You are on page 1of 226

EQUIPMENT 

SUPPLY CONTRACT 

City of Powell River 
 
 
Consolidated Wastewater Treatment Plant 
Secondary Clarifier Equipment Supply 
RFP 2020‐08 

APRIL 2020 

   
City of Powell River 00 01 10
Consolidated Wastewater Treatment Plant TABLE OF CONTENTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 2

TABLE OF CONTENTS
PAGES

DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS

Section 00 01 07 - Certification Page 1


Section 00 01 10 - Table of Contents 1
Section 00 01 15 - List of Drawings 1
Section 00 11 19 - Request for Proposal 1
Section 00 21 16 - Instructions and Information 10
Section 00 42 00 - Proposal Form 19
Section 00 43 14 - Consent of Surety Company 1
Section 00 43 44 - Equipment Suppliers List 1
Section 00 43 60 - Proposed Variations 1
Section 00 43 86.01 - Schedule of Supply and Delivery 3
Section 00 45 13 - Manufacturer's Experience 2
Section 00 52 00 - Form of Agreement 3
Section 00 61 13.13 - Performance Bond 4
Section 00 72 00 - General Conditions 25
Section 00 73 00 - Supplementary Conditions 4

DIVISION 01 - GENERAL REQUIREMENTS

Section 01 27 00 - Payment Schedule and Warranty 3


Section 01 33 00 - Submittals 4
Section 01 33 00.01 - Submittal Transmittal Form 1
Section 01 42 19 - Reference Standards 3
Section 01 65 00 - Shipment, Protection and Storage 1
Section 01 78 23 - Operating and Maintenance Data 5
Section 01 78 24 - Spare Parts and Maintenance Materials 2
Section 01 79 00 - Training 3
Section 01 87 13 - Equipment, System Performance & Operational Testing 5

DIVISION 03 - CONCRETE

Section 03 15 20 - Anchor Bolts 8

DIVISION 09 - FINISHES

Section 09 97 00 - Special Coatings 11

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\000110.doc:
April 03, 2020
City of Powell River 00 01 10
Consolidated Wastewater Treatment Plant TABLE OF CONTENTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 2

DIVISION 26 - ELECTRICAL

Section 26 05 02 - Electrical: General Requirements 9


Section 26 05 43 - Electrical Installation 13
Section 26 05 80 - Fractional Horsepower Motors 2
Section 26 05 81 - Motors: 0.746 To 149 kW 4

DIVISION 40 - PROCESS INTEGRATION

Section 40 05 71.14 - Elastomeric Inline Check Valve 7


Section 40 05 73.16 - Flap Gate 7
Section 46 43 21 - Circular Clarifier 13
Section 46 43 22 - Secondary Clarifier Mechanism 17
Section 46 43 23 - Density Current Baffle 6

APPENDICES

Appendix A – Drawings
Appendix B – Novation Agreement
Appendix C – Clarifier Schedule

END OF DOCUMENT

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\000110.doc:
April 03, 2020
City of Powell River 00 01 15
Consolidated Wastewater Treatment Plant LIST OF DRAWINGS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 1

DRAWINGS BOUND SEPARATELY

The follow drawings are provided as reference only.

Drawing No. Title

2098-00-P001 GENERAL PLAN AT 16.00, REVISION A


2098-00-P002 GENERAL PLAN AT 22.50, REVISION A
2098-00-P101 BIOREACTOR/CLARIFIER NO. 1 – PLANS (1), REVISION A
2098-00-P102 BIOREACTOR/CLARIFIER NO. 1 – PLAN AT 21.75, REVISION A
2098-00-P301 BIOREACTOR/CLARIFIER NO.1 – SECTION AND 3D VIEW (1), REVISION A
2098-00-P302 BIOREACTOR/CLARIFIER NO.1 – SECTION AND 3D VIEW (2), REVISION A
2098-00-P501 BIOREACTOR/CLARIFIER NO.1 – DETAILS (1), REVISION A
2098-00-P502 BIOREACTOR/CLARIFIER NO. 1 – DETAILS (2), REVISION A
2098-00-P503 BIOREACTOR/CLARIFIER NO. 1 – DETAILS (3), REVISION A
2098-00-D-020 PROCESS PIPING AND INSTRUMENTATION DIAGRAM SECONDARY
CLARIFER 1, REVISION B
2098-00-D-021 PROCESS PIPING AND INSTRUMENTATION DIAGRAM SECONDARY
CLARIFER 2, REVISION B
2098-00-D-022 PROCESS PIPING AND INSTRUMENTATION DIAGRAM SECONDARY
CLARIFER 3, REVISION B
2098-00-D-023 PROCESS PIPING AND INSTRUMENTATION DIAGRAM SECONDARY
CLARIFIER 4, REVISION B

END OF DOCUMENT

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\000115.doc:
April 03, 2020
City of Powell River 00 11 19
Consolidated Wastewater Treatment Plant REQUEST FOR PROPOSAL
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 1

CITY OF POWELL RIVER

REQUEST FOR PROPOSALS ("RFP")


CONSOLIDATED WASTEWATER TREATMENT FACILITY
SECONDARY CLARIFIER EQUIPMENT SUPPLY - RFP 2020-08

Proposals in a sealed package clearly marked for above Supply Contract, will be received at the
offices of City of Powell River, 6910 Duncan Street, Powell River, B.C., V8A 1V4, up to exactly
4:00 p.m., as per the details in Section 00 21 16 – Instructions and Information. Please use the
above RFP description on all correspondence.

It is the sole responsibility of the Proponent to ensure that its proposal is received at the specific
physical location indicated, by the stipulated time. Proposals received at the specific location
after the stipulated time shall be returned to the Proponent unopened.

The Proposals shall be for furnishing all equipment, material, software, and on-site services
except material supplied by the City of Powell River, for the design, supply and installation
support of secondary clarifier equipment, necessary control and instrumentation devices, and
other system appurtenances necessary for complete and functional operation. Services will
include design, manufacturing, testing, supply, commissioning, and operator training.
Installation of the equipment will be led by others, and supported by the selected proponent.

The lowest cost or any proposal will not necessarily be accepted. The City reserves the right to
accept or reject any or all proposals in whole or in part. Proponents may be required to provide
supplementary information after the closing date to support their Proposal.

Technical inquiries may be directed to Nina Esmaeilzadeh, Project Coordinator at Associated


Engineering, Email: esmaeilzadehn@ae.ca

Tom Robinson, M.A.Sc., P.Eng. Nagi Rizk, P.Eng.


Project Manager Manager of Engineering Services
Associated Engineering City of Powell River
#500 – 2889 East 12th Avenue 6910 Duncan Street
Vancouver, BC V5M 4T5 Powell River, BC V8A 1V4

END OF DOCUMENT

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\001119.doc:
April 03, 2020
City of Powell River 00 21 16
Consolidated Wastewater Treatment Plant INSTRUCTIONS AND INFORMATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 10

Part 1 General

1.1 SCOPE
.1 The Owner requests proposals for the design, fabrication, and delivery to site of four (4)
complete secondary clarifier steel tanks, secondary clarifier mechanism equipment, and
related systems and services (the “Goods”). Upon the completion of review of proposals,
it is the intent of the City of Powell River (the “Owner”) to enter into a contract for the
supply of the “Goods” with the successful proponent (i.e. the Supply Contractor) as part
of the Consolidated Wastewater Treatment Facility Project.

.2 The equipment is to be designed fabricated, and delivered with reference to the reference
drawings provided in Appendix A.

.3 Capacity and operating conditions are specified under Section 46 43 21 – Circular


Clarifier Equipment, Section 46 43 22 – Secondary Clarifier Mechanism, Section 46 43
23 – Density Current Baffle, Section 40 05 71,14 – Elastomeric Inline Check Valve, and
40 05 73.16 – Flap Gate.

.4 Installation of the equipment will be undertaken by a General Contractor who will be


retained by the Owner at a later date and supported by the Supply Contractor. The
contract with the Supply Contractor will be novated to the General Contractor’s
agreement once the General Contractor has been selected. The Supply Contractor will
provide support to the General Contractor as identified in the RFP documents.

1.2 DESCRIPTION OF SUPPLY


.1 This RFP is for the design, supply and delivery of the secondary clarifier system and
related systems FOB the Powell River Consolidated Wastewater Treatment Plant site.
The Goods supplied under the proposed contract will be installed by the General
Contractor during the construction stage. The Goods supplied under the proposed
contract shall include, but are not necessarily limited to the following:
.1 Production of design drawings, fabrication of steel tanks and appurtenances, and
shipping to Powell River of secondary clarifier equipment for four (4) complete
and proper functioning systems for secondary clarification of mixed liquor (in
accordance with the reference drawings in Appendix A), including:
.1 Steel perimeter wall fabrications and components as described in Section
46 43 21 – Circular Clarifier
.2 Secondary Clarifier mechanism as described in Section 46 43 22 –
Secondary Clarifier Mechanism.
.3 Protective coatings for steel as described in Section 09 97 00 – Special
Coatings
.4 Motorized components,
.5 Instrumentation devices, and
.6 Other system appurtenances to make a fully functioning system.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\002116.doc:
April 03, 2020
City of Powell River 00 21 16
Consolidated Wastewater Treatment Plant INSTRUCTIONS AND INFORMATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 10

.2 Services to be provided will include, but not limited to 3D modelling, design


drawings, design coordination, shop drawings, fabrication of steel components,
coating, testing, and support services to the General Contractor during
construction and commissioning , field inspection and testing, operator training,
operating and maintenance data and production of record drawings.
.3 Provision of all necessary instructions to ensure satisfactory off-loading, storage,
and installation of the complete package at the Consolidated Wastewater
Treatment Plant site and testing of the Goods supplied. The General Contractor
retained by the Owner will provide all necessary labour, plant and equipment at
the off-load location and lead the installation of the Goods.
.4 Completion of site testing and commissioning of the equipment.
.5 Training of the Owner’s personnel.
.6 As required, and at no cost to the Owner, modification and/or replacement of the
equipment to ensure that performance guarantees provided in the Proponent’s
Proposal are met.
.7 Provision of technical support for and repair of all defects to the equipment, at no
cost to the Owner, during the Warranty Period.
.8 Delivery of the Goods freight pre-paid to FOB Point:
City of Powell River
Consolidated Wastewater Treatment Plant
(Coordinates: 49.8615 N, 124.5469 W; PID: 030-198-861)
.9 Delivery of the Goods to the FOB Point shall be as per the requirements in the
Schedule of Supply and Delivery as the Supply Contractor’s date of delivery of
the Goods to the FOB Point (Section 00 43 86.01) unless agreed with the Owner
in writing. Installation and testing of the Goods shall be at such time as
stipulated by the Owner.
.10 Coordination of the delivery and installation of the Goods with the General
Contractor retained by the Owner.

1.3 CLOSING DATE FOR PROPONENTS RESPONSE


.1 The Owner will accept one (1) hard copy and one (1) digital copy of the Proponent's
Proposal, each in a sealed package, at the following specific physical location not later
than exactly 4:00 p.m. local time on May 12, 2020 (the "Proposal Closing"):
City of Powell River
6910 Duncan Street
Powell River, BC V8A 1V4

It is the sole responsibility of the Proponent to ensure that its proposal and any
amendments are received at the specific location indicated, by the Proposal Closing.
Proposals received at the specific location after the Proposal Closing will not be
considered and will be returned to the Proponent unopened.

.2 Proponents may submit the executed offer electronically.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\002116.doc:
April 03, 2020
City of Powell River 00 21 16
Consolidated Wastewater Treatment Plant INSTRUCTIONS AND INFORMATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 10

.1 Submit one (1) pdf copy of the Proponent’s Proposal, signed with original
signature(s) and corporate sealed where applicable, together with the required
Supplements to Proposal Form via email. Email to be sent to the City of Powell
River at nrizk@powellriver.ca. The email subject line should read “Request for
Proposal RFP 2020-08 Secondary Clarifier Equipment Supply”.
.2 It is the sole responsibility of the proponent to ensure that any electronic
submission has been received by the Owner. The Owner accepts no
responsibility whatsoever for any failed transmission by the Proponent.
.3 Proponents submitting the executed offer electronically must also send the hard
copy of the offer. The hard copy of the executed offer must be received at the
offices of the Owner by May 19, 2020 at 4:00 pm.
.4 Electronic and original paper copies must be identical.
.3 The submission of a proposal constitutes the agreement of the Proponent to be solely
responsible for any and all costs and expenses incurred by it in preparing and submitting
its proposal, including any costs incurred by the Proponent after the Proposal Closing.

1.4 PROPOSAL DOCUMENTS


.1 Proponents are advised to read and respond fully to all sections of the RFP including the
schedules and supplements; an incomplete proposal may be rejected.

1.5 VALIDITY OF PROPOSAL


.1 The Proposal submitted by the Proponent shall be valid for a period of 60 days from the
Proposal Closing, whether another Proposal has been accepted or not.

1.6 ENQUIRIES AND ADDENDA


.1 Enquiries should be addressed to:
Nina Esmaeilzadeh, PMP
Project Coordinator
Associated Engineering (B.C.) Ltd.
#500 – 2889 East 12th Ave.
Vancouver, B.C., V5M 4T5
Email: esmaeilzadehn@ae.ca
.2 Any requests for explanations, interpretations or clarifications made by Proponents must
be submitted in writing to the Engineer not less than three (3) working days prior to the
Proposal Closing.

.3 Any explanations, interpretations or clarifications will be made in the form of Addenda.

.4 All Addenda issued by the Owner shall be incorporated into and become part of the RFP
Documents.

.5 If a Proponent finds any errors, omissions or discrepancies in the RFP Documents, it shall
immediately notify the Engineer in writing.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\002116.doc:
April 03, 2020
City of Powell River 00 21 16
Consolidated Wastewater Treatment Plant INSTRUCTIONS AND INFORMATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 10

.6 No oral explanation, interpretation or clarification of the RFP Documents by any person


whatsoever shall bind the Owner in the interpretation of the RFP Documents.

1.7 COMPLETION OF PROPOSAL


.1 The Proponent shall submit a Proposal that meets the requirements and specifications of
the RFP. If the Proponent wishes to submit a Proposal that varies from the requirements
or specifications, it shall declare in detail in the Proposal where and how its Proposal
varies from the requirements and specifications as per the requirements in Section 00 43
60 – Proposed Variations. The Proponent shall submit a complete Proposal as required
herein.

.2 The Proponent shall complete all applicable RFP Documents in ink or in type.

.3 Unit prices, in Canadian currency, shall be shown for each item specified including
labour rates and shall include all packing, crating, freight, cartage, shipping charges, cost
of unloading supplies at destination, and all tariffs, excise taxes and duties.

.4 The Owner may exclude certain items and services listed in the Schedule of Proposal
Prices after the Proposal Closing.

.5 The Proponent shall carefully review the RFP Documents and all Addenda issued by the
Owner.

.6 The Proposal shall be in accordance with the terms and conditions contained in the RFP
Documents. Any Proposal received which attempts to materially changes these terms
and conditions by, for example, including the Proponent’s standard terms of sale may be
rejected.

.7 If a Proposal contains a defect or fails in some way to comply with the requirements of
the RFP Documents, which in the sole discretion of the Owner is not material, the Owner
may waive the defect and accept the Proposal.

1.8 SOLICITATION
.1 If any director, officer, employee, agent or other representative of a Proponent makes any
representation or solicitation to any director, officer or employee of the Owner with
respect to the Proposal, whether before or after the submission of the Proposal, the Owner
shall be entitled to reject or not accept the Proposal.

1.9 SUBMISSION OF PROPOSALS


.1 No oral transmitted Proposals or amendments to Proposals will be considered.

.2 The Owner will not accept an amendment to a previously submitted Proposal unless:
.1 It is in writing.
.2 It is received at the specific physical location set out in Article 1.3, prior to the
Proposal Closing in a sealed envelope or package on the exterior of which shall

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\002116.doc:
April 03, 2020
City of Powell River 00 21 16
Consolidated Wastewater Treatment Plant INSTRUCTIONS AND INFORMATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 5 of 10

be indicated the name of the Proponent, the name of the Contract and the RFP
Number.
.3 It indicates changes to a Proposal already submitted.
.4 It is signed by the person or persons who signed the original Proposal.
.3 Proponents shall be solely responsible for the completion and delivery of Proposals and
any amendments in the manner and time specified. No extension of the Proposal Closing
will be given to accommodate Proposals or amendments to Proposals that do not comply
with the requirements herein.

1.10 REQUIRED PROPOSAL FORMAT


.1 The Proponent shall submit to the Engineer the following completed and executed
documentation:
.1 Proposal Form, Section 00 42 00, including all Schedules.
.2 Acknowledgment of Receipt of Addenda.
.3 Consent of Surety:
.1 Submit with the Proposal Form a letter of consent on the form provided
in Section 00 43 14, stating that the surety is willing to supply a
Performance Bond, as specified in the contract documents. The issuer
shall be by a company licensed to do business in the Province of British
Columbia.
.4 All other applicable forms. Refer to Article 1.5 of Section 00 42 00 – Proposal
Form.

1.11 VARIATION TO RFP DOCUMENTS


.1 If the Proponent wishes to submit a proposal based on specifications or terms that differ
from the specifications or RFP Documents, it shall show in detail the proposed variations
as per the requirements in Section 00 43 60 – Proposed Variations.

.2 The acceptability of any such variations will be at the Owner’s sole discretion.

.3 Unless otherwise expressly stated in the Proposal Form or corresponding documentation,


the Proponent agrees to accept without reservation or amendment, the whole of the
specifications and RFP Documents.

1.12 EVALUATION METHODOLOGY


.1 The proposal evaluation includes both economic and non-economic evaluation criteria.
The criteria are provided in Article 1.13.

.2 The acceptance of the Proposal by a Letter of Intent, signed by a duly authorized


representative of the Owner, shall be the only method constituting acceptance.

.3 The Owner reserves the right to allocate costs to submissions in areas where the Owner
and Engineer determine that costs have been omitted for any reason. The owner reserves
the right to allocate reasonable costs during the evaluation process to such deficiencies.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\002116.doc:
April 03, 2020
City of Powell River 00 21 16
Consolidated Wastewater Treatment Plant INSTRUCTIONS AND INFORMATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 6 of 10

.4 The proposals will receive further evaluation that may include visits by representatives of
the Owner and/or Engineer, at their own expense, to the Proponent's factory or field
installations to observe fabrication of secondary clarifier equipment and systems similar
to that being proposed.

.5 The Proposal containing the lowest price will not necessarily be accepted. The Owner
reserves without restriction, sole discretion in determining best value and whether or not
any proposal received provides the necessary level of value to the Owner results in the
award of a contract.

1.13 EVALUATION CRITERIA


.1 Proposals will be evaluated based on the parameters identified in the table below
Category Points Description
Lowest price for an acceptable proposal receives 70 points and each
subsequent proponent receives points relative to the lowest price
Capital Cost 70 according to the formula.

Formula: points received = (lowest price x 40) / proposal price


Proponent to provide costs for spare parts, frequency of replacement and
Maintenance provide a complete response to the requirements during maintenance
5 activities (i.e. shutdown of clarifier, draining tanks, confined space entry)
Requirements
as per Schedule C and Schedule D of the Proposal Form.

1) Secondary Clarifier Mechanism References (4 points)


Proponent to provide a list of up to 4 references for the same (or very
similar) secondary clarifier mechanism equipment installations that they
have sold in the last 10 years, for a similar range of flows:
AAF = 9.3 MLD
PIWWF = 60.5 MLD

Engineer will contact all four references, and consider other sources of
information, at its sole discretion.

1 point for each contacted reference, based on reference's overall


References 10
satisfaction and perceived value of the equipment.

