel in accordance with the requirements of the
Specifications. Shop drawings shall be complete in all respects and shall include a
complete bill of material, catalog information, descriptive literature of all
components, wiring diagrams, and panel layout drawings showing dimensions for all
devices.
2. Submit loop drawings in DC Water standard format for all signals from the
manufacturer supplied pump control panels and the Emerson PCS for use by DC
Water in configuring the PCS.
B. Service Manuals
1. Submit Service Manuals for installation, operation, and maintenance of
equipment, and parts list for Division 40 equipment listed in Section 01 75 20 –
Service Manuals.
1.6 QUALITY ASSURANCE
A. The panel components shall be of the most current 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 panel. The components provided by the Contractor shall be compatible with
the functions required and shall form a complete working system.
B. Panels shall be UL listed as a complete assembly in accordance with UL-508.
PART 2 PRODUCTS
2.1 PANEL ENCLOSURE AND COMPONENTS
A. Pump Control Panel Enclosure:
1. The enclosure for the pump control panel shall be designed and sized in accordance
with the requirements of the Drawings and as specified herein.
2. The panel shall be Stainless Steel NEMA 4X, as manufactured by Hoffman or equal.
3. The panel components shall be properly identified with an engraved nameplate
mounted on the inside of the panel. All components not mounted on the front of the
panel shall be mounted to a subpanel. All wiring shall be installed in a neat,
workmanlike manner and shall be grouped, bundled, supported and routed
horizontally and vertically to provide a neat appearance. Provide Panduit inside the
enclosure for wire management. All wires leaving the panel shall be terminated at
the terminal strips inside the enclosure. Terminals and wires shall be identified in
accordance with the Supplier's panel wiring diagrams.
4. Provide a copper grounding plate inside the panel for terminating all ground wires.
5. Provide a plastic data pocket in the panel.
6. Provide thermostatically controlled heater suitable for maintaining the temperature
inside the enclosure at a minimum of 50 degrees F.
DC WATER CONTROL SYSTEM EQUIPMENT PANELS AND RACKS
IFB #150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 40 67 00 - 3
JULY 6, 2018 ADDENDUM #1
7. Panel shall be UL listed.
8. Quick disconnects shall be provided for all power and control cables connecting to
the pump control panel from the pumps. Quick disconnect manufacturer shall be
Meltric or approved equal. Coordinate quick disconnect plug and receptacles with
Section 43 26 13 - Submersible Non Clog Pumps.
9. Construction
a. The base shall be formed of steel channels, with flanges extending
upwards. The base shall be provided with 1/2 inch diameter holes at 12
inch centers so that the base can be bolted to the concrete equipment base.
Welds, seams, and edges on all exposed surfaces shall be ground smooth.
Suitable lifting facilities shall be provided for handling and shipment.
10. Structure
a. Panel structure shall be suitably braced and of sufficient strength to
support all equipment mounted on or within, to withstand handling and
shipment, to remain in proper alignment, and to be rigid and freestanding.
Top, sides, and back shall be fabricated from USS 10 gage or heavier
stainless steel sheets, with stationary back suitable for back to wall
installation.
11. Panel Front
a. The front shall be a hinged door, or doors, with mounted instruments and
control devices, fabricated from USS 10 gage stainless steel sheet and
suitably braced and supported to maintain alignment. Panels with hinged
fronts shall be of sufficient width to permit door opening without
interference with rear projection of flush mounted instruments.
12. Doors
a. Doors shall be essentially full height, having turned back edges and
additional bracing to ensure rigidity and prevent sagging. Doors shall be
mounted with strong, continuous, piano type hinges. Positive latches,
acting from a common door handle, shall hold doors securely compressed
at top, side, and bottom against rubber gaskets.
13. Mounted Instruments
a. Panel doors shall be suitably reinforced between mounting cutouts and
drilling to support instruments and devices without deformation and shall
be free from waves and other imperfections.
b. Panel instruments and control devices shall be arranged in a logical
configuration for the plant operators. Control switches shall be within 6
feet and 2'-6" above the base of the panel. Indicators may be located
within 2'-6" and 6'-6" above the base of the panels.
14. Conduit Entrance
a. The panel shall be drilled to accommodate external wiring and conduit to
be installed from below.