2) Steel Fabricated Equipment (6 points)


Proponents to also provide a list of up to 3 references for similar steel
fabricated equipment (preferably for equipment/tanks in a wastewater
treatment environment).

Engineer will contact three but retains the right to contact all references,
and consider other sources of information, at its sole discretion.
2 points possible for each contacted reference based on reference's
overall satisfaction and perceived value of the equipment

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\002116.doc:
April 03, 2020
City of Powell River 00 21 16
Consolidated Wastewater Treatment Plant INSTRUCTIONS AND INFORMATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 7 of 10

Category Points Description


Points will be deducted from a score of 10 points for non-compliances at
the discretion of the Engineer and Owner.

Compliance with Where the Proponent believes a non-compliance to be better than or


Technical 10 equivalent to the specifications, proponent shall provide information for
Specifications evaluation by Engineer and Owner.

Proponents shall complete Section 00 43 60 – Proposed Variations.

Points will be allocated based on technical support.


For instances where support is not present in Western Canada or the
Technical Support 5
Pacific Northwest, provide explanation of how effective and responsive
technical support will be provided.
Compliance with
Commercial Pass/Fail Proponents shall complete Section 00 43 60 – Proposed Variations.
Terms
Notes: Owner may elect at its sole discretion to disqualify from the evaluation process any proposal that
has significant non-compliances with any of the evaluation criteria presented above.

1.14 CHANGES TO PROPOSAL WORDING


.1 The Proponent shall not change the wording of the proposal after the Proposal Closing
and without restricting the generality of the foregoing, no words or comments shall be
added to the proposal, the terms and conditions, if any, or the Specifications unless
requested by the Owner or the Engineer for purpose of clarification.

1.15 OWNERSHIP OF PROPOSALS


.1 All responses to this RFP become the property of the Owner.

1.16 OWNER’S RIGHT TO MODIFY TERMS


.1 The Owner in its sole discretion, reserves the right to modify the terms of the RFP at any
time, both before and after the Proposal Closing.

1.17 SUBCONTRACTING
.1 Utilizing a subcontractor (who must be clearly identified in the Proposal) is acceptable.
This also includes a joint submission by two proponents having no formal corporate
links. However, in the case of a joint submission, the Proposal must include a joint and
several undertaking that one of these Proponents must be prepared to take overall
responsibility for successful interconnection of the two services. This must be defined in
the Proposal to the satisfaction of the Owner.

1.18 ACCEPTANCE OF PROPOSALS


.1 Notwithstanding any other provision in the RFP Documents or any practice or custom in
the industry, Owner, in its sole discretion, shall have the unfettered right to:
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\002116.doc:
April 03, 2020
City of Powell River 00 21 16
Consolidated Wastewater Treatment Plant INSTRUCTIONS AND INFORMATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 8 of 10

.1 Accept any proposal.


.2 Reject any proposal.
.3 Reject all proposals.
.4 Accept a proposal which is not the lowest priced proposal.
.5 Reject a proposal even if it is the only proposal received by the Owner.
.6 Negotiate contract terms with any proponent.
.2 Acceptance of any proposal is subject to funding approval.

.3 The Owner will notify the successful Proponent in writing that its proposal, including any
subsequent negotiations and agreement, has been accepted (the "Notice of Award"). The
Notice of Award is subject to the terms and conditions of the Contract. Upon the receipt
of the Notice of Award the successful Proponent shall commence Shop Drawing
preparation.

1.19 ACCEPTANCE OF TERMS


.1 The submission of a proposal constitutes the agreement of the Proponent that all the
terms and conditions of this RFP are accepted by the Proponent and incorporated in its
proposal, except those conditions and provisions which are expressly excluded by the
Proponent's Proposal.

.2 General Conditions which will be part of this Contract are included for the Proponents’
information in Section 00 72 00 – General Conditions and Section 00 73 00 –
Supplementary Conditions.

1.20 NEGOTIATION
.1 Subsequent to the submission of proposals, interviews and negotiations may be
conducted with any of the proponents, but there shall be no obligation on the City Powell
River to receive further information, whether written or oral, from any proponent nor to
disclose the nature of any proposal received.

1.21 CONFIDENTIALITY
.1 The following conditions apply:
.1 The RFP Documents or any portion thereof, may not be used for any purpose
other than submission of proposals.
.2 The successful Proponent must agree not to divulge or release any information
that has been given to it or acquired by it on a confidential basis during the
course of carrying out its duties or performing its services.
.3 It is the Owner’s policy to maintain confidentiality with respect to all confidential
information related to Proposals, subject to the requirements of the Freedom of
Information and Protection of Privacy Act. Other sections of the Act may require
that information may have to be disclosed to members of the public who request
access to records in Owner custody and control.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\002116.doc:
April 03, 2020
City of Powell River 00 21 16
Consolidated Wastewater Treatment Plant INSTRUCTIONS AND INFORMATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 9 of 10

.4 If the proponent considers that any of its information is confidential, the


proponent shall identify that confidential information and advise the Owner in its
proposal.
.5 All documents and data, including documents and data on electronic media,
prepared by the Proponent in conjunction with the project will become the
Proponent of the Owner and may be made available under the Freedom of
Information and Protection Privacy Act. The Owner will have the right to
reproduce the documents and data for its own internal use. Subject to the
foregoing, copyright in the drawings prepared by the Proponent shall remain with
the Proponent.

1.22 DISCLAIMERS/LIMITATIONS OF LIABILITY


.1 Neither acceptance of a proposal nor execution of an Agreement shall constitute approval
of any activity or development contemplated in any proposal that requires any approval,
permit or license pursuant to any federal, provincial, and local laws, regulations and
ordinances. It is the responsibility of the successful Proponent (i.e. Supply Contractor) to
obtain such prior to commencement of the services under the anticipated contract.

.2 The Owner and the Engineer, their respective directors, officers, servants, employees,
agents and consultants expressly disclaim any and all liability for representations,
warranties express or implied or contained in, or for omissions from the RFP documents
or any written or oral information transmitted or made available at any time to a
proponent by or on behalf of the Owner. Nothing in the RFP documents is intended to
relieve a Proponent from forming their own opinions and conclusions in respect of this
RFP.

1.23 AWARD
.1 The Owner will notify Proponents in writing when a contract award has been made.

.2 No information with regard to an award of a contract will be made available between the
time of opening proposals and when a contract award has been made.

1.24 AGREEMENT
.1 The Owner shall not be obligated in any manner to any Proponent whatsoever until a
written agreement has been duly agreed to by the parties relating to an accepted Proposal.

.2 The Proponent shall within 10 days of the Owner issuing a Notice of Award, execute and
deliver the Agreement, in triplicate, to the Owner.

1.25 INSURANCE
.1 Refer to GC9. INSURANCE of Section 00 73 00 – Supplementary Conditions.

1.26 NOVATION AGREEMENT


.1 The Owner will assign the Contract arising from acceptance of a Proposal hereunder to a
General Contractor for the project when such General Contractor has been selected. The
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\002116.doc:
April 03, 2020
City of Powell River 00 21 16
Consolidated Wastewater Treatment Plant INSTRUCTIONS AND INFORMATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 10 of 10

Supply Contractor under this Contract (Supply Contract) will be required to join in a
Novation Agreement in the form set out in Appendix B (Section 00 52 61).

.2 The Proposal shall be accompanied by a letter of consent from the Proponent’s surety
confirming that it will issue new bonds in favour of the General Contractor upon the
execution of the Novation Agreement and the surrender of the original bonds.

.3 The terms of the Supply Contract, including the price and payment terms, will be
included in the proposed information for the Construction Contract and the Contract Price
for the Construction Contract, as defined therein, will include the price of the Supply
Contract.

END OF DOCUMENT

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\002116.doc:
April 03, 2020
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 19

Part 1 General

1.1 PROPONENT'S NAME


.1 This Proposal for supply, delivery, and related support services for four (4) complete
secondary clarifier system and other system appurtenances necessary for complete and
functional operation at the City of Powell River Consolidated Wastewater Treatment
Facility is hereby submitted by:

Name of Proponent
________________________________________________

________________________________________________
Address of Proponent
________________________________________________
Telephone Number of Proponent
________________________________________________
Proponent’s Representative’s Name
________________________________________________
Proponent’s Representative’s Email Address

1.2 PROPOSAL DOCUMENTS


.1 The Proposal Documents for this Contract include the following:
.1 All documents listed in Section 00 01 10 - Table of Contents.
.2 Addenda.
.3 Appendices.

1.3 PROPONENT'S OFFER


.1 The Proponent offers to supply the Goods to the Consolidated Wastewater Treatment
Plant for the Total Proposal Price of (fill in blank):

TOTAL PROPOSAL PRICE: (excluding PST $


and GST):

Provincial Sales Tax: $

Goods and Services Tax: $

TOTAL PROPOSAL PRICE (including PST and $


GST):

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\004200r.doc:
April 03, 2020
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 19

To be completed by Proponent.

1.4 PROPONENT'S DECLARATIONS


.1 The Proponent declares that it has read and understood and agrees to be bound by the
RFP Documents.

.2 The Proponent declares that it has fulfilled and complied with all of those obligations and
requirements under the RFP Documents which are required to be fulfilled by the Proposal
Closing.

.3 The Proponent confirms, represents and warrants that all information which it has
provided or will provide to the Owner is true and accurate in every respect.

.4 The Proponent also agrees:


.1 The Owner is in no way obligated to accept this Proposal.
.2 The Owner may, at Owner’s discretion, accept other than the lowest Proposal.
.3 That should the Proposal Form be improperly completed or be incomplete, the
Owner shall have the right to disqualify and/or reject this Proposal.
.4 That this proposal is made without knowledge of the Proposal prices to be
submitted for this work by any other company, firm, or person.
.5 This proposal is made without any connection or arrangement with any other
company, firm, or person submitting a Proposal for this work.
.6 This proposal is made without any undisclosed connection or arrangement with
any other company, firm, or person having an interest in this Proposal or in the
proposed Contract.
.7 The Proponent hereby submitted itemized prices as required by the specifications
and agrees that these prices will be used for payment of work additional to and
deleted from the Contract and agrees that the prices quoted shall remain in force
until the date of completion of the Contract.
.8 The Proponent confirms that the itemized prices quoted include all necessary
costs under the terms of the Contract, including but not limited to supply,
fabrication and finishing, conveyance and delivery to Site, packing, crating,
freight, cartage, shipping charges, unloading, installation support, drafting
charges, overhead, profit and all tariffs, duties and taxes, and excluding the PST
and GST.
.9 That this Proposal fees shall be valid for sixty (60) days after the closing date for
receipt of Proposal and that Owner may at any time within such period accept
this Proposal whether any other Proposal has previously been accepted or not and
whether Notice of Award of a contract has been given or not.
.10 To execute the Contract Agreement and deposit with Owner a Performance Bond
for the amount specified in Section 00 61 13.13 – Performance Bond within ten
(10) days of the date of the Notice of Award of the Contract, such time limit
being extended only on the written approval of Owner.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\004200r.doc:
April 03, 2020
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 19

.11 To commence and proceed actively with the work promptly following receipt of
the Notice of Award, and to deliver Goods to site as per the requirements set out
in Section 00 43 86.01.
.12 To compensate the Owner in accordance with the Contract Documents if the
work is not completed within the Contract Time.
.13 To do all extra work not reasonably inferable from the specifications or drawings
but called for in writing by the Engineer and to accept as full compensation
therefore payment in accordance with the provisions of the General Conditions.
.14 That payment for the work done will be made on the basis of the prices shown in
the Proposal Form which shall be compensation in full for the work done under
the terms of the Contract, exclusive of GST payable by Owner.
.15 That the estimate of quantities shown in the Proposal Form serves only to
provide a basis for comparing proposals and that no representations have been
made by either the Owner or Engineer that the actual quantities will even
approximately correspond therewith, and further, that the Owner has the right to
increase or decrease the quantities in any or all items and to eliminate items
entirely from the work.
.16 That all prices shown in this proposal are in Canadian currency, including the
hourly rates for labour.
.17 If the Proponent, for any reason whatsoever, fails or defaults, in the opinion of
the Engineer, in respect of any matter or thing which is an obligation of the
Proponent in the Terms of this Proposal, the Owner at its opinion may either:
.1 Consider the Proponent has abandoned the offer made or the Contract if
the offer has been accepted, whereupon the acceptance, if any, of the
Owner shall be null and void.
.2 Further, the Proponent will fully indemnify and save harmless the
Owner, its officers, employees and agents from all loss, damage,
liability, cost, charge and expense whatever which it, they or any of them
may suffer, incur or be put to by reason of such default or failure of the
Proponent.
.18 The proponent agrees to join in an assignment and Novation Agreement in the
form set out in Appendix B (Section 00 52 61), as soon as the contract between
the Owner and the Contractor has been signed.

1.5 SUPPLEMENT TO PROPOSAL FORM


.1 Schedules
.1 The Proponent shall complete all of the Schedules attached.
.2 The completed Schedules shall form part of the Proposal Documents.
.2 Acknowledgement of Receipt of Addenda

.3 Completed Section 00 43 13 – Consent of Surety Company

.4 Completed Section 00 43 44 – Equipment Supplier’s List

.5 Completed Section 00 45 13 – Manufacturer’s Experience


\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\004200r.doc:
April 03, 2020
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 19

.1 Provide a listing of similarly sized installations of secondary clarifier systems


.6 Compliance with Technical Terms
.1 Completed Section 00 43 60
.7 Compliance with Commercial Terms
.1 Completed Section 00 43 60

Part 2 Products
.1 Not Used.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\004200r.doc:
April 03, 2020
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 5 of 19

Part 3 Execution

3.1 EXECUTION BY PROPONENT


This proposal is executed under seal at
this day of , 2020.

Name of Firm

Address

For Individual or Partnership:


SIGNED, SEALED AND DELIVERED by

Proponent (please print) Signature

IN THE PRESENCE OF:


Title
Name

Address

Seal
City/Prov/PC

Occupation
For Limited Company:
The Corporate Seal of

Proponent (please print)


WAS HEREUNTO AFFIXED IN THE PRESENCE OF:
Seal
Authorized Signing Officer Title

Authorized Signing Officer Title


NOTE: If the proposal is by joint venture, add additional forms of execution for each member of the joint
venture in the appropriate form or forms as above.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\004200r.doc:
April 03, 2020
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 6 of 19

INDEX
Clause Title Page No.
Schedule A – Price Breakdown 7
Schedule D – List of Recommended Spare Parts, Prices, Delivery Time and Storage Location 10
Schedule E – Additional Prices 11
Schedule F – Equipment Delivery Schedule 13
Schedule G – Site Storage Requirements 14
Schedule H– Special Maintenance Requirements During Storage On Site 15
Schedule I – Elements Requiring Re-Assembly 16
Schedule J – Qualifications of Supplier’s Field Support Staff 17
Schedule K –Training 18
Schedule L – Quality Management 19

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\004200r.doc:
April 03, 2020
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 7 of 19

Schedule A
Price Breakdown
.1 The total of the unit prices plus GST must agree with the total proposal price identified in
Clause 1.3 of Section 00 42 00 - Proposal Form. We certify that the following is an
accurate and balanced breakdown of our lump sum price(s). Work required, but not
specifically mentioned, is included in the item with which it is most closely associated.
Prices for specified items F.O.B. Jobsite Powell River, BC (itemize on separate sheet if
applicable).

Item Description Lump Sum Price

.1 Bonding and Insurance $


.2 Design of Secondary Clarifier System $

.3 Secondary Clarifier Equipment and Appurtenances $


.4 Firm freight charges to project location (including transit
insurance) $

.5 Installation assistance, pre-start-up assistance $


.6 Commissioning and start-up assistance $
.7 Operations and Maintenance Training and O&M Manuals $
.8 Spare Parts (Schedule D) $
TOTAL LUMP SUM PRICE (excluding PST and GST) $

Provincial Sales Tax $

Goods and Services Tax $


Additional numbered pages outlining this portion of the Proposal may be attached to this page
and/or separate documents listed above may be submitted with these schedules.
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 8 of 19

Schedule B
Not used.
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 9 of 19

Schedule C
Maintenance Requirements
Describe the recommended maintenance requirements for the proposed equipment in this
application. This schedule should be completed in cooperation with Schedule D - List of Spare
Parts, Consumables, Prices, Delivery Times and Storage Location.
For the Column titled “Work Procedure,” Proponent to use the following number code:
1. Equipment remains online.
2. Equipment must be isolated/offline.
3. Secondary Clarifier must be drained.
4. Covers on launders must be removed.
5. Confined space entry required into the tank.
6. Special equipment (i.e. gantry) required. Please specify equipment.
7. Other requirement. Please specify.

Required Maintenance Frequency (based Work Procedure


on run time hours) (Select all that
apply from 1 to 7)

Provide design run time hours per day: ___________ hours


City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 10 of 19

Schedule D
List of Spare Parts, Consumables, Prices, and Storage
Location
Provide quantity of the Manufacturer’s recommended spare parts and special tools as outlined in
the Technical Specifications, complete with prices current at the time of submission of the
proposal, standard delivery time and estimated frequency of replacement and dispatch location
for all parts that have been proposed. The unit prices shall include all applicable custom duties,
shipping charges to site and federal G.S.T.
This schedule should be completed in cooperation with Schedule C – Maintenance
Requirements.
Recommended Spare Parts
Description Qty. Unit Price Dispatch Location
(CDN $)

Subtotal of Recommended Spare Parts

Total of Required and Recommended


Spare Parts

Additional numbered pages outlining this portion of the Proposal may be attached to this page
and/or separate documents listed above may be submitted with these schedules.
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 11 of 19

Schedule E
Additional Prices
1.0 COMMISSIONING / TESTING / INSTRUCTION / TRAINING SUPPORT

The Proponent agrees that the days stipulated in the Specifications for site services are not
necessarily concurrent and are at the discretion of the Engineer. If additional or fewer person
days are required for site services, the Total Price will be adjusted upward or downward
respectively, in accordance with the following unit rates as applicable.

The unit rate per eight (8) hour person day shall be inclusive of all payroll burdens, overhead,
profit and other relevant costs.

The costs, if any, for additional person days required to correct faulty designed or manufactured
equipment and materials shall be borne by the Supplier.

1.1 WORK HOUR RATES:


Service Other
Engineer
Technician (Specify)
Number of days included in
quoted price
Number of trips included in
quoted price
Hours per standard working
day h h h
Regular charge-out rate $ /h $ /h $ /h
Premium (% mark-up) for
hours in excess of standard
working day, weekends or
holiday % % %
Standby or layover rates (if
applicable) $ /h $ /h $ /h
1.2 TRAVEL TIME
Travel and living expenses, for additional work approved by Purchaser, will be reimbursed
Local travel, meals and lodging will be paid at cost. Copies of invoices must be submitted.
Service and technical personnel will be dispatched from:
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 12 of 19

Provide the location from which operator instruction and training personnel will be dispatched
from:

2.0 SHOP RATES


Provide hourly rates for shop re-work.
Shop Floor
Drafting/ Personnel Other
Engineering (Specify (Specify)
Trade)
Hours per standard working
day h h h
Regular charge-out rate $ /h $ /h $ /h
Premium (% mark-up) for
hours in excess of standard
working day, weekends or
holiday % % %
Standby or layover rates (if
applicable) $ /h $ /h $ /h

3.0 STORAGE RATES

The intention is to manufacture and deliver equipment in a timely manner after the Notice to
Manufacturer and Deliver has been issued. In the event that the General Contractor is not
prepared to accept equipment based on the Supply’s Contractor schedule, provide a daily rate for
storage at the point of manufacturer.

$ /d

Additional numbered pages outlining this portion of the Proposal may be attached to this page
and/or separate documents listed above may be submitted with this schedule.
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 13 of 19

Schedule F
Equipment Delivery Schedule
The Proponent shall note the following and provide the information required on Delivery Period
for the equipment.

Note: The Goods are required to be delivered as per the requirements set out in Section 00 43
86.01 – Schedule of Supply and Delivery.

Quantify the delivery of detailed shop drawings following the Notice of Award
(in calendar days): .

Review and return of one copy of shop drawings will be accomplished within fourteen (14)
calendar days of receipt by the Engineer of shop drawings submission.

Quantify the maximum estimated time for manufacture and delivery of Goods to the FOB point
following issue of the Notice to Manufacture and Deliver (in calendar days): .

Liquidated damages for delay of contract completion resulting from failure to complete the Work
or meet the specified delivery: refer to Section 00 72 00, Article 6.1.11.

The Proponent is encouraged to suggest alternative approaches to scheduling, manufacturing,


storage of and payment for equipment which may reduce costs for the Owner.

Additional numbered pages outlining this portion of the Proposal may be attached to this page
and/or separate documents listed above may be submitted with this schedule.
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 14 of 19

Schedule G
Site Storage Requirements
The Proponent shall state the minimum storage requirements for the equipment on site. Such
storage requirements shall be provided by the General Contractor if the equipment is delivered
according to the equipment delivery schedule provided in Section 00 43 86.01 – Schedule of
Supply and Delivery.

State which items require sheltered or heated storage.

Weights and Dimensions


Itemize individual pieces on quotation:
Total shipping weight (kg):

Dimensions of largest component (m):

Weight of largest component (kg):

Dimensions of second largest component (m):

Weight of second largest component (kg):

Additional numbered pages outlining this portion of the Proposal may be attached to this page
and/or separate documents listed above may be submitted with these schedules.
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 15 of 19

Schedule H
Special Maintenance Requirements
During Storage On Site
State any special maintenance required to the equipment whilst in storage on site or off site. Such
maintenance shall be provided by the Supplier or its subcontractor. The General Contractor’s
responsibility will be limited to providing storage as specified in Schedules H and I, including
provision of electrical power for motor space heaters, if required by the Supplier or the Engineer.

Additional numbered pages outlining this portion of the Proposal may be attached to this page
and/or separate documents listed above may be submitted with these schedules.
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 16 of 19

Schedule I
Elements Requiring Re-Assembly
State which parts of the equipment, if any, will be dismantled for shipping, and will therefore,
require re-assembly by the General Contractor under the supervision of the Supply Contractor,
under the General Construction Contracts. Details of the Work involved may be submitted with
the detailed shop drawings after the Notice of Award is issued.

Additional numbered pages outlining this portion of the Proposal may be attached to this page
and/or separate documents listed above may be submitted with these schedules.
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 17 of 19

Schedule J
Qualifications of Supplier’s Field Support Staff
Provide the name and qualifications of at least two (2) trained, experienced technicians proposed
for delivery inspection, installation training, installation witnessing, testing witnessing,
commissioning witnessing, guaranteed performance testing and ongoing maintenance of the
equipment supplied under this Request for Proposal.

Name No. 1

Employer

Home Base

Qualifications

Name No. 2

Employer

Home Base

Qualifications

Provide name and location of nearest Technical Representative (if applicable):

Name Home Base Guaranteed Response


Time

Attach references of named personnel to the completed Schedule J.


Additional numbered pages outlining this portion of the Proposal may be attached to this page
and/or separate documents listed above may be submitted with these schedules.
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 18 of 19

Schedule K
Training
Provide the name and qualifications of at least two (2) trained, experienced individuals proposed
for training Operator Staff in the proper operation and maintenance of the equipment and
systems supplied under this Request for Proposal.

Name No. 1

Employer

Home Base

Qualifications and Relevant Experience

Name No. 2

Employer

Home Base

Qualifications and Relevant Experience

Attach list of qualifications and relevant experience if additional space is required.


Attach references of the named personnel to the completed Schedule K.
Additional numbered pages outlining this portion of the Proposal may be attached to this page
and/or separate documents listed above may be submitted with these schedules.
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 19 of 19

Schedule L
Quality Management

Part 4 QUALITY CONTROL AND QUALITY ASSURANCE


Provide details of Quality Control and Quality Assurance measures currently in place for the
following:
.1 Design Work:
.1 Computational fluid dynamics modeling
.2 Lab Testing
.3 Shop drawing control.
.4 Design change management.
.2 Manufacturing:
.1 Material control.
.2 Material testing.
.3 Shop testing.
.3 Installation:
.1 Inspection, monitoring, supervision.
.2 Acceptable tolerances.
.3 Material testing.
.4 Performance testing.
Define QA/QC procedures for commissioning.

Define deliverables for all.


Proponent to list company management system (e.g., ISO 14001).

Additional numbered pages outlining this portion of the Proposal may be attached to this page
and/or separate documents listed above may be submitted with these schedules.

END OF DOCUMENT
City of Powell River 00 43 14
Consolidated Wastewater Treatment Plant CONSENT OF SURETY COMPANY
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 1

Supplement to Proposal Form

We, the undersigned Surety Company, do hereby consent and agree to become bound as guarantor in a
Performance Bond in the amount of fifty percent (50%) of the total proposal price for the fulfilment of the
Contract, with

……………………………………………………………………………………………………..
as principal for the works specified in the Contract Documents entitled

……………………………………………………………………………………………………..
which Contract may be awarded within sixty (60) days from the closing date of proposals to

…………………………………………………………………………………………………….
at the price(s) set forth in the Proposal Form. The Bonds shall be issued in the form and manner specified
within the Contract Documents. We confirm that we will we will issue new bonds in favour of the
General Contractor upon execution of the Novation Agreement and the surrender of the original bonds.
We hereby further declare that our Company is licensed to conduct business in the province or territory
wherein the work is located and has a net worth greater than the amount of the required guarantee.

Surety Company

Signature for Surety Company

Title
Place ………………………………………

Date ………………………………………

END OF DOCUMENT

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\004314.doc:
April 03, 2020
City of Powell River 00 43 44
Consolidated Wastewater Treatment Plant EQUIPMENT SUPPLIERS LIST
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 1

Supplement to Proposal Form

The following is a list of suppliers from whom we intend to purchase various items of material
indicated, together with the product brand name or the name of the manufacturer of each. This
list will include equipment supplied by the Proponent.

We will alter neither products nor suppliers from those listed below without the written
authorization of the Engineer.

Item Product Brand Name or Manufacturer Supplier

END OF DOCUMENT
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\004344.doc:
April 03, 2020
City of Powell River 00 43 60
Consolidated Wastewater Treatment Plant PROPOSED VARIATIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 1

Supplement to Proposal Form

Part 1 General

1.1 PROPOSED VARIATIONS


.1 The following is a full and complete statement and description of the Proponent’s
proposed variations to the Specifications and/or Drawings. Variations must be identified
with the Specifications to which they pertain.

Section Number Clause Variation from Specification Explanation for Variation, including
any financial implications

Additional numbered pages, following the exact format as above may be attached to this page.
Proponent’s submitting variations (both technical and commercial) that are not documented in this format
will not be accepted. Each additional numbered page and separate document shall be signed by the
Proponent.
_____________________________
Corporate Name of Proponent
_____________________________
Signature of Proponent
_____________________________
Date

END OF DOCUMENT

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\004360.doc:
April 03, 2020
City of Powell River 00 43 86.01
Consolidated Wastewater Treatment Plant SCHEDULE OF SUPPLY AND DELIVERY
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 3

Part 1 General

1.1 INTENT
.1 The preliminary delivery schedule presented herein is based on an estimated project
completion date of December 31, 2022. Upon award of the main Construction Contract
for the Consolidated Wastewater Treatment Facility, the General Contractor will create a
firm schedule and update the Supply Contractor on the firm schedule.

.2 Modifications to the proposed schedule will be allowed to the extent that it does not
compromise the General Contractor's ability to complete the project on time.

1.2 PRELIMINARY SCHEDULE OF SUPPLY AND DELIVERY


.1 The preliminary schedule is as follows:

Milestone Date/ Time Range

a) Completion of Engineering Services / Detailed Design Drawing /


August 2020 (firm)
Design Model Submission and Review

b) Award of Construction Contract October 2020

c) Notice to Manufacture and Deliver December 2020 – February 2021

d) Delivery of Equipment to the Wastewater Treatment Plant January 2022 - July 2022

e) Commence Performance Testing, Start-up and Commissioning October 2022 -December 2022

.2 Proponent to identify any issues, concerns, or constraints with the preliminary schedule.

.3 Based on the Preliminary Schedule above, Prepare a Preliminary Schedule of Supply and
Delivery (the “Preliminary Schedule”) in the form of a horizontal bar chart.

.4 The Preliminary Schedule should be the Proponent’s best realistic delivery.

.5 Provide horizontal time scale identifying the first work day of each week.

.6 Show delivery dates of submittals and major pieces of equipment.

.7 Submission of shop drawings and product data is to be no later than 30 calendar days
from the Notice of Acceptance.

.8 Submit electronic copy of initial Preliminary Schedule within 15 days after award of
Contract.

.9 Engineer will review Preliminary Schedule and return reviewed copy within 14 calendar
days after receipt.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\00438601.doc
: April 03, 2020
City of Powell River 00 43 86.01
Consolidated Wastewater Treatment Plant SCHEDULE OF SUPPLY AND DELIVERY
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 3

.10 Distribute copies of the finalized Preliminary Schedule to both the Engineer and Owner.

.11 No progress payment will be approved until receipt of a Preliminary Schedule acceptable
to Engineer.

1.3 SCHEDULE OF SUPPLY AND DELIVERY


.1 The Preliminary Schedule provided herein is based on a General Contractor being
awarded the Construction Contract in June 2020. At time of execution of the
Construction Contract, the General Contractor will be required to provide a firm
Construction Schedule, confirm that the Preliminary Schedule in this Contract can be
fulfilled and provide the Supply Contractor with the updated timeframe.

.2 The Supply Contractor to update the Preliminary Schedule based on the General
Contractor’s requirements. This updated schedule to become the Schedule of Supply and
Deliver “the Schedule.”

.3 Submit electronic copy of initial Schedule within 15 days after notification from the
General Contractor on the updated dates.

.4 Instruct recipients to report to Supply Contractor, within 10 days, any problems


anticipated by the timetable shown in the schedule.

.5 Revise and resubmit schedule and work plan within 5 days after notification by Engineer
that previously reviewed schedule is not being met. Show changes in operations proposed
to complete construction work within Contract Time.

.6 If, during course of work, Contract Time is extended, correct construction schedule and
work plan to show revised commencement and completion dates of affected parts of
work.

.7 Supply Contractor to provide the maximum estimated time for manufacture and delivery
of Goods to the FOB point following issue of the Notice to Manufacture and Deliver, as
per Schedule F of Section 00 42 00 – Proposal Form.

.8 In the event that the General Contractor is not able to accept the equipment in the
timeline after Notice to Manufacture and Deliver has been issued, Supply Contractor may
be required to store and maintain equipment (as per the requirements set out in Schedule
G and H of Section 00 42 00 – Proposal Form). Complete Article 3 of Schedule E of
Section 00 42 00 – Proposal Form to provide a daily rate for storage at the point of
manufacture.

Part 2 Products
.1 Not Used.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\00438601.doc
: April 03, 2020
City of Powell River 00 43 86.01
Consolidated Wastewater Treatment Plant SCHEDULE OF SUPPLY AND DELIVERY
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 3

Part 3 Execution
.1 Not Used.

END OF SECTION

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\00438601.doc
: April 03, 2020
City of Powell River 00 45 13
Consolidated Wastewater Treatment Plant MANUFACTURER'S EXPERIENCE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04172098 Page 1 of 2

Supplement to Proposal Form

Part 1 General

1.1 QUALIFICATIONS
.1 List all similar installed secondary clarifier systems, supplied in North America in the last
ten (10) years. Complete separate lists for similar stainless steel circular tanks, and
secondary clarifier mechanisms. Arrange list chronologically and provide contact names
and phone numbers for all.
.1 Projects should be for municipal wastewater treatment facilities.
.2 Projects should be of similar size and scope as the one proposed (AAF =
9.3 MLD, PIWWF = 60.5 MLD).

Secondary Clarifier Mechanism Supplier Manufacturer Experience

Flow Capacity Owner


Project Name, Location & Years in
(AAF) Reference
Owner Operation
(MLD) (Name and Number)

1.

2.

3.

4.

5.

6.

7.

8.

9.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\004513.doc:
April 03, 2020
City of Powell River 00 45 13
Consolidated Wastewater Treatment Plant MANUFACTURER'S EXPERIENCE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04172098 Page 2 of 2

Stainless Steel Circular Tank Supplier Manufacturer Experience

Flow Capacity Owner


Project Name, Location & Years in
(AAF) Reference
Owner Operation
(MLD) (Name and Number)

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

Additional numbered pages outlining this portion of the Contract may be attached to this page and/or
separate documents listed above maybe be submitted with this schedule.

END OF DOCUMENT

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\004513.doc:
April 03, 2020
City of Powell River 00 52 00
Consolidated Wastewater Treatment Plant FORM OF AGREEMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 3

THIS AGREEMENT made this ____ day of _________________, 2020.

BETWEEN:

___________________________________
(Herein called "The Supply Contractor")

OF THE FIRST PART

AND:

THE CITY OF POWELL RIVER


(Herein called "The Owner")

OF THE SECOND PART

1. The Supply Contractor shall provide all labour, equipment and materials required to design
and supply the Goods, as required by the Contract Documents.

2. The Owner shall pay the Supply Contractor the Contract Price, as required by the Contract
Documents.

3. The Contract Price shall be the sum in Canadian Dollars of the following:

(a) The total Proposal Price, as set out in Section 00 41 00, and

(b) any payments made on account of changes, as may be required by the Contract
Documents.

The Contract Price shall be the entire compensation owing to the Supply Contractor by The
Owner for the Goods and shall cover and include overhead, profit, transportation, storage,
customs and excise duties or charges, financing costs and all other costs and expenses
whatsoever incurred in performing the Contract.

4. The Supply Contractor shall supply all Goods to the FOB Point no later than outlined on the
Schedule of Supply and Delivery (Section 00 43 86.01) as the Proponent's date of delivery
of goods to the FOB Point.

5. The Contract Documents shall form a part of this Agreement as though recited in full.

6. The Contract supersedes all prior negotiations, representations or agreements, whether


written or oral except those expressly listed and is the entire agreement between the Owner
and the Supply Contractor with respect to the subject matter of this Agreement. All, or any,
previous communications are hereby abrogated and withdrawn and no stipulations,
representations or agreements by the Owner or the Engineer or their officers, agents or
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\005200.doc:
April 03, 2020
City of Powell River 00 52 00
Consolidated Wastewater Treatment Plant FORM OF AGREEMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 3

employees shall be binding on the Owner or the Engineer unless contained in this Contract
and no local, general or trade customs or previous course of dealing or performance shall
alter or vary the terms hereof.

7. The Supply Contractor shall not assign the Contract, or any portion of the Contract, or any
payments due or to become due under the Contract, without the express written consent of
the Owner.

8. No action or failure to act by the Owner or the Engineer shall constitute a waiver of any
right or duty afforded any of them under the Contract, or constitute an approval or
acquiescence in any breach thereunder, except as may be specifically agreed in writing.

9. This Agreement shall enure to the benefit of and be binding upon the Owner and the Supply
Contractor and their respective heirs, executors, legal representatives, successors and
permitted assigns.

10. The Owner will enter into a Contract with a General Contractor of the Owner’s choosing for
the installation of equipment supplied under this Supply Contract. The Supply Contractor
under this Supply Contract agrees to join in an assignment and Novation Agreement in the
form set out in Appendix B as soon as the contract between the Owner and General Contract
has been signed.
11. The terms of the Supply Contract, including the price and payments, will be included in
the bid information for the Construction Contract, and the Contract price of the
Construction Contract, as defined therein, will include the prices of the Supply Contract.
The Supply Contractor shall provide a Performance Bond in the sum of 50% of the
Supply Contract Price, in favour of the General Contractor.

12. Time shall be of the essence of this Agreement.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\005200.doc:
April 03, 2020
City of Powell River 00 52 00
Consolidated Wastewater Treatment Plant FORM OF AGREEMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 3

IN WITNESS WHEREOF the Supply Contractor and the Owner have executed this Agreement as
of the ______ day of _____________, 2020.

THE CORPORATE SEAL of )


)
)
)
)
)
)
) C/S
was hereunto affixed in the presence of: )
)
)
)
______________________________________________ )
Authorized Signing Officer Title )
)
)
_____________________________________________ )
Authorized Signing Officer Title )

THE CORPORATE SEAL of )


)
The City of Powell River )
) C/S
was hereunto affixed in the presence of: )
)
)
______________________________________________ )
Nagi Rizk, P.Eng. Manager of Engineering Services )
)
)
______________________________________________ )
Dave Formosa Mayor )

END OF DOCUMENT

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\005200.doc:
April 03, 2020
City of Powell River 00 61 13.13
Consolidated Wastewater Treatment Plant PERFORMANCE BOND
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 2

Use CCDC standard form 221, an example of which follows.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\00611313.doc
: April 03, 2020
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\00611313.doc
: April 03, 2020
PERFORMANCE BOND
No………………………………………………………………. $ .............................................................................................................
KNOW ALL MEN BY THESE PRESENTS THAT ........................................................................................................................................
.................................................................................................................................................................................................. as Principal
hereinafter called the Principal, and ............................................................................................................................................................
a corporation created and existing under the laws of ..................................................................................................................................
and duly authorized to transact the business of Suretyship in .....................................................................................................................
as Surety, hereinafter called the Surety, are held and firmly bound unto .....................................................................................................
................................................................................................................................................................................................... as Obligee
hereinafter called the Obligee, in the amount of ..........................................................................................................................................
………………………………………………………….. Dollars ($ ................................................................................................................... )
lawful money of Canada, for the payment of which sum, well and truly to be made, the Principal and the Surety bind themselves,
their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS, the Principal has submitted a written tender to the Obligee, dated the .....................................................................................
day of …………………………………………………………, 20………….. for ................................................................................................
....................................................................................................................................................................................................................
....................................................................................................................................................................................................................
....................................................................................................................................................................................................................
in accordance with the Contract Documents submitted therefor which are by reference made part hereof and are hereinafter referred
to as the Contract.

NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION is such that if the Principal shall promptly and faithfully perform
the Contract then this obligation shall be null and void; otherwise it shall remain in full force and affect.

Whenever the Principal shall be, and declared by the Obligee to be, in default under the Contract, the Obligee having performed the
Obligee’s obligations thereunder, the Surety shall promptly remedy the default, or shall promptly:

(1) complete the Contract in accordance with its terms and conditions, or

(2) obtain a bid or bids for submission to Obligee for completing the Contract in accordance with its terms and conditions,
and upon determination by the Obligee and the Surety of the lowest responsible bidder, arrange for a contract between
such bidder and the Obligee and make available as work progresses (even though there should be a default, or a
succession of defaults, under the contract or contracts of completion, arranged under this paragraph) sufficient funds to
pay the cost of completion less the balance of the Contract price; but not exceeding, including other costs and damages
for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term “balance of
Contract price”, as used in this paragraph, shall mean the total amount payable by the Obligee to the Principal under
the Contract, less the amount properly paid by the Obligee to the Principal.

Any suit under this Bond must be instituted before the expiration of two (2) years from the date on which the final payment under the
Contract falls due.

The Surety shall not be liable for a greater sum than the specified penalty of the Bond.

No right of action shall accrue on this Bond, to or for the use of, any person or corporation other than the Obligee named herein, or
the heirs, executors, administrators or successors of the Obligee.

IN WITNESS WHEREOF, the Principal and the Surety have Signed and Sealed this Bond this .................................................................