15. Interior Lighting
a. Illumination of panel interiors shall be provided by ceiling mounted lamp
fixtures near the door. Fixtures shall be nominal 40-watt fluorescent tube
type, with an "On-Off" switch near the door. Duplex-grounded
receptacles shall be provided for service and maintenance tools. The
DC WATER CONTROL SYSTEM EQUIPMENT PANELS AND RACKS
IFB #150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 40 67 00 - 4
JULY 6, 2018 ADDENDUM #1
lighting and receptacle circuit shall be fused separately from the
instrumentation systems.
B. Control Circuit Breakers:
1. Control circuit breakers shall be quick-make, quick-break thermal magnetic molded
case type, individually mounted and identified. Circuit breakers shall be Allen-
Bradley Bulletin 1492-CB.
C. Transient Voltage Surge Suppressor:
1. Provide a 120 volt, 1 phase transient voltage surge suppressor in the panel to protect
the panel components from damage which may occur from transient overvoltages
caused by lightning or surges on the incoming power line.
2. The surge suppressor shall use high speed silicon avalanche diodes as the
suppression devices and shall have an indication light and alarm contact to indicate if
the unit has failed.
3. Surge suppressor shall be Transtector Model ACP 100BW3R, or equal by Phoenix
Contact.
D. 24 Volt DC Power Supplies: (if required)
1. 24 volt DC power supplies shall be mounted in panel, to supply 24 volt DC power
for the 24 volt DC programmable controller inputs and for the 2-wire
instrumentation. The power supplies shall be sized as required plus 50% spare
capacity.
2. 24 volt DC power supplies shall be Allen-Bradley Bulletin 1606, or equal by Sola.
E. Selector Switches:
1. Selector switches shall be 30.5mm, heavy-duty, non-illuminated. Switches shall have
double-break silver contacts. Switches shall be maintained contact type unless
otherwise indicated on the Drawings. Provide auxiliary contact blocks on switches
where indicated on the Drawings or in the Description of Operation. Provide a gray
legend plate for each switch with white engraving as indicated on the Drawings.
Selector switches shall be Allen-Bradley Bulletin 800H, NEMA Type 4X.
F. Push Buttons:
1. Push buttons shall be 30.5mm, heavy-duty, non-illuminated. Push buttons shall have
double-break silver contacts. Push buttons shall be momentary contact type and shall
be color-coded as indicated on the Drawings. Stop push buttons shall have extended
heads. All other push buttons shall have flush heads. Provide a gray legend plate for
each push button with white engraving as indicated on the Drawings. Push buttons
shall be Allen-Bradley Bulletin 800H, NEMA Type 4X.
G. Pilot Lights:
1. Pilot lights shall be 30.5mm, heavy-duty, push to test, transformer type with LED
lamps. Voltage rating shall be 120 volts. Lens color shall be as indicated on the
Drawings. Provide a gray legend plate for each pilot light with white engraving as
indicated on the Drawings. Pilot lights shall be Allen-Bradley Bulletin 800H, NEMA
Type 4X.
DC WATER CONTROL SYSTEM EQUIPMENT PANELS AND RACKS
IFB #150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 40 67 00 - 5
JULY 6, 2018 ADDENDUM #1
H. Relays:
1. Relays shall be heavy-duty general-purpose type with 10 amp contacts. Relays shall
have terminals, which plug-in to a socket, mounted to the inside of the panel
enclosure. Terminals for relays having AC coils shall be pin type, and terminals for
relays having DC coils shall be blade type. Contact configuration shall be 3PDT.
2. Relay coils shall operate on 120 volts AC, unless indicated otherwise on the
Drawings. Relays shall have an indicator light to indicate the relay coil is energized.
Relays shall be Idec RR Series.
3. Intrinsically Safe Relays and Barriers – Intrinsically safe relays and barriers shall
be provided where required to interface with equipment such as level devices that
are located in NFPA-classified hazardous areas. Intrinsically safe relays and
barriers shall be FM approved and shall be manufactured by Pepperl and Fuchs,
Crouse Hinds, Square D, or equal.
I. Fuses:
1. All fuses shall be sized as required for the circuit they are protecting. Fuses shall be
Bussmann, touch-safe type, or equal.
J. Terminal Blocks:
1. Terminal blocks shall be provided in each control panel for terminating field wiring.
All terminal blocks shall be rated for 600 volts AC, and shall be identified with a
permanent machine printed marking in accordance with the terminal numbers shown
on the panel wiring diagrams.