…………………….…………………………….. day of …………………………………………., 20….

SIGNED and SEALED


in the presence of
(
(
(
(………………………………………………………………………………………(Seal)
Principal
(
(
(
(……………………………………………………………………………………...(Seal)
Surety

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\00611313.doc
: April 03, 2020
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\00611313.doc
: April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page i of 25

Table of Contents Page

PART 1 GENERAL 1
GC 1.1 Definitions 1
GC 1.2 Joint Ventures 4
GC 1.3 Contract Requirements 4
GC 1.4 Laws, Regulations and Permits 4
GC 1.5 Local Conditions 5
GC 1.6 Assignment of Contract 5
GC 1.7 Headings 5

PART 2 OWNER - SUPPLY CONTRACTOR RELATIONS 6


GC 2.1 Authority of Engineer 6
GC 2.2 Responsibilities of the Supply Contractor 6
GC 2.3 Owner - Supply Contractor Co-Ordination 7
GC 2.4 Disputes 7
GC 2.5 Subcontracts 8
GC 2.6 Oral Agreements 8

PART 3 SPECIFICATIONS AND DRAWINGS 8


GC 3.1 Interpretation Of Specifications And Drawings 8
GC 3.2 Division Of Specifications And Drawings 8
GC 3.3 Conflicting Provisions, Errors And Omissions In Contract 9

PART 4 MATERIAL, EQUIPMENT AND WORKMANSHIP 9


GC 4.1 General 9
GC 4.2 Demonstration Of Compliance With Contract Requirements 9
GC 4.3 Defective Or Improper Goods 11
GC 4.4 Warranty And Guarantee 12

PART 5 INDEMNIFICATION OF OWNER 13


GC 5.1 Indemnification 13
GC 5.2 Shipment Of Goods/Damage To Goods 14

PART 6 PROGRESS AND COMPLETION 14


GC 6.1 Contract Time 14
GC 6.2 Suspension Of Work By Owner 16
GC 6.3 Owner’s Termination Of Contract 16
GC 6.4 Supply Contractor’s Termination Of Contract 18

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page ii of 25

PART 7 PAYMENT 18
GC 7.1 Payments To Supply Contractor 18
GC 7.2 Builders’ Lien Act 19
GC 7.3 Substantial Performance 19
GC 7.4 Holdback Release Documents 20
GC 7.5 Change Orders / Change Directives 20
GC 7.6 Extra Work 20
GC 7.7 Force Account 21
GC 7.8 Work And Materials Omitted 22
GC 7.9 Completion Certificate 22

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 23

PART 1 GENERAL

GC 1.1 DEFINITIONS
The following words and terms, unless the context otherwise requires, in all Contract Documents,
shall have the meanings set out below. Words importing the male gender include the female gender
and either includes the neuter and vice versa and words importing the singular number includes the
plural number and vice versa.

"Act of God" means a cataclysmic phenomenon of nature, including earthquake, flood or cyclone.
Rain, snow, wind, high water, or any other natural phenomenon which might reasonably have been
anticipated from historical records of the general locality of the Work shall be deemed not to be acts
of God.

"Addenda" means the supplemental written conditions, specifications or drawings issued prior to
execution of the Agreement which modify or interpret the Contract Documents by addition, deletion,
clarification, or corrections.

"Agreement" means the agreement set out in Section 005200.

“Completion Certificate” means a certificate issued by the Engineer stating that the total
performance of all work, other than the Supply Contractor’s obligations in respect of the performance
of the warranty provisions set out herein has been achieved.

"Consequential Damages" has the meaning set out in GC 6.1.10.

"Construction Contract" means the agreement between the Owner and the General Contractor who
is to install the Goods supplied pursuant to the Contract.

"Contract" means the agreement formed by the Owner's acceptance of the Proponent's Proposal
including any and all contract terms negotiated and agreed upon subsequent to the Proposal Closing
for completion of the work set out in the Contract Documents.
"Contract Documents" means the following documents:
.1 the RFP Documents
.2 the executed Proposal Form
.3 the executed Bond
.4 the executed Agreement
.5 the General Conditions
.6 the Notice of Award
.7 the Notice to Manufacture and Deliver
.8 Change orders
.9 Such other documents as may be specifically included.
"Contract Price" or "Contract Amount" shall mean the amount stated in the Agreement as the
contract price for the complete work of the Contract.

"Contract Time" shall mean the date by which the provisions of the Contract require the total
performance of all work, other than the Supply Contractor’s obligations in respect of the performance
of the warranty provisions set out herein. The date is either a fixed date as provided in the Contract
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 23

Documents or may be established by reference to a stated number of calendar days from the Notice to
Manufacturer and Deliver, as provided in the Contract Documents.

"Day" means calendar day.

"Owner" means Owner acting through its duly authorized representatives.

"Drawings" means the drawings included in the RFP Documents together with those prepared by the
Owner and the General Contractor and the Supply Contractor pursuant to the terms of the Contract
and include:
.1 Modifications of drawings issued by Addenda;
.2 Drawings submitted by the General Contractor or Supply Contractor during the progress
of the work and accepted by the Owner either as attachments to change orders or as non-
modifying supplements to the drawings in the RFP Documents including drawings issued
by Addenda;
.3 Drawings submitted by the Owner to the General Contractor or Supply Contractor during
the progress of the work either as attachments to change orders or as explanatory
supplements to the drawings in the RFP Documents including drawings issued by
Addenda;
"Engineer" means Associated Engineering B.C. Limited or such other person, firm or corporation as
may be substituted therefore by the Owner.

"FOB Point" has the meaning set out in Section 002116 Clause 1.2.8 and means the location to
which the Goods are delivered by the Supply Contractor.

"General Contractor" means the individual, partnership, corporation, or combination thereof,


including joint venturers who or which are to install the Goods supplied pursuant to the Contract.

"Goods" means all the labour, materials, equipment, software, licences, supplies, services,
accessories, tools, spare parts, maintenance materials and other items necessary for the execution,
completion and fulfilment of work set out in the Contract Documents.

"Herein" and "Hereof", and similar expressions wherever used in the Contract Documents, shall
relate to the whole of the Contract Documents and not to any one (1) paragraph alone, unless the
context specifically requires it.

"Inspector" shall mean a person or company authorized by the Engineer or the Owner to inspect the
work of the Contract or any part thereof.
“Law” means the common law and all applicable decrees, statutes, laws, by-laws, rules, orders,
codes, directives and regulations in effect from time to time and made or issued by any Governmental
Authority having jurisdiction over any aspect of the Project, the Work, this Contract, the Owner, the
General Contractor, Supply Contractor and the Subcontractors, and includes any applicable
replacement, amendment or supplementary legislation, and any applicable regulations, and further
includes the OH&S Legislation.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 23

“Lien Act” means the applicable provincial or territorial lien legislation, including regulations
enacted pursuant to that lien statute, at the Work Site, current at the date of the Notice to Manufacture
and Deliver and as may be revised during the Contract Time.

“Notice” means any notice, order, request or other communication given by the Owner the Supply
Contractor or the Engineer, in writing and delivered personally, by commercial courier or transmitted
by email.

"Notice of Award" means the notification from the Owner to the successful proponent of the
Owner’s acceptance of the proponent’s proposal or modified proposal, including negotiated adjusts to
that proposal, if any. At this point the successful proponent becomes the Supply Contractor.

"Notice to Manufacture and Deliver" means the notification from the Owner to the Supply
Contractor authorizing the Supply Contractor to proceed with the manufacture and delivery of the
equipment following acceptance by the Engineer of design submittals as set out in the RFP
Documents.

"Owner" means the party identified as such in the Form of Agreement.


“Prime Contractor for Safety” means “Prime Contractor”, “Constructor”, “Principal Contractor”, or
such other position of similar import as the case may be according to the location of the Work Site, as
is defined in the OH&S Legislation.
“Project” means the project identified in Article 1 of Section 00 52 00 - Contract Agreement.
“Personnel” means, without limitation:

(a) in relation to any Party and its affiliates, elected officials, directors, officers, employees,
contract personnel, non-employed representatives, contractors, consultants and agents,
including those who are assigned or seconded to the Project; and
(b) in relation to any other Person, each of their respective elected officials, directors, officers,
employees, contract personnel, non-employed representatives, contractors, consultants and
agents, including those who are assigned or seconded to the Project.
"Proponent" means the individual, partnership, corporation, or a combination thereof, including
joint venturers, who or which execute the Proposal Form.

"Proposal" means the Proponent's proposal in response to the RFP including made in the Proposal
Form set out in the RFP Documents.

"Proposal Closing" means the closing for acceptance of proposals, as set out in Section 002116,
Clause 1.3.1.

"RFP Documents" means the documents and drawings set out in Section 004200,
Clause 1.2.

"Specifications" means that part of the Contract Documents consisting of general requirements and
written descriptions of the technical features of materials, equipment, construction systems, standards
and workmanship.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 23

"Submittals" means the information which has to be submitted to the Engineer in accordance with
the Contract and detailed in the Specifications.

"Supply Contractor" or “Supplier” means the individual partnership, corporation or combination


thereof, including joint venturers who or which execute the Agreement (may also be referred to in the
Documents and elsewhere as “Vendor” or “Proponent”).

"Subcontractor" shall mean any person, firm, or corporation having a contract with the Supply
Contractor for the execution of a part or parts of the work included in this Contract, and a person,
firm, or corporation furnishing material called for in this Contract and worked to a special design
according to the drawings or specifications but does not include one who merely furnishes material
not so worked.

"Substantial Performance" shall have the meaning as described in the Lien Act with respect to the
work of the Supply Contractor and Subcontractors under this Contract.

"Supply Contractor's Plant and Equipment" means the equipment, material, supplies and all other
items (except labour) brought onto the Work Site by the Supply Contractor to carry out the work, but
not to be incorporated in the Goods.
“Work” means and includes anything and everything required to be done for the fulfilment and
completion of the Contract.
“Working Day” means days between and including Monday through Friday and does not include
weekends or statutory holiday recognized in the province or territory wherein the Work Site is
located.

"Work Site" means the site where the Goods are to be installed at the Owner’s facility for which the
Goods are being supplied, as stipulated elsewhere in the Contract Documents.

GC 1.2 JOINT VENTURES


.1 If the Supply Contractor is a joint venture of two or more entities, the grants, covenants, provisos
and claims, rights, powers, privileges and liabilities of the Supply Contractor shall be joint and
several.

GC 1.3 CONTRACT REQUIREMENTS


.1 Successors' Obligations: The Contract shall enure to the benefit of and be binding upon
not only the parties hereto but also their respective successors and permitted assigns.

.2 Assignment of Contract: The Contract shall not be assigned in whole or in part by the Supply
Contractor without the prior written consent of the Owner. Involuntary assignment of the
Contract as a result of, inter alia, bankruptcy, assignment of the Contract for the benefit of
creditors or appointment of a receiver, or insolvency shall be deemed default under the Contract
entitling the Owner to terminate the Contract as hereinafter provided.

.3 Waiver of Rights: Except as herein provided, no act or failure to act by the Supply Contractor, the
Owner, or the Engineer at any time with respect to the exercise of any right or remedies conferred
upon them under this Contract shall be deemed to be a waiver on the part of the Supply
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 5 of 23

Contractor, the Owner or the Engineer, as the case may be, of any of their rights or remedies. No
waiver shall be effective except in writing. No waiver of one right or remedy shall act as a waiver
of any other right or remedy or as a subsequent waiver of the same right or remedy.

.4 Amendment of Contract Documents: The Contract Documents shall not be amended except as
specifically agreed in writing signed by both the Owner and the Supply Contractor.

GC 1.4 LAWS, REGULATIONS AND PERMITS


.1 The Supply Contractor shall comply with all federal, territorial, provincial, and local laws,
regulations and ordinances affecting the execution of the work.

.2 The Supply Contractor shall give all notices required by law and shall comply with all laws, acts,
ordinances, rules and regulations relating to or affecting the Goods. If any permits, authorizations,
approvals or licences from any government or governmental agencies are necessary or desirable
for the execution of the work, they shall be obtained by the Supply Contractor at its own expense.
Provided that the Supply Contractor shall not make application for any such permit,
authorization, approval or licence without first obtaining the written consent of the Owner.

.3 Patents, Royalties and Copyright


(a) The Supply Contractor shall pay all fees, royalties or claims for any patented invention,
article, process or method that may be used upon or in a manner connected with the
Goods or with the use of the Goods by the Owner. Before final payment is made on the
account of this Contract, the Supply Contractor shall, if requested by the Owner, furnish
acceptable proof of a proper release from all such fees or claims.
(b) If the Supply Contractor, its agent, employee or any of them is prevented from furnishing
or using any invention, article, material or Drawings supplied or required to be supplied
or used under this Contract, the Supply Contractor either shall promptly pay such
royalties and secure the requisite licences or, subject to written approval by the Owner,
substitute other articles, materials or appliances in lieu thereof which are of equal or
better efficiency, quality, finish, suitability and market value to those planned or required
under the Contract.
(c) The Supply Contractor shall submit to the Engineer descriptive information of these
proposed substitutions. Approval by the Owner of any substitutions shall not relieve the
Supply Contractor of its responsibility if the substitutions do not function as well as the
original specified in the Contract and shall not be deemed an assumption of risk or
responsibility by the Owner. Approval shall only mean the Owner has no objection to the
substitution being utilized at the Supply Contractor's risk. If the Owner refuses to approve
the substitution, the Supply Contractor shall pay such royalties and secure such valid
licences as may be requisite for the Owner, its directors, officers, agents and employees
or any of them, to use such invention, article, material or appliance without being
disturbed or in any way interfered with by any proceeding in law or equity on account
thereof.
.4 All references to money in the Contract Documents shall be interpreted as meaning lawful
currency of Canada.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 6 of 23

GC 1.5 LOCAL CONDITIONS


.1 The Supply Contractor shall, by personal inspection, examination, calculations or tests, or by any
other means, satisfy itself with respect to the local conditions to be encountered and the
quantities, quality, and practicability of the work and of its methods of procedure.

GC 1.6 ASSIGNMENT OF CONTRACT


.1 Neither party shall sublet, sell, transfer, assign, or otherwise dispose of the Contract or any
portions thereof, or the right, title, or interest therein, or obligations thereunder without written
consent of the other party, except for an assignment to a bank of the payments to be received
hereunder.

GC 1.7 HEADINGS
.1 Headings to parts, divisions, sections, clauses and forms are inserted for convenience of reference
only and shall not affect the interpretation of the Contract Documents.

PART 2 OWNER - SUPPLY CONTRACTOR RELATIONS

GC 2.1 AUTHORITY OF ENGINEER


.1 The Engineer shall have authority to act on behalf of the Owner only to the extent provided for in
this Contract or as the Owner may authorize, from time to time, but only to the extent that such
authorization is communicated to the Supply Contractor by Notice from the Owner.

.2 The duties, responsibilities, and limitations of authority of the Engineer shall only be modified or
extended by a Notice issued by the Owner to the Supply Contractor.

.3 The Engineer shall, to the extent specifically provided for in this Contract, be a representative of
the Owner during the performance of the Work until the date of the total performance of the
Work and the completion of the warranty work. The Engineer’s instructions to the Contractor
shall be forwarded directly from the Engineer, or alternatively through the Owner, as may be
determined appropriate by the Owner from time to time.

.4 The Engineer shall visit the Work Site at intervals appropriate to the progress of the Work to
observe the progress and quality of the Work and to determine if the Work is proceeding in
general conformity with this Contract.

.5 The Engineer may provide at the Work Site one or more Personnel to assist in carrying out the
Engineer’s responsibilities.

.6 Based upon the Engineer’s observations and evaluation of the Contractor’s applications for
payment, the Engineer shall make an assessment as to the amounts owing to the Contractor under
this Contract and shall issue payment certificates as provided for in PART 7 PAYMENT.

.7 The Engineer shall not be responsible for, and shall not have control, charge, or supervision of
construction means, methods, techniques, sequences, or procedures, quality assurance or safety or
environmental protection programs and other programs required in connection with the Work in
accordance with applicable Law or general construction practice.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 7 of 23

.8 The Engineer shall not be responsible for the Supply Contractor’s failure to carry out its
obligations in accordance with the Contract Documents. The Engineer shall not have control
over, charge of, or be responsible for the acts or omissions of the Supply Contractor or any
Person for whom the Supply Contractor is responsible at Law.

.9 The Engineer shall be, in the first instance, the interpreter of the requirements of this Contract and
shall make determinations as to the performance under the Contract by the Owner and the Supply
Contractor and the Subcontractors. Interpretations and determinations of the Engineer shall be
consistent with the intent of the Contract Documents.

.10 Claims, disputes, and other matters in question relating to the performance of the Work or the
interpretation of the Contract Documents, shall be referred initially by Notice to the Engineer for
the Engineer’s interpretation and determination. The Engineer’s interpretation and
determinations shall be given by Notice to both the Owner and the Supply Contractor.

.11 The Engineer shall have authority to reject work which, in the Engineer’s opinion, does not
conform to the requirements of this Contract. Whenever the Engineer considers it necessary or
advisable, the Engineer shall have authority to require inspection or testing of Work, whether or
not such Work is fabricated, installed or completed. However, neither the authority of the
Engineer to act, nor any decision either to exercise or not exercise such authority, shall give rise
to any duty or responsibility of the Engineer to the Supply Contractor.

.12 During the progress of the Work, from time to time the Engineer may issue instructions to the
Supply Contractor. The Supply Contractor shall comply with the instructions with reasonable
promptness or in accordance with a schedule for implementation of such instructions agreed to by
the Engineer and the Supply Contractor.

.13 The Engineer shall review and take appropriate action upon the Supply Contractor’s submittals
such as shop drawings and samples.

.14 The Engineer shall prepare change orders, change directives, and contemplated change notices as
provided in GC 7.6. Neither a change order nor a change directive shall constitute a change
unless signed by the Owner.

.15 The Engineer shall conduct reviews of the Work to verify Substantial Performance of the Work
and total performance of the Work.

.16 The Engineer shall make reasonable efforts to promptly review and take appropriate action with
respect to documents submitted by the Supply Contractor, including written warranties and
related documents, and upon the Owner’s request, shall establish a process for the Owner’s
review of some or all such documents.

.17 In the event that the Supply Contractor believes that the Engineer is not promptly reviewing or
taking appropriate action with respect to any samples or documents submitted by the Supply
Contractor, the Supply Contractor shall, within five (5) Business Days of such event occurring,
provide Notice to the Engineer and the Owner setting out which samples or documents have not
been promptly reviewed or in relation to which the Engineer has not taken appropriate action and
the effect of such conduct. If the Supply Contractor does not provide such Notice within the
specified time, the Supply Contractor shall have no claim against the Owner for any reason
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 8 of 23

relating to the conduct of the Engineer with respect to the review of samples or documents
submitted by the Supply Contractor.

GC 2.2. REVIEW AND INSPECTION OF THE WORK

.1 The Owner and the Engineer shall have access to the Work at all times provided they follow the
Supply Contractor’s safety requirements.

.2 The Supply Contractor shall supply sufficient, safe, and proper facilities at all times for the
review and inspection of the Work by the Owner, the Engineer and Governmental Authorities. If
parts of the Work are in preparation at locations other than the Work Site, the Owner and the
Engineer shall be given access to such parts of the Work.

.3 The Owner may review the Work Site at any time to observe whether the Supply Contractor is
fulfilling its responsibilities as Prime Contractor for Safety and under the OH&S Legislation.
Reviews may include: Work Site conditions, work processes, procedures and documentation of
Work Site safety related activities. Observed infractions or possible infractions will be reported to
the Engineer and the Supply Contractor for further investigation and action by the Supply
Contractor.

.4 The Supply Contractor shall promptly deliver to the Engineer two copies of any certificates and
inspection reports relating to the Work, or any portion thereof.

.5 Within ten (10) Business Days of the commencement of the Work, the Owner and the Engineer,
in conjunction with the Supply Contractor, shall jointly develop a schedule of items of Work
which are designated for special tests, inspections, or approvals.

.6 If the Supply Contractor covers or permits to be covered, Work that has been designated for
special tests, inspections, or approvals before such special tests, inspections, or approvals are
made, given or completed, the Supply Contractor shall, if so directed, uncover such Work, have
the inspections or tests satisfactorily completed, and re-perform all covering Work, all at the
Supply Contractor’s expense, regardless of the outcome of the tests.

.7 The Engineer may order any portion or portions of the Work to be examined to confirm the Work
is in accordance with the requirements of this Contract. If the Engineer provides Notice to the
Supply Contractor that the Work is not in accordance with the requirements of this Contract, the
Supply Contractor shall correct the Work and pay the cost of examination, correction and
restoration. If, on such examination, the Work has been completed in accordance with the
requirements of this Contract, the Owner shall be responsible for the cost of examination and
restoration, except as provided for in GC 17.7.

.8 Neither the failure of the Engineer, or an inspection agency appointed by the Owner or the
Engineer, to carry out any reviews or inspections, nor errors or omissions in the performance of
such reviews and inspections by the Engineer, or an appointed inspection agency, shall relieve the
Supply Contractor from responsibility that the Work, or any portion thereof, is performed in
accordance with this Contract.

.9 The Supply Contractor shall continuously monitor and inspect the Work of the Subcontractors for
deficiencies and ensure that all deficiencies are promptly corrected.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 9 of 23

.10 The Supply Contractor shall implement and follow a quality assurance program with respect to
the performance of the Work, and shall ensure the compliance of the Subcontractors with its
quality assurance program, to ensure that the quality of the Work meets or exceeds the standards
of performance and quality required by this Contract.

GC 2.3 RESPONSIBILITIES OF THE SUPPLY CONTRACTOR


.1 Attention to Work: The Supply Contractor shall diligently manage the work so that it is executed
faithfully, expeditiously and in accordance with the Contract Documents.

.2 The Supply Contractor shall advise the Engineer in writing of the name of the Supply
Contractor's authorized representative.

.3 The Supply Contractor shall provide all necessary instruction to the General Contractor for off-
loading, storing, testing and installation of goods, within the destination facility AND supervisory
personnel to monitor the General Contractor’s work with respect to the off-loading, storing,
testing and installation of goods, within the destination facility. The Supply Contractor shall, by
monitoring, personal inspection, examination or by other means available, satisfy itself that the
off-loading, storing, testing and installation work is in strict accordance with the Supply
Contractor’s requirements.

.4 Shipment: the Supply Contractor shall properly package all Goods for safe shipment to the Work
Site and a Notice of Shipment shall be sent by the Supply Contractor to the Owner at least 2
weeks before the Goods are shipped. The Notice of Shipment shall state the number of the order,
the kind of goods, the Supply Contractor's name and the carrier and route by which the shipment
is being made. The Notice of Shipment shall indicate appropriate instructions, considerations or
other information regarding the proper storage, handling, transfer, off-loading and installation of
the Goods.

.5 Acceptable the for delivery: the Supply Contractor will arrange to have the Goods delivered to
the FOB Point between 8:00 A.M. and 3:00 P.M, Monday to Friday, statutory holidays excepted.
The Owner shall not be responsible for Goods delivered outside the acceptable time for delivery.

.6 Transportation costs: if the Contract calls for payment of any transportation cost by the Owner,
the Owner shall in no event be liable or accountable in excess of the actual costs of transportation.
The Supply Contractor shall be accountable for and pay any excess transportation costs arising
from the Supply Contractor's failure to make delivery to the F.O.B. Point or to follow shipping
instructions furnished by the Owner.

.7 Employee safety: The Supply Contractor alone shall at all times be responsible for the safety of
its employees, its subcontractors' employees and other persons and equipment lawfully on the
Work Site in connection with the supply of Goods and in compliance with the requirements and
regulations of the authorities having jurisdiction, including the Prime Contractor for Safety at the
Work Site.

GC 2.4 OWNER - SUPPLY CONTRACTOR CO-ORDINATION


.1 Performance under the Contract may be dependent upon other work by the Owner, the General
Contractor or other contractors on and about the Work Site during the time the Supply Contractor
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 10 of 23

is performing the work. The Supply Contractor shall fully co-operate and co-ordinate its work
with the work of the Owner, the General Contractor and other contractors so that work on the
entire scheme of development may be performed with utmost speed consistent with good
practice.

GC 2.5 DISPUTES
.1 Determination by Engineer: Except as otherwise specifically provided, questions regarding
meaning, interpretation and intent of the Contract or Contract Documents shall be referred by the
Supply Contractor in writing to the Engineer for its decision. The Engineer shall, within twenty
(20) days, respond to the Supply Contractor in writing with its decision. Failure of the Supply
Contractor to notify the Owner in writing of disagreement with the Engineer's decision within ten
(10) days of receipt of the Engineer's decision shall constitute a waiver of the Supply Contractor's
right to thereafter assert a claim resulting from such decision.

GC 2.6 SUBCONTRACTS
.1 No Subcontractor other than those named in the Proposal Form shall be employed by the Supply
Contractor without the written approval of the Engineer. Subcontractors named in the Proposal
Form and those subsequently approved shall not be changed without the written consent of the
Engineer. The Supply Contractor is responsible to the Owner for the acts and omissions of said
Subcontractors and of their employees, to the same extent that the Supply Contractor is
responsible for the acts or omissions of persons employed by the Supply Contractor. Nothing in
the Contract Documents shall create any contractual relation between any Subcontractor and
Owner. The Supply Contractor shall bind every Subcontractor to the terms of the Contract
Documents.

GC 2.7 ORAL AGREEMENTS


.1 No oral instruction, objection, claim, or notice by any party to the others shall affect or modify
any of the terms or obligations contained in any of the Contract Documents and none of the
provisions of the Contract Documents shall be held to be waived or modified by reason of any act
or failure to act whatsoever, other than by a waiver or modification thereof in writing and agreed
to by the parties to the Contract.

PART 3 SPECIFICATIONS AND DRAWINGS

GC 3.1 INTERPRETATION OF SPECIFICATIONS AND DRAWINGS


.1 General: The Specifications and Drawings are intended to be explanatory of each other. Work
specified on the Drawings and not in the Specifications, or vice versa, shall be executed as if
specified in both.

.2 Request for Clarification: If the Supply Contractor requires any clarification concerning the
Goods, it shall direct its request in writing for clarification to the Engineer.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 11 of 23

GC 3.2 DIVISION OF SPECIFICATIONS AND DRAWINGS

.1 Specifications and Drawings are divided into groups for the convenience of the Owner and the
Engineer. These divisions are not for the purpose of apportioning work or responsibility for work
among subcontractors, suppliers and manufacturers.

GC 3.3 CONFLICTING PROVISIONS, ERRORS AND OMISSIONS IN CONTRACT


DOCUMENTS
.1 Conflicting Provisions: In case of any inconsistency or conflict between the provisions of the
Contract Documents, the provisions of such documents and Addenda thereto will take precedence
and govern in the following order:
(a) Agreement
(b) Supplementary General Conditions
(c) General Conditions
(d) Specifications
(e) Drawings
(f) Executed Proposal Form
(g) Instructions to Proponent
(h) Request for Proposal (RFP)
(i) All Other Documents.
.2 Figured dimensions on a drawing take precedence over measurements scaled from the drawing,
and large-scale drawings take precedence over those of a smaller scale. Supplementary drawings
and specifications supersede their antecedents. In case of conflict between figured dimensions on
a drawing and the dimensions of a specified product, the dimensions of the specified product will
govern.

.3 The Supply Contractor shall review the Contract Documents provided by the Owner or the
Engineer and shall promptly provide Notice to the Engineer of any of the following that the
Supply Contractor discovers or becomes aware of:
(a) any errors, inconsistencies, omissions or ambiguities in the Contract Documents;
(b) doubt as to the meaning or intent of any part of the Contract Documents;
(c) any variance between the content of the Contract Documents and the Law; or
modifications required to be made to the Contract Documents as a result of revisions
made to the Law
.4 If the Supply Contractor does discover any conditions described herein, the Supply Contractor
shall not proceed with the Work affected until the Supply Contractor has received clarification of
or revisions to the Contract Documents from the Engineer.

.5 If the Supply Contractor fails to provide Notice as required herein or proceeds with the Work
before receiving clarification of or revisions to the Contract Documents from the Engineer the
Supply Contractor shall be responsible for and shall bear the costs, expenses, and damages
attributable to any such failure, or of proceeding in such manner.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 12 of 23

.6 Unless otherwise expressly agreed to in writing by the Owner, nothing contained in the Contract
Documents shall create any contractual relationship between:
(a) the Owner or its Personnel and any Subcontractor or its Personnel, or other Persons
engaged in the performance of the Work; or
(b) the Engineer or its Personnel and the Supply Contractor, or any Subcontractor, or their
respective Personnel, or other Persons engaged by them in the performance of the Work.
PART 4 MATERIAL, EQUIPMENT AND WORKMANSHIP

GC 4.1 GENERAL
.1 The Goods shall be new and of the quality specified. All work related to the Contract Documents
shall be done with new materials, articles, equipment and workmanship of the best quality and
description and by employment of properly skilled workers and in strict conformity with and as
required by the Contract Documents. Materials and equipment shall be the product of suppliers or
manufacturers of established good reputation, regularly engaged in the supply or manufacture of
such materials or equipment.

GC 4.2 DEMONSTRATION OF COMPLIANCE WITH CONTRACT REQUIREMENTS


.1 Inspection:
(a) The Owner or the Engineer or an Inspector or agent appointed by either of them shall
have access to the Goods and to the places the Goods are being manufactured, assembled,
fabricated, stored or transported or where materials, equipment and machinery are being
obtained for the Goods. The Supply Contractor, at the Supply Contractor's sole cost, shall
provide to the Engineer or the Owner the assistance necessary for obtaining such access,
and shall provide all information necessary or desirable in connection with the inspection
of the Goods.
(b) The Supply Contractor shall at all times give and cause to be given to the Owner or the
Engineer or an Inspector free access to inspect and test the Goods, wherever same is
being performed or carried out.
(c) Such inspections and testing shall not in any way relieve the Supply Contractor from any
of its obligations or responsibilities under the Contract Documents, and shall not in any
way prejudice or constitute a waiver of any rights or remedies of the Owner or any
guarantees, warranties or covenants in favour of the Owner, and the Owner shall be
entitled to rely on the expertise and obligations of the Supply Contractor and its
subcontractors and their consultants and engineers to the same extent as if such
inspections and testing by the Owner or the Engineer or an Inspector had not taken place.
(d) If the Contract Documents, laws, ordinances, or any public regulatory authority requires
parts of the Goods to be specially inspected, tested or approved, the Supply Contractor
agrees that the Goods shall comply.
(e) The Goods are subject to inspection and acceptance by the Engineer within a reasonable
time after receipt. The Engineer will notify the Supply Contractor in writing of the
rejection of any of the Goods, which are not in accordance with the Contract Documents,
and the Goods will be held subject to disposition by the Supply Contractor at the Supply
Contractor's risk and subject to all charges accruing as a result of such rejection.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 13 of 23

(f) Notwithstanding any prior payment therefore, all Goods are subject to inspection and
testing by the Owner at the Work Site and if the Goods are to be incorporated into the
operating facility, the Owner's inspection and testing of the Goods may be made under
operating conditions after the Goods have been installed.
.2 Certification: Where compliance of Goods, materials or equipment with the Contract Documents
is not readily determinable through inspection and tests, the Engineer may require that the Supply
Contractor provide, at the Supply Contractor's expense, properly authenticated documents,
certificates or other satisfactory proof of compliance. These documents, certificates or other proof
shall include performance characteristics, materials of construction and the physical or chemical
characteristics of materials.

.3 Expenses: Unless otherwise specified in the Contract Documents, the Engineer's travel,
subsistence and labour expenses for inspection and testing shall be paid by the Owner. If the
Supply Contractor requests the Engineer to inspect and test Goods, materials or equipment at the
point of manufacture, then the additional costs to the Owner for travel, subsistence and labour
expenses shall be paid by the Supply Contractor and may be deducted by the Owner from any
payment due to the Supply Contractor under the Contract. After an inspection by the Engineer, if
the Goods, materials or equipment require further inspection by the Engineer, then the additional
costs to the Owner for travel, subsistence, and labour expenses shall be paid by the Supply
Contractor and may be deducted from any payment due to the Supply Contractor under the
Contract.

GC 4.3 DEFECTIVE OR IMPROPER GOODS


.1 Correction of Defective Goods: If upon inspection, testing or otherwise the Goods or any portion
thereof are found to be non-conforming, unsatisfactory, defective, or inferior quality or
workmanship, or fail to meet any guarantee of operating or other specifications contained herein,
or any other requirements of the Contract Documents, then without prejudice to any other rights
or remedies, the Engineer may give notice of its dissatisfaction to the Supply Contractor either
verbally or in writing and the Supply Contractor shall immediately upon receipt of such notice do
all things that are required to satisfy the Engineer. Any such verbal notice shall be confirmed in
writing by the Engineer if requested by the Supply Contractor within one working day of the
verbal notice. If the Supply Contractor refuses or neglects to do all things that are required to
satisfy the Engineer within ten (10) days from the receipt of notice, the Owner may employ some
other person to do so and all expenses and costs consequent thereon or incidental thereto shall be
charged to the Supply Contractor. The employment of such other person or the doing of the said
work by the Owner itself shall not affect the Supply Contractor's duties and liabilities hereunder
or relieve the Supply Contractor from the performance and fulfilment of any or all of the Supply
Contractor's warranties, covenants, undertakings, obligations and duties under the Contract.

.2 If upon inspection, testing or otherwise the Goods or any portion thereof are found to be non-
conforming, unsatisfactory, defective, or inferior quality or workmanship, or fail to meet any
guarantee of operating or other specifications contained herein, or any other requirements of the
Contract Documents, then without prejudice to any other rights or remedies, the Owner may
return the Goods or any part thereof to the Supply Contractor at the Supply Contractor's sole cost
and all amounts theretofore paid by the Owner to the Supply Contractor on account of the
Contract Price of such returned Goods, shall be repaid to the Owner by the Supply Contractor.
The Supply Contractor shall advise the Owner, in writing, where to return the Goods, and failing
such advice from the Supply Contractor, the Supply Contractor agrees to accept the returned
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 14 of 23

Goods at the Supply Contractor's registered office. Neither the inspection nor failure to make
inspection, nor acceptance of Goods shall release the Supply Contractor from any warranties or
other provisions of this Contract nor impair the Owner's right to reject non-conforming Goods.
The Owner reserves the right even after it has paid for accepted Goods to make a claim against
the Supply Contractor on account of any Goods which do not prove to be satisfactory or are
defective irrespective of the Owner's failure to notify the Supply Contractor of a rejection of non-
conforming Goods or revocation of acceptance thereof, or to specify with particularity any defect
in non-conforming Goods after rejection or acceptance thereof.

.3 Retention of Defective Work: If in the opinion of the Engineer any portion of the work done
under the Contract is defective or not in accordance with the Contract Documents and if the
defect or imperfection in the same is not of sufficient magnitude or importance to make the
Goods dangerous or undesirable, or if the removal of such Goods is impracticable, or will create
conditions which are dangerous or undesirable, the Owner shall have the right and authority to
retain such Goods instead of requiring the defective or imperfect Goods to be removed and
reconstructed, but the Owner shall be entitled to make such deductions from the payments due or
to become due to the Supply Contractor as are just and reasonable.

.4 No Implied Approval: The fact that the Engineer or the Owner has not disapproved of or rejected
any part of the Goods or any of the plant used in connection therewith shall not be deemed or be
construed to be an acceptance of any such part of the Goods or any such materials.

GC 4.4 WARRANTY AND GUARANTEE


.1 The Supply Contractor agrees that the Goods manufacturer's standard warranty will be to the
benefit of the Owner and that the Goods are free from all defects arising from faulty construction,
manufacturing, materials, equipment or workmanship for a period of the lesser of two (2) years
from the date of Substantial Performance.

.2 The Supply Contractor warrants and guarantees that the Goods are free from all defects arising
from faulty construction, manufacturing, installation, materials, equipment or workmanship in
any part of the Goods for a period of two years commencing from the date of acceptance by the
Engineer after each operational testing under each construction contract. During the warranty
period, the Supply Contractor, upon the receipt of notice in writing from the Owner or the
Engineer, shall promptly make all repairs arising out of the defects. The Owner shall be entitled
to make such repairs, if ten (10) days after the giving of such notice to the Supply Contractor, the
Supply Contractor has failed to make or undertake with due diligence the repairs. In case of an
emergency, where, in the opinion of the Owner or the Engineer, delay could cause serious loss or
damage, or inconvenience to the public, repairs may be made without notice being sent to the
Supply Contractor. The costs of any repair made by the Owner in connection with this clause
shall be charged to the Supply Contractor and the Supply Contractor shall reimburse the Owner
for such costs. All covenants and agreements shall continue to be binding on the Supply
Contractor until they have been fulfilled.

.3 The Owner is relying on Supply Contractor's skill and judgment in selecting and providing the
proper Goods and any applicable services for the Owner's particular use. The Supply Contractor
warrants to the Owner and its successors in interest that the Goods and any services covered
hereby will correspond with the description of the same in the Contract Documents, will conform
to all applicable Specifications, will be new and of the best quality and, unless otherwise
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 15 of 23

specified, will be fit for the purpose for which they are to be used and will conform in all aspects,
both in the manufacture and use thereof, with all applicable safety orders or regulations
applicable in the place of the Work. The Supply Contractor also warrants that the Goods are free
and clear of all liens and encumbrances whatsoever and that the Supply Contractor has a good
and marketable title to the same.

.4 The Supply Contractor warrants and guarantees that the Goods are free from all defects arising at
any time from faulty design in any part of the Goods.