2. A maximum of two wires shall be provided per terminal block.
3. Terminal blocks for 24vdc inputs shall be blue.
4. Provide 20% spare terminal blocks in the control panel.
5. Terminal blocks shall be Allen-Bradley Bulletin 1492-W4, or equal.
K. Wiring:
1. All wiring shall be stranded copper. Control wiring shall be 14 gauge, 600 volt, Type
MTW. Power wiring shall be 600 volt, Type MTW, sized as required.
2. All analog signal wiring shall be 16 gauge twisted pairs with foil shield and drain
wire, with 300 volt, 90°C insulation. Drain wires shall be grounded at one end only.
3. All wiring and terminal strips shall be isolated by voltage levels to the greatest extent
possible.
4. Wiring shall be continuous with no splices.
5. All wiring shall conform to the following color code:
6. 120 volt, 1 phase: Black, White
7. 24 vdc: Blue
8. 120 VAC Control Wires: Red
9. Ground Wires: Green
10. 120 VAC control wires energized from a source external to the panel power source
shall be yellow.
11. All control wiring shall be tagged at each end with a legible permanent coded wire-
marking sleeve. Sleeves shall be white PVC tubing with machine printed black
marking. Markings shall be in accordance with the wire numbers shown on the
control wiring diagrams, and shall match terminal strip numbers.
DC WATER CONTROL SYSTEM EQUIPMENT PANELS AND RACKS
IFB #150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 40 67 00 - 6
JULY 6, 2018 ADDENDUM #1
L. Nameplates:
1. Provide laminated phenolic nameplate on the front of the panel. Nameplate shall be
black with white engraved letters. Engraving shall be as indicated on the Drawings.
Minimum size of engraving shall be 1/4".
2.2 SPARE PARTS
A. Provide the following spare parts for the control panel:
1. Two (2) 24 volt DC power supplies for each size utilized
2. Two (2) general purpose relays for each type utilized
3. Six (6) fuses for each size and type utilized
B. Spare parts shall be packaged individually in boxes that are clearly labeled with part name and
manufacturer's part/stock number.
PART 3 EXECUTION
3.1 FIELD SERVICES
A. Start-up and Testing:
1. Test the operation of the control panel and all controls. All start-up and testing shall
be performed in the presence of DC Water.
B. Training:
1. Provide on-site training for DC Water personnel on the operation of the control panel
as specified in Sections 01 79 00 and 43 26 13.
PART 4 MEASUREMENT AND PAYMENT
4.1 MEASUREMENT:
A. Work for Control System Equipment Panels and Racks will not be measured separately
for payment.
4.2 PAYMENT:
A. Payment for Control System Equipment Panels and Racks shall be considered incidental and
included in the lump sum price bid for items of which it is a part.
~ END OF SECTION 40 67 00 ~
DC WATER CONTROL SYSTEM EQUIPMENT PANELS AND RACKS
IFB #150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 40 67 00 - 7
JULY 6, 2018 ADDENDUM #1
THIS PAGE INTENTIONALLY LEFT BLANK
DC WATER REMOTE INPUT-OUTPUT CABINET
IFB #150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 40 95 23 - 1
JULY 6, 2018 ADDENDUM #1
SECTION 40 95 23
REMOTE INPUT-OUTPUT CABINET
PART 1 GENERAL
1.1 SUMMARY
A. Furnish, test, and deliver to the Contractor for installation and wiring the remote input-output
(RIO) cabinet, with all accessories and appurtenances as specified herein and as shown on the
Drawings.
B. The RIO cabinet shall be assembled, wired, and tested. All remote I/O hardware components
and all necessary accessories such as power supplies, conditioning equipment, mounting
hardware, signal input and output terminal blocks, and plug strips that may be required to
complete the system shall be provided.
C. All work specified under this Section shall be furnished by Emerson Process Management
(EPM). No substitutions shall be accepted.
1.2 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 01 Specifications Sections, apply to this Section.
B. Specifications throughout all Divisions of the Project Manual are directly applicable to
this Section, and this Section is directly applicable to them.
1.3 RELATED SECTIONS
A. Section 01 33 00: Submittals
B. Section 01 75 20: Service Manual
C. Section 01 79 00: Operation Maintenance Training
This Specification Section includes the provision of various equipment and services to be provided by Emerson
Process Management Power and Water Solutions (EPM or Emerson). Such equipment and services, as detailed
in this Section, shall be provided as a part of the Plant-wide Stormwater Drainage Improvements (PWDI) work
scope under a subcontract agreement with the PWDI Contractor. Emerson’s fixed price amounts of this
subcontract agreement are indicated in the PWDI Bidder’s Schedule of Prices as a line-item “Lump Price
Allowance”. The Emerson Scope of Work to be provided is included as Appendix D. (The Emerson Scope of
Work and Price reflects all changes and additions made by this addendum.)
The Emerson Scope also may include specific terms and conditions which may differ from those applied to the
PWDI Contract. Such terms and conditions have been accepted by the Authority and are not subject to further
negotiation or adjustment by the PWDI Contractor. In the case where there is a difference between the Emerson
Scope of Work in Appendix D and the requirements in the Specifications Section, the Contractor is required to
supply and install.
DC WATER REMOTE INPUT-OUTPUT CABINET
IFB #150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 40 95 23 - 2
JULY 6, 2018 ADDENDUM #1
D. Section 01 91 00: Equipment System Commissioning
E. Section 26 00 00: Basic Electrical Materials & Methods
F. Section 40 61 13: Process Control System General Provisions
G. Section 40 61 93: Process Control System Input-Output List
1.4 REFERENCES
A. Regulations and Standards:
NEMA National Electrical Manufacturers Association
UL Underwriters' Laboratories
1.5 SUBMITTALS
A. Shop Drawings:
1. Shop drawings shall be in accordance with Section 01 33 00 - Submittals. Shop
drawings shall be complete in all respects and shall include a complete bill of
material, catalog information, descriptive literature of all components, wiring
diagrams, and panel layout drawings showing dimensions for all devices.
B. Service Manuals
1. Submit Service Manuals for installation, operation, and maintenance of
equipment, and parts list for Division 40 equipment listed in Section 01 75 20 –
Service Manuals.
1.6 QUALITY ASSURANCE
A. The panel components shall be of the most current 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 panel. The components provided by the Contractor shall be compatible with
the functions required and shall form a complete working system.
B. Panels shall be UL listed as a complete assembly in accordance with UL-508.
PART 2 PRODUCTS
2.1 PANEL ENCLOSURE AND COMPONENTS
A. Remote I/O Cabinet
1. Construction
a. Panel construction shall be an indoor, dust-tight, completely enclosed
cubicle formed from steel structural members and steel plates. The base
shall be formed of steel channels, with flanges extending upwards. The
base shall be provided with 1/2 inch diameter holes at 12 inch centers so
that the base can be bolted to the concrete equipment base. Welds, seams,
DC WATER REMOTE INPUT-OUTPUT CABINET
IFB #150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 40 95 23 - 3
JULY 6, 2018 ADDENDUM #1
and edges on all exposed surfaces shall be ground smooth. Suitable
lifting facilities shall be provided for handling and shipment.
2. Structure
a. Panel structure shall be suitably braced and of sufficient strength to
support all equipment mounted on or within, to withstand handling and
shipment, to remain in proper alignment, and to be rigid and freestanding.
Top, sides, and back shall be fabricated from USS 10 gage or heavier
carbon steel sheets, with stationary back suitable for back to wall
installation, or designed for rear access with hinged back doors. Doors
shall not be greater than 24 inches wide or spaced not greater than 36
inches center to center. Rear access doors shall be fabricated from USS
14 gage or heavier carbon steel.
3. Panel Front
a. The front shall be a hinged door, or doors, with mounted instruments and
control devices, fabricated from USS 10 gage carbon steel sheet and
suitably braced and supported to maintain alignment. Panels with hinged
fronts shall be of sufficient width to permit door opening without
interference with rear projection of flush mounted instruments.
4. Doors
a. Doors shall be essentially full height, having turned back edges and
additional bracing to ensure rigidity and prevent sagging. Doors shall be
mounted with strong, continuous, piano type hinges. Positive latches,
acting from a common door handle, shall hold doors securely compressed
at top, side, and bottom against rubber gaskets.
5. Conduit Entrance
a. The top shall be provided with nominal 1 square foot removable access
plates, which may be drilled to accommodate external wiring and conduit
to be installed from above.
6. Size and Arrangement
a. Panel dimensions and general instrument arrangement shall be as
indicated on the Drawings or in the equipment schedules attached to this
section.