PART 5 INDEMNIFICATION OF OWNER

GC 5.1 INDEMNIFICATION
.1 The Supply Contractor shall at all times and without limitation, be fully liable for, and shall
indemnify and save harmless the Owner and its Personnel, including the Engineer, from and
against all liabilities, losses, injuries, costs, damages, legal fees and disbursements on a solicitor
and own client basis, disbursements, fines, penalties, expenses, all manner of actions, causes of
action, claims, demands and proceedings, all of whatever nature and kind, which any of the
Owner and its Personnel, including the Engineer, may sustain, pay or incur or which may be
brought or made against all or any of them, and whether or not incurred, in connection with any
action or other proceedings or claims or demands made by third parties, relating to, or resulting
from or arising out of all or any of the following:
(a) the misconduct, negligent action or negligent failure to act, as the case may be, of the
Supply Contractor or any of those Persons for whom the Supply Contractor is responsible
at Law (including, without limitation, any of its Personnel or Subcontractors);
(b) the costs of repairs, clean-up or restoration paid by the Owner and any fines levied
against the Owner or the Supply Contractor;
(c) any breach, violation or non-performance of any representation, warranty, obligation,
covenant, condition or agreement in this Contract set forth and contained on the part of
the Supply Contractor to be fulfilled, kept, observed or performed, as the case may be;
(d) any damages to third parties caused by, resulting at any time from, arising out of or in
consequence of the misconduct, negligent action or failure to act of the Supply Contractor
or any of those Persons for whom the Supply Contractor is responsible at Law (including,
without limitation, any of its Personnel or Subcontractors); or
(e) any damages, costs, fines, expenses and penalties that the Owner is required to pay on
account of the Supply Contractor performing the Work in breach of any Workers
Compensation Legislation order or regulation.
.2 The provisions herein are in addition to and shall not prejudice any other rights of the Owner at
Law or in equity.
(a) The Owner shall indemnify and hold harmless the Supply Contractor and its Personnel
from and against claims, demands, losses, costs, damages, actions, suits, or proceedings
arising out of the Supply Contractor’s performance of the Contract which are attributable
to a lack of or defect in title to the Work Site.
(b) If the Owner performs work at the Work Site at the same time as the Supply Contractor is
performing the Work, then the Owner shall indemnify and hold harmless the Supply
Contractor and its Personnel from and against claims, demands, losses, costs, damages,
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 16 of 23

actions, suits or proceedings by third parties that arise out of or are attributable to, any act
or omission or alleged act or omission of the Owner and its Personnel in the performance
of that work.
(c) If it becomes necessary for the Owner or its Personnel, including the Engineer, to take or
to become involved in any action, including but not limited to legal proceedings, to
enforce any term of this Contract, the Supply Contractor shall be liable for and will pay
to the Owner and its Personnel, including the Engineer, all costs, including but not
limited to legal fees and disbursements on a solicitor and own client basis, incurred by the
Owner and its Personnel, including the Engineer, in relation to the action to enforce any
term of this Contract.
(d) The Supply Contractor represents that it has fully investigated all Specifications,
including any furnished by the Owner, in connection with the Goods and based on such
investigation and its past experience and superior knowledge with respect to such Goods
has determined that the production and supply thereof will not infringe any patent,
trademark or copyright.
(e) The Supply Contractor warrants to the Owner and its successors in interest that the
manufacture, sale or use of the Goods and any services covered by this Contract, whether
manufactured in accordance with the Owner's Specifications or otherwise, do not and will
not infringe upon any patent, trademark or copyright. The Supply Contractor shall save
harmless and indemnify the Indemnified Parties from and against all actions, claims,
demands, proceedings, suits, losses, damages, costs and expenses of whatsoever kind or
nature arising in any way from liability of any nature or kind for or on account of any
copyrighted or un-copyrighted composition, secret or other process, patented or un-
patented invention, articles or appliances manufactured or used in connection with the
Goods, and used or to be used by the Owner before or after completion of the work
unless otherwise stipulated in this Contract, and if the Supply Contractor shall fail to save
harmless and indemnify in manner aforesaid, any money collected from the Indemnified
Parties shall be charged to the Supply Contractor.

GC 5.2 SHIPMENT OF GOODS/DAMAGE TO GOODS


.1 The Goods will be delivered by the Supply Contractor to the FOB Point.

.2 The Supply Contractor will be responsible and pay for all transportation, freight, insurance,
storage, customs or excise charges or duties and all other costs and expenses whatsoever incurred
in connection with the Goods prior to the Goods being delivered to the FOB Point.

.3 Notwithstanding any shipping instructions or otherwise, the Supply Contractor shall assume and
pay any and all loss or damage to the Goods from any cause whatsoever up to the FOB Point.

.4 If loss or damage to the Goods occurs for which the Supply Contractor is responsible, the Supply
Contractor shall immediately effect repairs or replace any property as necessary in order to make
good any such loss or damage. If the Supply Contractor refuses or neglects to do so, the Owner
may make good any such loss or damage, either by itself or by employing some other person, and
the expense of doing so shall be charged to the Supply Contractor. If any repair or replacement of
property is performed on the goods as a result of loss or damage to the goods for which the
supply contractor is responsible the Supply Contractor represents and warrants that the warranty
provided herein shall not be affected or changed to any manner or respect whatsoever.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 17 of 23

PART 6 PROGRESS AND COMPLETION

GC 6.1 CONTRACT TIME


.1 Execution of the Work: Time shall be strictly of the essence. The Supply Contractor shall supply
the Goods and all portions of the work thereof shall be completed in accordance with the Contract
Documents. The Supply Contractor acknowledges that the schedule for the work and supply of
the Goods as set out in the Contract Documents is reasonable.

.2 Schedule: The Supply Contractor shall provide a schedule and reports in accordance with the
Contract requirements for scheduling and coordinating the work and supply of Goods within the
prescribed time. Contract time extensions, if any, under the Contract shall be incorporated into
updated schedules. The failure of the Supply Contractor to comply with this requirement shall
entitle the Owner to terminate the Supply Contractor's right to continue with the work and supply
of Goods or to delay progress payments.

.3 Progress: If the work or supply of the Goods falls behind schedule, the Supply Contractor shall
advise the Engineer what actions will be taken to return the work or supply of the Goods or
portions thereof to comply with the schedule including:
(a) Increase manpower in quantities and crafts;
(b) Increase the number of working hours per shift, shifts per working day, working days per
week, or the amount of equipment, or any combination of the foregoing; and
(c) Reschedule activities.
.4 The Supply Contractor upon request of the Engineer shall prepare a proposed schedule revision to
make up the delay in progress and ensure completion of the work and supply of the Goods in
accordance with the Contract Documents. The proposed schedule revisions shall be submitted to
the Engineer in accordance with the Contract. All costs and expenses of getting the work or
supply of Goods back on schedule shall be for the Supply Contractor's account.

.5 None of the services performed by the Engineer in monitoring, reviewing and reporting on the
status and progress of the work or supply of the Goods shall relieve the Supply Contractor of
responsibility for planning and managing the work or supply of the Goods in conformance with
the Contract Documents.

.6 If the Engineer makes any suggestion to the Supply Contractor relating to the work or supply of
the Goods which is not set out or provided for in the Contract Documents and which the Supply
Contractor adopts and uses, in whole or in part, such adoption or use shall be at the risk of the
Supply Contractor. The Owner and the Engineer shall bear no risk or responsibility for the
adoption and use of such suggestion and without limitation will not be responsible for any
defects, non-compliance with the Contract Documents or delay in the work or supply of the
Goods, which may result from the adoption and use of such suggestion.

.7 Extension of Time: If the Supply Contractor wishes to claim an extension of the time allowed for
the completion of all or any portion of the work or supply of the Goods by reason of being
ordered to perform extra work or furnish extra material, or consequent upon any delay occasioned
by strikes, lockouts (other than by the Supply Contractor alone), Act of God or any other cause
beyond the control of the Supply Contractor, whether or not of similar kind or nature, the Supply

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 18 of 23

Contractor must give notice in writing to the Engineer within ten (10) days after any such order
has been given or such delay has first arisen, stating the reason for such delay and requesting an
extension of time. In such event, the Engineer shall advise the Owner of the notice it received
from the Supply Contractor and shall review the request within fifteen (15) days and make a
recommendation to the Owner about the disposition of the request. The Owner, after receipt of
the Engineer's recommendation, shall reasonably determine what extension of time, if any, the
Supply Contractor shall be allowed for the supply of Goods.

.8 No claim by the Supply Contractor for an extension of the time allowed for the completion of all
or part of the supply of the Goods shall be considered or allowed by the Owner unless it is for and
results from one or more of the events or causes set out in GC 6.1.7.

.9 The Owner's determination under GC 6.1.7 shall not in any way affect the adequacy of the
Contract Price or derogate from the rights of the Owner under any provision of the Contract
Documents. Any extension of time granted pursuant to GC 6.1.7 shall be deemed to be in full and
final compensation and satisfaction for any actual or probable losses, claims, damages, costs,
expenses, causes of action or injuries sustained or sustainable by the Supply Contractor in respect
of any matter or things for which an extension of time is granted.

.10 Consequential Damages: The Owner, and the Engineer shall not be liable to the Supply
Contractor for, and the Supply Contractor hereby waives recovery from them of, loss of profits or
anticipated profits, loss of production, impact costs, overhead, claims of the Supply Contractor's
customers, suppliers or contractors, or other indirect or consequential damages arising at any time
from any cause whatsoever, whether arising under tort, implied or statutory warranties, strict
liability or breach of contract ("Consequential Damages") notwithstanding any right or remedy
available to the Supply Contractor at law or in equity to Consequential Damages.

.11 Liquidated Damages: If the Supply Contractor fails to supply the Goods to the FOB Point on or
before the dates shown on the schedule of Supply and Delivery, the Supply Contractor shall pay
consideration to the Owner in accordance with the following schedule for each working day or
part thereof after the dates upon which the Goods were required to be delivered to the FOB Point.

Amount Payable
per Working Day

$ 2,000

The total consideration payable by the Supply Contractor pursuant to this clause is up to a
maximum of $100,000.

.12 Every amount charged to the Supply Contractor or owed to the Owner by the Supply Contractor
shall be paid by the Supply Contractor to the Owner on demand or, in the Owner's discretion,
may be set off by the Owner from monies due to the Supply Contractor under this Contract or
recovered by the Owner from the Supply Contractor or its Surety.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 19 of 23

GC 6.2 SUSPENSION OF WORK BY OWNER


.1 The Owner may at any time suspend the Work, or any portion thereof, provided that the Owner
gives the Supply Contractor five (5) days written notice of suspension. The Supply Contractor
shall resume work upon written notice of the Owner within ten (10) days after the date set forth in
such notice, or in a subsequent notice to resume work. The Owner will reimburse the Supply
Contractor for direct and provable costs and expenses incurred by the Supply Contractor
necessitated by such suspension of work or portion thereof, but the Supply Contractor shall not
recover from the Owner payment for any loss of profits or damages. If the suspension notice lasts
more than ninety (90) days, the Supply Contractor may, on ten (10) days written notice, terminate
the contract.

GC 6.3 OWNER’S TERMINATION OF CONTRACT


.1 The Owner may terminate the Contract if the Supply Contractor at any time becomes bankrupt,
makes an assignment of his property for the benefit of his creditors, or if a receiver or liquidator
should be appointed. Such termination shall be effective upon the Owner giving notice thereof.

.2 If at any time the Owner forms the opinion that the Supply Contractor is in default under this
Contract because the Supply Contractor:
(a) has breached a fundamental term of the Contract or is in substantial breach of the terms
of the Contract;
(b) has failed to commence work or supply the Goods, within the time specified in the
Contract Documents;
(c) has failed or is failing to furnish or to maintain a detailed schedule;
(d) has become in any way unable to carry on the work or supply the Goods or any part
thereof;
(e) has abandoned the work or failed to supply the Goods; or
(f) has repeatedly failed to make prompt payments to subcontractors, suppliers or others for
labour, materials or equipment; then the Owner may give notice in writing to the Supply
Contractor of such opinion and require that such default or defaults be remedied
forthwith. If, within five (5) days of such notice, such default or defaults are not remedied
to the satisfaction of the Owner, the Owner may terminate the Contract. Such termination
shall be effective immediately.
.3 Upon termination, the Owner may take all Goods out of the Supply Contractor's hands and
employ such means as the Owner may see fit to complete the work. In such case:
(a) The Supply Contractor shall have no claim for any further payment in respect of the
Goods;
(b) No objection or claim shall be raised or made by the Supply Contractor by reason of or
on account of the ultimate cost of the Goods so taken over for any reason proving greater
than, in the opinion of the Supply Contractor, it should have been;
(c) Notwithstanding Part 7, all materials and all rights, proprietary or otherwise, licences,
powers and privileges, whether relating to or affecting real or personal property,
acquired, possessed, or provided by the Supply Contractor for the purposes of supply of
the Goods will become or remain and be the property of the Owner for all purposes
incidental to the completion of supply of the Goods and may be used, exercised, and
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 20 of 23

enjoyed by the Owner as fully to all intents and purposes connected with supply of the
Goods as they might theretofore have been used, exercised, and enjoyed by the Supply
Contractor;
(d) The Owner may assign all rights and privileges granted to the Owner in this clause to
another supply contractor retained by the Owner to continue with the work or supply of
the Goods.
(e) If the Supply Contractor's right to supply the Goods is terminated in accordance with the
provisions of this clause, the Supply Contractor shall not be entitled to receive any further
payment until the work and supply of Goods is completed.
.4 Except as hereinbefore provided, the Supply Contractor shall have no claim against the Owner for
any reason whatsoever by reason of the termination of the Contract.

GC 6.4 SUPPLY CONTRACTOR’S TERMINATION OF CONTRACT


.1 The Supply Contractor shall have the right to terminate the Contract for any of the following
reasons:
(a) In the event the Owner fails to pay, except as provided in the Contract Documents, any
sum certified by the Engineer within twenty (20) days from the due date of payment, and
fails to remedy such default within ten (10) days of the Supply Contractor’s written
notice to do so.
(a) In the event the Owner suspends work as provided for herein for more than ninety (90)
days.
i. In such event, the Supply Contractor will receive from the Owner payment for all
work performed, losses sustained in respect of any materials, loss of profits,
damages and expenses. Such termination shall be effective upon the Supply
Contractor giving notice thereof.

PART 7 PAYMENT

GC 7.1 PAYMENTS TO SUPPLY CONTRACTOR


.1 Progressive payments to the Supply Contractor will be made on the basis of the schedule of
proposal prices as presented on the Proposal Form.

.2 The Supply Contractor shall submit to the Engineer at each scheduled payment event, a request
for a payment to the Supply Contractor. If requested by the Engineer, the Supply Contractor shall
provide such additional information as may be reasonably required to support the request for a
payment. Such information may include satisfactory evidence of payment for equipment,
materials and labour including payments to subcontractors and suppliers.

.3 Within ten (10) days after receipt of the request for a schedule payment, the Engineer will review
the request and recommend to the Owner the amount of the schedule payment to be made to the
Supply Contractor. Subject to the provisions of the Contract, the Owner will after receipt of the
Engineer's recommendation, process the payment.

.4 The Owner may withhold from any scheduled payment:

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 21 of 23

(a) Any deduction the Owner may be entitled to under the Contract;
(b) Such reasonable amount as the Owner determines appropriate for any part of the Goods
that are not supplied or with respect to work otherwise not in compliance with the
Contract Documents.
(c) Holdbacks in accordance with applicable legislation.
.5 Payments may be withheld in accordance the Contract until the relevant operating manuals and
all operating and maintenance materials together with all warranties have been delivered to the
Engineer.

.6 In addition to any other remedy the Owner may have in the Contract or law, the Owner may
refuse to make payment because of subsequently discovered evidence or test results, and shall be
compensated for any payment previously made to the Supply Contractor to such extent as may be
necessary to protect the Owner from loss as a result of:
(a) Defective or damaged Goods;
(b) A deductive change order;
(c) Failure of the Supply Contractor to perform the work or supply the Goods in accordance
with the Contract Documents, including failure to maintain the supply of the Goods in
accordance with the schedule;
(d) Disregard by the Supply Contractor of the authority of the Engineer or the Law.
The Owner may refuse to make payment of the full amount because of claims made against the
Owner on account of the Supply Contractor's performance or supply of Goods. In such case, the
Owner shall give the Supply Contractor prompt written notice stating the reasons for each action.

.7 The Owner, may withhold from payment to the Supply Contractor:


(a) Any set-off the Owner may be entitled to under the Contract;
(b) The amount of any bona fide builders lien claim asserted against the Owner or which the
Owner acting reasonably anticipates will be made against the Owner; and
.8 Prior to payment to the Supply Contractor, if requested by the Owner, the Supply Contractor shall
deliver to the Owner a statutory declaration in form satisfactory to the Owner declaring that all
subcontractors, labour and accounts for material and equipment have been paid.

GC 7.2 BUILDERS’ LIEN ACT


.1 The amounts withheld to comply with the Lien Act will be retained by the Owner until payment
is due in accordance with the provisions of the relevant legislation. In those cases where work is
such that the Lien Act does not apply or does not require the retention of holdback, the Owner
will nevertheless retain holdbacks to the same extent as if such legislation applied to the Work.

GC 7.3 SUBSTANTIAL PERFORMANCE


.1 Substantial Performance shall be as defined under the Lien Act of British Columbia.

GC 7.4 HOLDBACK RELEASE DOCUMENTS


.1 Upon the expiry of the statutory time for filing liens under the Lien Act, the Supply Contractor
shall submit the following documents to the Engineer:
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 22 of 23

(a) an application for payment of the holdback amount;

(b) a sworn declaration in a form acceptable to the Engineer to state that all accounts for
labour, subcontracts, Materials, Construction Equipment, and other indebtedness which
may have been incurred by the Supply Contractor in the Substantial Performance of the
Work and for which the Owner might in any way be held responsible have been paid in
full, except for amounts properly retained as a holdback or as an identified amount in
dispute; and

(c) documents satisfactory to the Engineer showing compliance with the applicable Workers
Compensation Legislation at the Work Site including payments due thereunder.

GC 7.5 CHANGE ORDERS / CHANGE DIRECTIVES


.1 The Owner may at any time make any change in the Goods within the general scope of the work
including a deceleration or an acceleration of the supply of the Goods or any portion thereof by
issuing a change order to the Supply Contractor.

.2 Where agreement cannot be reached between the Supply Contractor and the Engineer on the fair
value of the cost of the change, the Engineer may instruct the Supply Contractor to proceed under
the Force Account provisions of the Contract.

GC 7.6 EXTRA WORK


.1 Extra work means the furnishing of goods, materials and equipment or the doing of work not
directly or by implication called for in the Contract. If the Owner requires extra work it may do it
itself or by the employment of others or it may direct the Supply Contractor to do the extra work
by the issuance of a change order at a mutually agreed upon lump sum. If the Owner and the
Supply Contractor cannot agree upon a lump sum and the Supply Contractor intends to assert a
claim for an adjustment under this section, it must, within fifteen (15) days after receipt of a
written change order or the furnishing of a written notice, submit to the Engineer a written
statement setting forth the general nature and monetary extent of such claim, unless the Engineer
extends this period. The statement of a claim hereunder may be included in this written statement.

.2 Nevertheless, the giving of such a written statement to the Engineer shall not relieve the Supply
Contractor of its obligations to carry out and obey such orders and instructions.

GC 7.7 FORCE ACCOUNT


.1 Compensation for work done on a force account basis authorized by Engineer will be made in
accordance with the following:
(a) Labour: All classifications of labour actually employed on the extra work will be paid for
at the rates actually expended by or legally payable by the Supply Contractor including
assessments payable under any statutory scheme relating to workers' compensation,
pension, unemployment insurance, or holidays with pay. The Supply Contractor will be
allowed a twenty percent (20%) fee based on the gross cost of labour as described above.
(b) Equipment: The rates for equipment, vehicles, and power tools shall include operator's
wages and fringe and other benefits, all maintenance and operating costs. Compensation
will be paid at the rates listed in the latest edition of the Province of British Columbia
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 23 of 23

“Blue Book” Equipment Rental Rates. The Supply Contractor will be allowed a ten
percent (10%) fee based on the gross cost of equipment as described above. Such fees
shall be applied to the rental charge for equipment and will be the maximum paid
regardless of the ownership.
(c) On subcontract work, the percentage fee allowable to the Supply Contractor shall be ten
percent (10%) of the subcontractor's bill for such work performed.
(d) Materials supplied by the Supply Contractor shall be paid for at the supplier's invoice
price plus an additional payment of ten percent (10%) of cost to cover handling and
indirect overhead costs, plus ten percent (10%) of all costs, including handling and
indirect overhead as its fee.
(e) The proper proportion, if applicable, as determined by the Engineer, of the net board and
lodging costs of the labour employed on extra work or of applicable reasonable living-out
allowances paid in lieu thereof.
(f) The cost of the work done each day will be submitted to the Engineer in a satisfactory
form on each succeeding day after force account work is carried out and shall be applied
or adjusted by the Engineer.
The submission to, or acceptance of, or approval by, the Engineer of daily force account work
records shall not at any time be deemed an admission that the work is properly chargeable to
force account.