7. Interior Lighting
a. Illumination of panel interiors shall be provided by ceiling mounted lamp
fixtures spaced at approximately 2'-6" and near the door. Fixtures shall
be nominal 40-watt fluorescent tube type, with a common "On-Off"
switch near each end door. Duplex-grounded receptacles shall be
provided for service and maintenance tools at spacing not greater than 5
feet throughout the length of a panel. The lighting and receptacle circuit
shall be fused separately from the instrumentation systems.
8. Remote I/O Hardware
a. Refer to Section 40 95 23 – Process Control Input-Output Modules for
requirements for remote I/O hardware.
9. Manufacturer
a. RIO cabinet shall match in all applicable respects the existing RIO
cabinets currently installed on site, which were supplied/installed by
DC WATER REMOTE INPUT-OUTPUT CABINET
IFB #150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 40 95 23 - 4
JULY 6, 2018 ADDENDUM #1
Emerson Process Management (EPM). RIO panels shall be the same size
and color of the existing RIO cabinets, and shall be provided with fittings
and other appurtenances to match existing.
b. Remote I/O cabinet shall be procured from EPM. No substitutions will
be permitted.
B. Remote I/O Hardware
1. Digital Input Modules
a. Digital input modules shall be 16-point modules, shall sense voltages
between 100 and 130 volts ac and shall have LED indicators for each
point to display the status of the field contact. Each input module shall be
suitable for being connected to a separate voltage source and return.
Digital input modules shall provide complete electrical isolation between
individual inputs. Standard Ovation digital input modules shall be
provided consistent with currently installed hardware provided under
previous DC Water projects.
b. Eight (8) digital input modules shall be provided in the new remote I/O
cabinet.
2. Digital Output Modules
a. Digital output modules shall be 16-point modules, shall control voltages
from 100 and 130volts ac and shall be rated at least 1 ampere. Digital
output modules shall provide complete electrical isolation between
individual output circuits. Digital outputs shall be provided by an
interposing relay as an integral component of the digital output module.
Standard Ovation digital output modules shall be provided consistent with
currently installed hardware provided under previous DC Water projects.
b. Three (3) digital output modules shall be provided in the new remote I/O
cabinet.
3. Analog Input Modules
a. Analog input modules shall accept linear 4-20 mA dc signals from field
transmitters, configurable for loop or field power. Analog to digital
conversion accuracy shall be at least 12-bit (04095 count) resolution.
Analog input modules shall have eight inputs. Each input shall be fully
isolated from the other inputs. Standard Ovation analog input modules
shall be provided consistent with currently installed hardware provided
under previous DC Water projects. Ovation analog inputs shall be HART
compatible.
b. Three (3) analog input modules shall be provided in the new remote I/O
cabinet.
4. Analog Output Modules
a. Analog output modules shall transmit linear 4-20 mA dc signals to field
devices. Loop power for all analog outputs shall be provided by regulated
power supplies in each input/output enclosure and shall be capable of
driving a 0 to 600 ohm load. Digital to analog conversion accuracy shall
be at least 12-bit (0-4095 count) resolution. Analog output modules shall
have eight isolated outputs. Standard Ovation analog output modules shall
be provided consistent with currently installed hardware provided under
previous DC Water projects.
DC WATER REMOTE INPUT-OUTPUT CABINET
IFB #150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 40 95 23 - 5
JULY 6, 2018 ADDENDUM #1
b. Three (3) analog output modules shall be provided in the new remote I/O
cabinet.
C. Control Circuit Breakers:
1. Control circuit breakers shall be quick-make, quick-break thermal magnetic molded
case type, individually mounted and identified. Circuit breakers shall be Allen-
Bradley Bulletin 1492-CB.
D. Power Surge Suppressor:
1. Provide a 120 volt, 1 phase transient voltage surge suppressor in the panel to protect
the panel components from damage which may occur from transient overvoltages
caused by lightning or surges on the incoming power line.
2. The surge suppressor shall use high speed silicon avalanche diodes as the
suppression devices and shall have an indication light and alarm contact to indicate if
the unit has failed.
3. Surge suppressor shall be Transtector Model ACP 100BW3R, or equal by Phoenix
Contact.
E. 24 Volt DC Power Supplies: (if required)
1. 24 volt DC power supplies shall be mounted in panel, to supply 24 volt DC power
for the 24 volt DC programmable controller inputs and for the 2-wire
instrumentation. The power supplies shall be sized as required plus 50% spare
capacity.