GC 7.8 WORK AND MATERIALS OMITTED


.1 The Supply Contractor shall, when ordered by change order, omit goods, materials or equipment
or work to be done or furnished under the Contract Documents and the value of the omitted
goods, materials, equipment or work will be deducted from the total Contract Price. The value of
the omitted goods, materials, equipment or work will be valued on the basis of the actual direct
cost saving to the Supply Contractor and based on the breakdown of prices submitted by the
Supply Contractor pursuant to Section 00 42 00 – Proposal Form.

GC 7.9 COMPLETION CERTIFICATE


.1 When the Supply Contractor is of the opinion that Work has been completely performed, the
Supply Contractor shall submit a written request to Engineer for a final inspection. The Engineer
will make an inspection and will notify the Supply Contractor in writing of any defects or
deficiencies, which require to be corrected before all the Work has been performed. When the
defects or deficiencies, if any, have been corrected and the Supply Contractor has submitted to
the Engineer a written statement that all claims and demands of the Supply Contractor for extra
work or otherwise in connection with the Contract have been presented in writing to the Engineer,
the Engineer will recommend to the Owner that a Completion Certificate be issued to the Supply
Contractor.

.2 The Owner, subject to the Owner’s acceptance of this recommendation, will issue the Completion
Certificate.

END OF DOCUMENT

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 73 00
Consolidated Wastewater Treatment Plant SUPPLEMENTARY CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 4

MODIFICATIONS TO GENERAL CONDITIONS

The General Conditions are hereby revised as follows:

ADDITIONAL GENERAL CONDITIONS

Add the following:


Add GC1.6.2 as follows:

The Owner will assign the Contract arising from the acceptance of a Proposal hereunder to a General
Contractor, when the General Contractor has been selected. The Supply Contractor under this Contract
will be required to execute a tripartite Assignment and Novation Agreement with the Owner and the said
General Contractor.

Add GC 1.8 BONDS as follows:


.1 The Supply Contractor shall, prior to commencement of the Work, pay for and provide to the
Owner:

(a) a performance bond, in the amount of 50% of Contract Price, covering the performance
of this Contract, including any warranty requirements; and

.2 The Owner shall not be obligated to make any payment to the Supply Contractor until such time
as the bonds specified in GC 1.8 have been delivered to the Owner by the Supply Contractor.

.3 The cost of all Contract Security shall be included in the Proposal Price.

.4 The bonds specified in GC 1.8 shall be:

(a) in the form which is in accordance with the latest edition of the CCDC approved bond
forms;

(b) issued by a duly licensed surety company authorized to transact the business of
suretyship in the province or territory of the Project Site;

(c) acceptable to the Owner; and maintained in good standing until the fulfillment of the
Contract.

.5 The Proposal shall be accompanied by a letter of consent from the Proponent’s surety confirming
that it will issue new bonds in favour of the General Contractor upon execution of the Novation
Agreement and the surrender of the original bonds.

GC8. CANADIAN ANTI-SPAM LEGISLATION

.1 In accordance with Canadian anti-spam legislation, each Party consents to contacting the other
Party and its personnel through electronic messages relating to the Project. Following completion
of the Project, either Party may withdraw consent by contacting the other Party.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007300.doc:
April 03, 2020
City of Powell River 00 73 00
Consolidated Wastewater Treatment Plant SUPPLEMENTARY CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 4

GC9. INSURANCE

Without limiting any of Supply Contractor’s obligations or liabilities under the Contract Documents,
Supply Contractor shall, and shall cause its Subcontractors to, obtain and continuously carry, while Work
is being performed and, unless otherwise specified in this Section, while any remedial or warranty work is
being undertaken, at Supply Contractor’s own expense and cost, the following insurance coverage with
minimum limits not less than those stated:

Commercial General Liability Insurance

Commercial General Liability Insurance, in a form acceptable to Owner, with limits of not less than
$5,000,000.00 inclusive per occurrence for bodily injury, death and damage to property, including loss of
use thereof.

Commercial General Liability policy shall include the following:

a. Additional Insured: Owner and Engineer are added as additional insured, but only with respect to
liability arising out of the Supply Contractor's performance of the Contract.
b. Bodily Injury and Property Damage to third parties arising out of the operations of the Supply
Contractor.
c. Products and Completed Operations: Coverage for bodily injury or property damage arising out
of goods or products manufactured, sold, handled, or distributed by the Supply Contractor and/or
arising out of operations that have been completed by the Supply Contractor.
d. Personal Injury: While not limited to, the coverage must include Violation of Privacy, Libel and
Slander, False Arrest, Detention or Imprisonment and Defamation of Character.
e. Cross Liability/Separation of Insureds: Without increasing the limit of liability, the policy must
protect all insured parties to the full extent of coverage provided. Further, the policy must apply
to each Insured in the same manner and to the same extent as if a separate policy had been issued
to each.
f. Blanket Contractual Liability: The policy must, on a blanket basis or by specific reference to the
Contract, extend to assumed liabilities with respect to contractual provisions.
g. Employees must be included as Additional Insured.
h. Employers' Liability (or confirmation that all employees are covered by Worker's compensation
(WSIB) or similar program)
i. Broad Form Property Damage including Completed Operations: Expands the Property Damage
coverage to include certain losses that would otherwise be excluded by the standard care, custody
or control exclusion found in a standard policy.
j. Notice of Cancellation: The Insurer will provide the Owner thirty (30) days written notice of
policy cancellation.
l. Owners' or Supply Contractors' Protective Liability: Covers the damages that the Supply
Contractor becomes legally obligated to pay arising out of the operations of a subcontractor.
m. Non-Owned Automobile Liability - Coverage for suits against the Supply Contractor resulting
from the use of hired or non-owned vehicles.
o. All Risks Tenants Legal Liability - to protect the Supply Contractor for liabilities arising out of
its occupancy of leased premises. (Sub-limit of $1,000,000)

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007300.doc:
April 03, 2020
City of Powell River 00 73 00
Consolidated Wastewater Treatment Plant SUPPLEMENTARY CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 4

p. Sudden and Accidental Pollution Liability (minimum 120 hours): To protect the Supply
Contractor for liabilities arising from damages caused by accidental pollution incidents. (Sub-
limit of $2,000,000)

Automobile Insurance (Owned and Non-Owned)

Automobile Liability Insurance in an amount usual for a contract of this nature, but for not less
than $2,000,000 per accident or occurrence., covering death and damage to property, effective for
all licensed vehicles owned, leased, rented or used by Supply Contractor.

The policy shall include the following:

a. Third Party Liability - $2,000,000 Minimum Limit per Accident or Occurrence


b. Accident Benefits - all jurisdictional statutes
c. Uninsured Motorist Protection
d. Notice of Cancellation: The Insurer will endeavour to provide the Contracting Authority
thirty (30) days written notice of cancellation

Supply Contractors’ Equipment Insurance

“All-Risk” Supply Contractors’ Equipment Insurance to the full insurable value of construction
machinery and equipment used by Supply Contractor in the performance of Work, including
boiler insurance for temporary boilers and pressure vessels as applicable.

General Provisions

All policies of insurance shall be in a form acceptable to Owner and shall not allow subrogation claims by
the insurer against Owner or Engineer.

All policies of insurance that Supply Contractor is required to obtain will be considered as primary
insurances in relation to insurances held by Owner or Engineer without any right of contribution from any
policies of insurance held by Owner or Engineer.

All policies of insurance shall provide that at least 30 days prior written notice be given to Owner in the
event of cancellation or amendment restricting coverage.

Prior to commencing Work, Supply Contractor shall provide Owner with Certificates of Insurance in a
form acceptable to Owner, and with a letter from the insurer stating that the insurance provided complies
with the requirements of the Contract.

Deductibles, if any, which are applicable to the insurance specified herein, shall be borne by Supply
Contractor.

The specified limits of insurance and coverages in no way define or limit the obligation of Supply
Contractor to indemnify Owner in the event of loss.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007300.doc:
April 03, 2020
City of Powell River 00 73 00
Consolidated Wastewater Treatment Plant SUPPLEMENTARY CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 4

Owner makes no representation or warranty with respect to the extent or adequacy of the insurance
protection afforded by the insurance policies that are specified in this section. Supply Contractor shall be
fully responsible to determine additional insurance coverages that may be necessary and advisable for
protection of Supply Contractor or to fulfil Supply Contractor’s obligations under this Contract.

END OF DOCUMENT

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007300.doc:
April 03, 2020
City of Powell River 01 27 00
Consolidated Wastewater Treatment Plant PAYMENT SCHEDULE AND WARRANTY
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 3

Part 1 General

1.1 MEASUREMENT FOR PAYMENT


.1 Lump sum prices represent the entire cost to the Owner for the completed Goods as
specified, exclusive of applicable taxes.

.2 Payment for the Goods of this Contract shall be based on the Lump Sum Price as
determined from the breakdown in Section 00 42 00, Schedule A:
.1 Bonding and Insurance
.1 Bonding and Insurance to be as lump sum per Section 00 73 00 –
Supplementary Conditions.
.2 Design of Secondary Clarifier System
.1 Measure Goods as lump sum for the design of secondary clarifier system
including work associated with the design and design integration of
components as necessary to support the fabrication and construction of
the secondary clarifier systems outlined in the technical specifications
including production of detailed design drawing production and reviews.
Components included in the detailed design drawings in are outlined in
the reference drawings in Appendix A, and:
.1 Section 09 97 00 – Special Coatings
.2 Section 26 05 80 – Fractional Horsepower motors
.3 Section 40 05 71.14 – Elastomeric Inline Check Valve
.4 Section 40 05 73.16 – Flap Gate
.5 Section 46 43 21 – Circular Clarifier
.6 Section 46 43 22 - Secondary Clarifier Mechanism
.7 Section 46 43 23 – Density Current Baffle
.3 Secondary Clarifier Equipment and Appurtenances
.1 Measure Goods as lump sum for the manufacture and fabrication of the
secondary clarifier equipment and components, as designed by the
Supply Contractor, including material purchase, transportation between
Supply Contractor’s facilities, shop drawings, quality assurance,
fabrication, protective coating application, storage and protection,
.4 Firm freight charges to project location (including transit)
.1 Measure as lump sum for the transportation of secondary clarifier
components and equipment from the Supply Contractor’s facilities to the
CWWTP jobsite, FOB.
.5 Installation assistance, pre-start-up assistance
.1 Measure as lump sum for assisting the General Contractor with
installation and pre-start-up assistance.
.6 Commissioning and start-up assistance

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\012700.doc:
April 03, 2020
City of Powell River 01 27 00
Consolidated Wastewater Treatment Plant PAYMENT SCHEDULE AND WARRANTY
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 3

.1 Measure as lump sum for the assisting the General Contractor with
commissioning and start-up, post installation, including manufacturer
representative field assistance, coordination, and field reviews.
.7 Operation and Maintenance Training and O&M Manuals
.1 Measure as lump sum for production of operation and maintenance
manuals, as outlined in Section 01 78 23 – Operating and Maintenance
Data
.8 Spare Parts (Schedule D)
.1 Measure cost for spare parts as lump sum based on Supply Contractor’s
estimation of recommended spare parts as outlined in Section 00 42 00 –
Proposal Form, Schedule D
.3 Method of measurement to be used for unit price items is detailed in the Section herein,
exclusive of applicable taxes.

.4 Engineer will calculate payment based on lump sum price and accomplishment of the
following milestones, less 10% for Lien Fund Holdback:
.1 10% of the Lump Sum Price upon final review of Supply Contractor’s detailed
design drawings.
.2 20% of the Lump Sum Price upon proof of receipt of materials for fabrication at
Supply Contractor’s shop.
.3 50% of the Lump Sum Price on receipt of equipment at the CWWTP job site.
.4 10% of the Lump Sum Price upon completion of satisfactory equipment
installation.
.5 5% of the Lump Sum Price upon issue of the Certificate of Substantial
Performance.
.6 5% of Lump Sum Price upon completion of commissioning and satisfactory
training for all equipment/materials, and reception of O&M Manuals.
.5 Payment of the Lien Fund Holdback will be in accordance with the BC Lien Act.

1.2 WARRANTY
.1 Refer to Section 00 72 00 – General Conditions, GC 4.4 Warranty and Guarantee

.2 Any repaired or replaced product or component under warranty to be provided an


additional one (1) year warranty after the repair or replacement.

.3 If completion of repairs or replacement takes more than six (6) weeks, the Supply
Contractor shall provide and install any required temporary facilities at the Supply
Contractor’s expense until the repairs are completed.

.4 The decision of the Engineer is to be final as to the nature and cause of any such
deficiency and the necessity to remedy same.

.5 Provide scope of warranty and associated services.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\012700.doc:
April 03, 2020
City of Powell River 01 27 00
Consolidated Wastewater Treatment Plant PAYMENT SCHEDULE AND WARRANTY
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 3

.6 Detail specific extended warranty or additional items offered in the proposal.

.7 List the nearest service centre location that has fully trained technicians.

.8 List location of parts centre and list all relevant stock items carried.

.9 Describe technical support and available hours.

END OF SECTION

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\012700.doc:
April 03, 2020
City of Powell River 01 33 00
Consolidated Wastewater Treatment Plant SUBMITTALS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 4

Part 1 General

1.1 REQUIREMENTS INCLUDED


.1 Detailed design drawings

.2 Shop drawings and product data.

.3 Operating and maintenance manuals.

.4 Testing procedures, reports and related documentation.

1.2 ADMINISTRATIVE
.1 Provide to Engineer for review the submittals specified. Submit in accordance with the
Proposal Schedule.

.2 “Submittals for Information Only” to be provided to the Engineer as information only.


No review of the submitted items will be performed by the Engineer.

.3 At Engineer’s request, prepare and submit a schedule fixing the dates for all submission.

.4 Do not proceed with Work affected by the submittal until review is complete and a
Notice to Manufacture and Deliver the Goods has been issued.

.5 Review submittals prior to submission to the Engineer. This review represents that
necessary requirements have been determined and verified, or will be, and that each
submittal has been checked and coordinated with the requirements of the Work and the
Contract Documents. Submittals not stamped, signed, dated and identified as to the
specific project will be returned without being examined and will be considered rejected.

.6 Supply Contractor’s responsibility for errors and omissions in submission is not relieved
by Engineer’s review of submittals.

.7 Supply Contractor’s responsibility for deviations in submission from requirements of


Contract Documents is not relieved by the Engineer’s review.

1.3 DETAILED DESIGN DRAWINGS


.1 Provide detailed design drawings outlining the following:
.1 General arrangement
.2 Plans
.3 Sections
.4 Dimensions and details of all critical components
.5 Anchor details

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\013300.doc:
April 03, 2020
City of Powell River 01 33 00
Consolidated Wastewater Treatment Plant SUBMITTALS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 4

.6 Size, material, centreline elevation, and connection type of critical tie-in


locations.
.7 All other information, in the opinion of the Engineer, necessary to convey a
constructible design or needed to complete the Engineer’s design.
.2 Engineer to review detailed design drawings with one or more of the following notations.
Take action as noted:
.1 “REVIEWED” – No further review required for execution of the Work.
.2 “REVISE & RESUBMIT” - Make the necessary revisions and resubmit revised
detailed design drawings for review. Show the drawing number of the first such
revised drawing and show the latest revision number applicable to the drawing by
adding a suffix to the drawing number as - “REV. 1”, “REV. 2”, etc.
.3 “NOT REVIEWED” - This notation indicates when the Engineer has not
reviewed the drawing. It may also be used in combination with the notation to
revise and resubmit the drawing where the Engineer lacks sufficient information
to complete his review and requires the drawing to be resubmitted for review
after revision.
.4 This review procedure will not relieve the Supply Contractor of responsibility for
errors or omissions in the detailed design drawings or of responsibility for
meeting all requirements of the Contract.
.3 Do not revise shop drawings marked “REVIEWED” unless resubmitted to the Engineer
for further review.

.4 After final review by the Engineer, the latest revision of the Supply Contractor’s detailed
design drawings to be signed and sealed by an Engineer, retained by the Supply
Contractor, and whom is licensed to practice in the Province of British Columbia.

1.4 SHOP DRAWINGS AND PRODUCT DATA


.1 Supply Contractor is responsible for review of all shop drawings for equipment and
components under all Sections of this Specification.

.2 Detail all shop drawings using the metric system. If customary units are presented,
provide them after the metric units, in brackets. Prepare to a drafting standard equivalent
to the Engineer’s existing drawings. Coordinate as necessary.

.3 Indicate materials, methods of construction and attachment or anchorage, erection


diagrams, connections, wiring diagrams, panel layouts with bills of material, explanatory
notes and other information necessary for completion of Work. Where articles or
equipment attach or connect to other articles or equipment, indicate that such items have
been coordinated, regardless of the Section under which the adjacent items will be
supplied and installed. Indicate cross references to design drawings and specifications.

.4 Adjustments made on shop drawings by the Supply Contractor are not intended to change
the Contract Amount.

.5 Make such changes in shop drawings as the as required, consistent with Contract
Documents. When resubmitting, notify the Engineer in writing of any revisions other
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\013300.doc:
April 03, 2020
City of Powell River 01 33 00
Consolidated Wastewater Treatment Plant SUBMITTALS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 4

than those requested. Include the Engineer’s preferred tags for valves, instruments,
process variables etc.

.6 Submissions shall include:


.1 Date and revision dates.
.2 Project title and number.
.3 Name and address of:
.1 Subcontractor.
.2 Supplier.
.3 Manufacturer.
.4 Details of appropriate portions of Work as applicable:
.1 Fabrication.
.2 Layout, showing dimensions, including identified field dimensions, and
clearances.
.3 Setting or erection details.
.4 Capacities.
.5 Performance characteristics.
.6 Standards.
.7 Operating weight.
.8 Wiring diagrams.
.9 Single line and schematic diagrams.
.10 Relationship to adjacent work.
.7 Submit a searchable electronic PDF copy for each requirement requested in specification
Sections and as the Engineer may reasonably request.

.8 Supply Contractor to review submittals with one or more of the following notations. Take
action as noted:
.1 “REVIEWED” - Make and distribute additional copies as required for execution
of the Work.
.2 “REVISE & RESUBMIT” - Make the necessary revisions and resubmit revised
drawings for review. Show the drawing number of the first such revised drawing
and show the latest revision number applicable to the drawing by adding a suffix
to the drawing number as - “REV. 1”, “REV. 2”, etc.
.3 “NOT REVIEWED” - This notation indicates when the Engineer has not
reviewed the drawing. It may also be used in combination with the notation to
revise and resubmit the drawing where the Engineer lacks sufficient information
to complete his review and requires the drawing to be resubmitted for review
after revision.
.4 Drawings will be marked “REVIEWED” together with the notation to “REVISE
& RESUBMIT” when the Engineer requires resubmission of a revised drawing
showing corrections made as a result of the Engineer’s notations on the shop
drawings. This procedure will not relieve the Supply Contractor of responsibility

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\013300.doc:
April 03, 2020
City of Powell River 01 33 00
Consolidated Wastewater Treatment Plant SUBMITTALS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 4

for errors or omissions in the shop drawings or of responsibility for meeting all
requirements of the Contract.
.9 Use only those shop drawings on the work that bear the “REVIEWED” notation.

.10 Do not revise shop drawings marked “REVIEWED” unless resubmitted to the Supply
Contractor for further review.

.11 Where more than one type of shop drawing has been specified for one item, e.g., wiring
diagrams, layout details, and dimensional drawings, the shop drawings shall be submitted
together, to enable the Engineer to review the drawings as a package.

.12 Catalogue pages or drawings applicable to an entire family or range of equipment will not
be accepted as shop drawings unless they are clearly marked to show the pertinent data
for the particular materials.

.13 Indicate the tag number of instruments and valves and clearly show the features and
details applicable to the equipment being supplied. Tag all equipment and instruments
cables, conductors etc. as specified by the Engineer.