2. 24 volt DC power supplies shall be Allen-Bradley Bulletin 1606, or equal by Sola.
F. Relays:
1. Relays shall be heavy-duty general-purpose type with 10 amp contacts. Relays shall
have terminals, which plug-in to a socket, mounted to the inside of the panel
enclosure. Terminals for relays having AC coils shall be pin type, and terminals for
relays having DC coils shall be blade type. Contact configuration shall be 3PDT.
2. Relay coils shall operate on 120 volts AC, unless indicated otherwise on the
Drawings. Relays shall have an indicator light to indicate the relay coil is energized.
Relays shall be Idec RR Series.
3. Intrinsically Safe Relays and Barriers – Intrinsically safe relays and barriers shall
be provided where required to interface with equipment such as level devices that
are located in NFPA-classified hazardous areas. Intrinsically safe relays and
barriers shall be FM approved and shall be manufactured by Pepperl and Fuchs,
Crouse Hinds, Square D, or equal.
G. Fuses:
1. All fuses shall be sized as required for the circuit they are protecting. Fuses shall be
Bussmann, touch-safe type, or equal.
H. Terminal Blocks:
1. Terminal blocks shall be provided in each control panel for terminating field wiring.
All terminal blocks shall be rated for 600 volts AC, and shall be identified with a
permanent machine printed marking in accordance with the terminal numbers shown
on the panel wiring diagrams.
DC WATER REMOTE INPUT-OUTPUT CABINET
IFB #150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 40 95 23 - 6
JULY 6, 2018 ADDENDUM #1
2. A maximum of two wires shall be provided per terminal block.
3. Terminal blocks for 24vdc inputs shall be blue.
4. Provide 20% spare terminal blocks in the control panel.
5. Terminal blocks shall be Allen-Bradley Bulletin 1492-W4, or equal.
I. Wiring:
1. All wiring shall be stranded copper. Control wiring shall be 14 gauge, 600 volt, Type
MTW. Power wiring shall be 600 volt, Type MTW, sized as required.
2. All analog signal wiring shall be 16 gauge twisted pairs with foil shield and drain
wire, with 300 volt, 90°C insulation. Drain wires shall be grounded at one end only.
3. All wiring and terminal strips shall be isolated by voltage levels to the greatest extent
possible.
4. Wiring shall be continuous with no splices.
5. All wiring shall conform to the following color code:
6. 120 volt, 1 phase: Black, White
7. 24 vdc: Blue
8. 120 VAC Control Wires: Red
9. Ground Wires: Green
10. 120 VAC control wires energized from a source external to the panel power source
shall be yellow.
11. All control wiring shall be tagged at each end with a legible permanent coded wire-
marking sleeve. Sleeves shall be white PVC tubing with machine printed black
marking. Markings shall be in accordance with the wire numbers shown on the
control wiring diagrams, and shall match terminal strip numbers.
J. Nameplates:
1. Provide laminated phenolic nameplate on the front of the panel. Nameplate shall be
black with white engraved letters. Engraving shall be as indicated on the Drawings.
Minimum size of engraving shall be 1/4".
PART 3 EXECUTION
3.1 FACTORY TESTING
A. Conduct a factory acceptance test for the Remote I/O Cabinet prior to shipment of the
equipment. The factory test shall be conducted at the supplier's facility and shall
demonstrate the cabinet was designed and performs in accordance with the specifications
and drawings.
B. Provide all necessary equipment and hardware required to conduct the factory test.
C. The factory acceptance test shall demonstrate the proper operation of all hardware specified in
the contract documents. The factory test shall be witnessed by DC Water.
3.2 FIELD SERVICES
A. Start-up and Testing:
DC WATER REMOTE INPUT-OUTPUT CABINET
IFB #150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 40 95 23 - 7
JULY 6, 2018 ADDENDUM #1
1. Assist DC Water in the startup and testing of the Remote I/O Cabinet. All start-up
and testing shall be performed in the presence of DC Water.
PART 4 MEASUREMENT AND PAYMENT
4.1 MEASUREMENT:
A. Work for Remote Input-Output Cabinets will not be measured separately for payment.
4.2 PAYMENT:
A. The RIO Cabinet Supplier’s lump sum price for furnishing RIO equipment, submittals, and
testing specified herein is included in the Schedule of Prices as an Allowance.
~ END OF SECTION 40 95 23 ~
DC WATER REMOTE INPUT-OUTPUT CABINET
IFB #150150 – PLANT-WIDE STORMWATER DRAINAGE IMPROVEMENTS 40 95 23 - 8
JULY 6, 2018 ADDENDUM #1
THIS PAGE INTENTIONALLY LEFT BLANK
appendix D
ALLOWAnCES
June 26, 2018 Subject: DC Water Plant-wide Stormwater Pump Stations Emerson Process Management Power & Water Solutions, Inc. Offer No. WAM18060092 Rev.2 Dear Contractor: Emerson Process Management Power & Water Solutions, Inc. (Emerson) is pleased to submit this offer for the subject project. This offer is based upon an email from DC Water on June 12, and any clarifications or exceptions submitted with this offer. Overview DC Water is building two new storm runoff pump stations and would like to include the monitoring of those pumps in the existing Ovation distributed control system (DCS). This offer includes the hardware and hardware-related submittals for interfacing the new pumps with the existing Ovation DCS. Hardware Emerson’s offer includes the following hardware.
Item Description Quantity
1 NEMA 12 Ventilated I/O Expansion Cabinet (78x24x24) 1
2 I/O Bus Terminators 2
3 I/O Bus Terminators 2
4 I/O Termination Bases - 2 slot 10
5 4 - 20mA High Performance HART Analog Input Module 3
6 4 - 20mA High Performance HART Analog Output Module 3
7 125 VAC/VDC Differential Compact Digital Input Module 8
8 Relay Output Panel with 16 G2R Form C Relays 3
9 Miscellaneous Cabinet Hardware (15’ set of cables, lighting, etc.) 1
Engineering Services Emerson’s offer includes the following engineering services:
• Project management o Project schedule o Project oversight o Components sourcing
Emerson Power & Water Solutions 200 Beta Drive Pittsburgh, PA 15238 Tel 1 (412) 963-4000
Page 2
• Submittals o Shop drawings o Update existing system layout o Update existing O&M manuals
• Cabinet assembly and signature test General Exclusions
1. Except for the materials specifically defined in Emerson’s bill of material, all materials are excluded
from Emerson’s scope of supply.
2. This offer does not include any programming, startup, factory acceptance testing, field testing, or training.
3. Database, graphics, and controls submittals are not included. 4. Receipt, storage, setting in place, installation and/or termination of any equipment or instrumentation. 5. Development of loop drawings. 6. Taxes, fees, permits and licenses. 7. Factory acceptance testing. 8. Emerson assumes that the expansion cabinet will be placed at a maximum of 30 feet in cable distance
(Max allowed) of existing RIO cabinet in the electrical building.
Thank you for the opportunity to submit this offer. Should you have any questions or require additional information, please feel free to contact your local representative, Greg Lippert, at 412-551-0847 or me at 412-963-3871. Regards,
Daniel Kippelen
Daniel Kippelen Senior Proposal Engineer Emerson Process Management Power & Water Solutions, Inc. Attachments: Commercial Description
Page 3
Commercial Description This document defines the commercial basis under which Emerson makes this offer.
Terms and Conditions
This offer expressly limits acceptance to the terms of this offer including the terms and conditions set forth in the Framework Agreement 15-PR-DETS-1 between Emerson and DC Water.
Legal Name and Address for Doing Business
Emerson Process Management Power & Water Solutions, Inc.
200 Beta Drive
Pittsburgh, PA 15238
Pricing The price for this scope is: $58,180.
Freight and handling charges are included. Taxes are excluded.
Emerson would like to work with you in developing a mutually agreeable milestone payment schedule. A typical payment schedule is shown below.
Invoices will be issued for each of the following deliverable line items with payment due net 30 days from the date of the invoice. The amount of each invoice shall be calculated by applying the percentages (%) shown below against the total Purchase Order price including any changes.
20% Upon submittal of Hardware Drawings
60% Upon System Shipment
20% Upon System Acceptance
Delivery Emerson will deliver the offered system based upon a mutually agreed upon delivery schedule.
Bid Validity This offer shall remain valid for ninety (90) days from the date of this letter, unless otherwise extended, modified, or withdrawn in writing by Emerson.
Proprietary Information
This offer and any subsequent communications relative to this offer are considered to be proprietary information of Emerson. Accordingly, please do not publish, use, reproduce, transmit, or disclose to others outside your organization any information contained in this offer without prior written consent by Emerson.