.14 Determine which shop drawings have, in addition to those drawings specifically
mentioned in the Contract, design elements requiring the seal of a Professional Engineer
registered where the work is located, in accordance with the governing legislation. Seal
such drawings before submitting them for review. Submit for review engineering
calculations signed by the registered Professional Engineer responsible for the shop
drawing design elements.

1.5 COORDINATION
.1 Coordinate with other divisions to ensure that there are no conflicts in the work.

1.6 WORK BY OTHERS


.1 The General Contractor is responsible for dimensions to be confirmed and correlated at
the job-site, for information that pertains solely to fabrication processes or to techniques
of construction and installation and for coordination of the work of all sub-trades.

Part 2 Products
Not used.

Part 3 Execution
Not used.

END OF SECTION
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\013300.doc:
April 03, 2020
SHOP DRAWING / SUBMITTAL TRANSMITTAL
Submittal Description: File Number:
Submittal Number:
Specification Section:

CONTRACTOR
Associated Engineering
ENGINEER

SUPPLY
500 – 2889 East 12th Avenue

Vancouver, BC V5M 4T5 Tel: (780) 451-7666

Attention: Tom Robinson, P.Eng. Attention:

Associated Engineering Project No.: 2017-2098 Supply Contractor Project No.:


Date Sent Supply Contractor to Engineer Date Received
Routing: Date Sent Engineer to Supply Contractor Date Received
Owner: Contract:
Project: Contract Number:

Enclosed are the following ___ Submittals for Review ___ Submittals for Information ___ O&M Manual Data
Remarks:

SUPPLY CONTRACTOR ENGINEER


Copies Copies Review Reviewer Comments
Item Description (Drawing Number, Revision Number, Title, Item Description)
Submitted Returned Action1 Initials Attached

1
Review Action: REV = Reviewed; RAR = Revise and Resubmit; NR = Not Reviewed

Supply Contractor certification (certify either A or B):


G A. We have verified that the material or equipment covered by this submittal meets all specified requirements, including
coordination with all related work.
G B. We have verified that the material or equipment covered by this submittal meets all specified requirements except for the
noted deviations. (Record deviations below or on attachments. Be specific.)
Item Number Deviation

Certified by:
Supply Contractor’s Signature

\\s-van-fs-01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\01330001.doc: April 03,


2020
City of Powell River 01 42 19
Consolidated Wastewater Treatment Plant REFERENCE STANDARDS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 3

Part 1 General

1.1 LATEST EDITIONS


.1 All references to specifications, standards, or methods of technical associations refer to
the latest adopted revision, including all amendments, in effect on the date of submission
of bids, except where a date or issue is specifically noted.

1.2 ABBREVIATIONS
AASHTO American Association of State Highway and Transportation Officials
ACI American Concrete Institute
AFBMA Antifriction Bearing Manufacturers Association
AGA American Gas Association
AGMA American Gear Manufacturers Association
AISC American Institute of Steel Construction
AMCA Air Moving and Conditioning Association
ANSI American National Standards Institute
API American Petroleum Institute
ARI Air-Conditioning and Refrigeration Institute
ASCE American Society of Civil Engineers
ASHRAE American Society of Heating, Refrigerating and Air Conditioning Engineers
ASME American Society of Mechanical Engineers
ASTM American Society for Testing and Materials
AWMAC Architectural Woodworkers Manufacturers Association of Canada
AWPA American Wood Preservers Association
AWS American Welding Society
AWWA American Water Works Association
BCBC British Columbia Building Code
CAN Canadian National Standard
CBM Certified Ballast Manufacturers
CBTIC Clay Brick and Tile Institute of Canada
CEC Canadian Electrical Code
CEMA Canadian Electrical Manufacturers Association
CGA Canadian Gas Association
CGRA Canadian Good Roads Association
CGSB Canadian General Standards Board
CISC Canadian Institute of Steel Construction
CITC Canadian Institute of Timber Construction
CLA Canadian Lumbermen Association
CMAA Crane Manufacturers Association of America
CMHC Canada Mortgage and Housing Corporation
CPCA Canadian Painting Contractors Association
CPCI Canadian Prestressed Concrete Institute
CRCA Canadian Roofing Contractors Association
CRSI Concrete Reinforcing Steel Institute
CSA Canadian Standards Association
CSSBI Canadian Sheet Steel Building Institute
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\014219.doc:
April 03, 2020
City of Powell River 01 42 19
Consolidated Wastewater Treatment Plant REFERENCE STANDARDS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 3

CUA Canadian Underwriters Association


CWB Canadian Welding Bureau
CWC Canadian Wood Council
CSPI Corrugated Steel Pipe Institute
EEI Edison Electric Institute
EEMAC Electrical and Electronic Manufacturers of Canada
FFPC Federal Fire Prevention Committee
FM Factory Mutual Engineering Corporation
IAO Insurers' Advisory Organization
IBRM Institute of Boiler and Radiator Manufacturers
IEC International Electrotechnical Commission
IEE Institution of Electrical Engineers (U.K.)
IEEE Institute of Electrical and Electronics Engineers
IES Illuminating Engineering Society
IGMAC Insulated Glass Manufacturers Association of Canada
IPCEA Insulated Power Cable Engineers Association
ISA Instrument Society of America
ISO International Standardization Organization
LEMA Lighting Equipment Manufacturers Association
LTIC Laminated Timber Institute of Canada
MMA Millwork Manufacturers Association
NAAMM National Association of Architectural Metal Manufacturers
NBC National Building Code of Canada
NEC National Electrical Code
NESC National Electric Safety Code
NFPA National Fire Protection Association
NLGA National Lumber Grade Authority
OECI Overhead Electrical Crane Institute
PCA Portland Cement Association
PCI Prestressed Concrete Institute
PMBC Plywood Manufacturers Association of British Columbia
RCABC Roofing Contractors Association of British Columbia
RLM RLM Standards Institute
RTAC Road and Transportation Association of Canada
SAE Society of Automotive Engineers
SBI Steel Boilers Institute
SJI Steel Joist Institute
SSPC Steel Structures Painting Council
TTMAC Terrazzo, Tile and Marble Association of Canada
ULC Underwriters' Laboratories of Canada
USFG United States Federal Government
WCB Workers' Compensation Board
WCLIB West Coast Lumber Inspection Bureau

1.3 CONFORMANCE
.1 Conform to these standards, in whole or in part as specifically requested in
Specifications.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\014219.doc:
April 03, 2020
City of Powell River 01 42 19
Consolidated Wastewater Treatment Plant REFERENCE STANDARDS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 3

.2 If there is question as to whether any product or system is in conformance with applicable


standards, Engineer reserves the right to have such products or systems tested to prove or
disprove conformance.

.3 The cost for such testing will be born by Owner in the event of conformance with
Contract Documents or by Contractor in the event of non-conformance.

Part 2 Products
Not Used.

Part 3 Execution
Not Used.

END OF SECTION

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\014219.doc:
April 03, 2020
City of Powell River 01 65 00
Consolidated Wastewater Treatment Plant SHIPMENT, PROTECTION AND STORAGE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 1

Part 1 General

1.1 DESCRIPTION
.1 This Section describes the general requirements for the shipment, protection and storage
of the Goods.

.2 The Supply Contractor shall take responsibility for all items arising under this Section up
to and including delivery of the Goods.

1.2 CARE
.1 Ship, handle, and store the Goods to prevent damage.

.2 Damaged items will not be permitted as part of the Goods except in cases of minor
damage that have been satisfactorily repaired and are acceptable to the Engineer.

1.3 TRANSPORTATION
.1 Pay all costs of transportation of the Goods to the FOB Point.

.2 Provide protection against damage from moisture, freezing, dust, handling, or other cause
during transport from manufacturer's premises to Work Site.

.3 Items or components of items with unique numbering systems such as mechanical and
electrical equipment and instruments shall be clearly tagged with such numbers.

.4 Use stiffeners where necessary to maintain shapes and to give rigidity.

.5 Deliver parts of Goods in assembled units where possible.

.6 Wrap or otherwise seal bearing housings, vents and other types of openings to prevent
contamination by grit and dirt.

.7 Correct any damage to conform to the requirements of this Contract before the Goods are
incorporated into the work and pay the costs arising out of dismantling, inspection, repair
and reassembly as necessary.

Part 2 Products
.1 Not Used.

Part 3 Execution
.1 Not Used.

END OF SECTION
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\016500.doc:
April 03, 2020
City of Powell River 01 78 23
Consolidated Wastewater Treatment Plant OPERATING AND MAINTENANCE DATA
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 5

Part 1 General

1.1 MANUAL
.1 Furnish complete manuals for installation, operation, maintenance, and lubrication
requirements for each unit of mechanical, electrical, and instrumentation equipment and
each instrument of the Goods.

.2 Provide separate manuals for operating data and for maintenance data.

.3 Customize the manuals to describe the equipment supplied. Do not include extraneous
data for models, options, or sizes not supplied. When more than one model or size of
equipment type is furnished, show the information pertaining to each model, option or
size.

.4 Provide two (2) copies of each manual.

.5 Provide one (1) electronic version of manual in searchable .pdf format.

1.2 GENERAL
.1 Assemble each copy of the manual in the specified three-ring hard-back type binders.
Assemble the binders in the following manner:
.1 Label each binder to designate the system or equipment with reference to the
equipment number, and Specification section. Provide each binder with a table
of contents and heavy section dividers with numbered plastic index tabs.
.2 Provide each binder with title page to include names and addresses of the
manufacturer, the nearest representative of the manufacturer, nearest supplier of
the manufacturer's equipment and parts.
.3 Where more than one binder is required, label each binder "Vol. 1 of," "Vol. 2
of," etc.
.4 Punch all data for binding and composition. Arrange printing so that punching
holes does not obliterate data.
.5 Provide materials suitable for photographic reproduction. If copies are used, they
shall equal the clarity and quality of the original.
.6 Provide drawings, diagrams and manufacturer's literature which are legible and
no larger than 11x17 fold out.
.7 All instructions in these manuals shall be in simple language.

1.3 BINDERS
.1 Hard cover, extension-type, bound in heavy-weight fabricord, 3-hole, loose leaf, for 215
x 280-mm paper.

.2 Identification: Lettering on front and spine. Include Specification numbers, title, and
equipment numbers.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\017823.doc:
April 03, 2020
City of Powell River 01 78 23
Consolidated Wastewater Treatment Plant OPERATING AND MAINTENANCE DATA
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 5

1.4 REQUIREMENTS
.1 For each identification, appropriately label each manufacturer's manual with the
equipment name, equipment number, and Specification section as it appears in the
Contract Documents. Organize the information in the binders by Specification section,
numerically ordered by the equipment numbers assigned in the Contract Documents.

.2 Group the documents into tabbed sections as listed below. Provide each section with
tabbed dividers marked with the tab number and title and sequential page numbers.

.3 Manufacturer's equipment specific manuals may be substituted for the documents


specified to be contained within tabs 3 through 9. If the manufacturer's standard manuals
do not contain all the required information, provide the missing information in
supplementary documents and drawings inserted behind the appropriate tabs.

.4 Mark or highlight manufacturer's standard documents to indicate the specific information


applicable to the equipment, assembly, subassembly or material supplied. Cross out,
annotate or eliminate extraneous material.

.5 Label those tab sections that are not applicable "N/A".

1.5 OPERATING DATA MANUAL CONTENTS


.1 Cover Sheet
.1 Show on the cover sheet for each set of operating data a functional title of the
system, equipment or material, list of equipment numbers and corresponding
function descriptions, revision date and Specification reference.
.2 Tab 1 - Table of Contents
.1 List the tab numbers and corresponding tab label and a one- or two-line
description of the tab contents.
.3 Tab 2 - Reference Data
.1 Include Specifications and Drawing references, completed equipment
maintenance summary forms, warranties and guarantees, address and telephone
number of the manufacturer and the nearest manufacturer's representative.
.4 Tab 3 - Technical Data
.1 Include manufacturer's technical Specification and data sheets, certified
performance curves for the Goods and protective device setting under this item.
.5 Tab 4 - Start-Up Instructions
.1 Provide requirements to set up and prepare each system for use. Include all
required and recommended step-by-step inspections, lubrications, adjustments,
alignments, balancing and calibrations. Include warnings and cautions to prevent
equipment damage and to ensure personnel safety.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\017823.doc:
April 03, 2020
City of Powell River 01 78 23
Consolidated Wastewater Treatment Plant OPERATING AND MAINTENANCE DATA
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 5

.6 Tab 5 - Operating Instructions


.1 Include the manufacturer's recommended step-by-step procedures for starting,
stopping normal and emergency operation. Include all specified modes of
operation including recommended operation while the assembly or equipment is
in long-term storage. Provide control diagrams with data to explain operation
and control of systems and specific equipment. Include alarm analysis and
trouble shooting.

1.6 MAINTENANCE DATA MANUAL CONTENTS


.1 Cover Sheet
.1 Show on cover sheet for each set of maintenance data the functional title of the
system, equipment, list of equipment numbers and Specification reference.
.2 Tab 1 - Table of Contents
.1 List the tab numbers and corresponding tab label and a one or two line
description of the tab contents.
.3 Tab 2 - Reference Data
.1 Include Contract Specification, Drawings, and equipment data sheet references,
address and telephone numbers of the manufacturers and nearest manufacturer's
representative.
.4 Tab 3 - Preventive Maintenance Instructions
.1 Provide the following information for preventative and scheduled maintenance:
.1 Lubrication data, other than instructions for lubrication.
.2 A table showing recommended lubricants for specific temperature ranges
and applications.
.3 Charts with a schematic diagram of the equipment showing lubrication
points, recommended types and grades of lubricants, and capacities.
.4 A lubrication schedule showing service interval frequency.
.5 Manufacturer's schedule for routine preventive maintenance, inspections,
tests, and adjustments required to ensure proper and economical
operation and to minimize corrective maintenance and repair.
.6 Provide manufacturer's projection of preventive maintenance man-hours
on a daily, weekly, monthly, and annual basis including craft
requirements by type of craft.
.5 Tab 4 - Corrective Maintenance Instructions
.1 Provide manufacturer's recommendations on procedures and instructions for
correcting problems and making repairs.
.2 Provide step-by-step procedures to isolate the cause of typical malfunctions.
Describe clearly why the checkout is performed and what conditions are to be
sought. Identify tests or inspections and test equipment required to determine
whether parts and equipment may be reused or require replacement.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\017823.doc:
April 03, 2020
City of Powell River 01 78 23
Consolidated Wastewater Treatment Plant OPERATING AND MAINTENANCE DATA
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 5

.3 Provide wiring diagrams and control diagrams with point-to-point drawings of


wiring and control circuits including factory-field interfaces. Provide a complete
and accurate depiction of the actual job-specific wiring and control work. On
diagrams, number electrical and electronic wiring and pneumatic control tubing
and the terminals for each type identically to actual installation numbering.
.4 Provide instructions and list tools required to restore product or equipment to
proper condition or operating standards.
.5 Provide step-by-step procedures and list required tools and supplies for removal,
replacement, disassembly, and assembly of components, assemblies,
subassemblies, accessories, and attachments. Provide tolerances, dimensions,
settings, and adjustments required. Instructions shall include a combination of
text and illustrations.
.6 Provide lists of spare parts and supplies required for maintenance and repair to
ensure continued service or operation without unreasonable delays. List spare
parts and supplies that have a long lead time to obtain.
.7 Provide manufacturer's projection of corrective maintenance man-hours
including craft requirements by type of craft. Separately identify and tabulate
corrective maintenance which requires participation of the equipment
manufacturer.
.6 Tab 5 - Parts Identification
.1 Provide the following information, including information not specified in the
preceding paragraphs but pertinent to the maintenance or operation of the Goods:
.1 Identification and coverage for all parts of each component, assembly,
subassembly, and accessory of the end items subject to replacement.
Include special hardware requirements, such as requirement to use high-
strength bolts and nuts. Identify parts by make, model, serial number,
and source of supply to allow reordering without further identification.
.2 Clear and legible illustrations, drawings, and exploded views to enable
easy identification of the items. When illustrations omit the part
numbers and description, both the illustrations and separate listing shall
show the index, reference, or key number which will cross-reference the
illustrated part to the listed part. Parts shown in the listings shall be
grouped by components, assemblies, and subassemblies.
.3 Spare parts list which includes the manufacturer's recommendations for
quantities of spare parts which the Owner should keep on hand. Special
storage precautions will be noted.
.7 Tab 6 - Training and Testing Equipment
.1 Provide the following:
.1 Information available from the manufacturers to use in training personnel
to maintain the Goods properly.
.2 Information on test equipment required to perform specified tests and on
special tools needed for the maintenance and repair of components.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\017823.doc:
April 03, 2020
City of Powell River 01 78 23
Consolidated Wastewater Treatment Plant OPERATING AND MAINTENANCE DATA
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 5 of 5

.8 Tab 7 - Drawings
.1 Provide drawings which completely document the equipment, assembly,
subassembly or material which the instruction is for. Provide the following
drawings as applicable:
.1 Fabricated details.
.2 Wiring and connection diagrams.
.3 Electrical and piping schematics.
.4 Block or logic diagrams.
.5 Shop drawings.
.6 Installation drawings.
.7 Layout and dimension drawings.
.8 Electrical component fabrication drawings.
.9 Tab 8 - Other Required Information
.1 Include maintenance instructions for components and assemblies which are part
of the equipment, but which do not have separate instruction sections. List the
information on a sheet directly behind this tab.
.10 Warranties and Guarantees
.1 Include a copy of all warranties and guarantees required by the Contract. Include
the name and telephone number of the manufacturer's contact person. Indicate
the time frame of each warranty or guarantee.

1.7 FIELD CHANGES


.1 Following the acceptable installation and operation of an equipment item, modify and
supplement the item's instructions and procedures to reflect any field changes or
information requiring field data.

END OF SECTION

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\017823.doc:
April 03, 2020
City of Powell River 01 78 24
Consolidated Wastewater Treatment Plant SPARE PARTS AND MAINTENANCE
Secondary Clarifier Equipment Supply - RFP 2020-08 MATERIALS
2020-04/172098 Page 1 of 2

Part 1 General

1.1 GENERAL
.1 Specific requirements for maintenance materials, tools and spare parts are specified in
individual specification sections. Supply Contractor is to identify and supply specific
required spare parts.

.2 Supply special tools, wrenches, and accessories that are required for removing worn
parts, making adjustments, and carrying out maintenance works.

.3 Deliver maintenance materials, special tools and spare parts in designated area as directed
by Engineer.

.4 Prepare lists of maintenance materials special tools and spare parts for inclusion in
operations and maintenance manuals.

1.2 MAINTENANCE MATERIALS


.1 Deliver specified items packaged to prevent damage.

.2 Identify, on carton or package, colour, room number, system or area, as applicable, where
item is to be used.

1.3 SPECIAL TOOLS


.1 Assemble special tools as specified and/or required.

.2 Include following:
.1 Identification tag reference.
.2 Identification of equipment or system for which tools are applicable.
.3 Instruction on intended use of tool.

.4 Identify special tools to indicate equipment or system for which tools are intended.

1.4 SPARE PARTS


.1 Assemble spare parts as specified and/or required.

.2 Include the following:


.1 Part number.
.2 Identification of equipment or system for which parts are applicable.
.3 Installation instructions as applicable.
.4 Name and address of nearest supplier.
.3 Identify spare parts to indicate equipment or system for which parts are applicable.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\017824.doc:
April 03, 2020
City of Powell River 01 78 24
Consolidated Wastewater Treatment Plant SPARE PARTS AND MAINTENANCE
Secondary Clarifier Equipment Supply - RFP 2020-08 MATERIALS
2020-04/172098 Page 2 of 2

Part 2 Products
Not Used

Part 3 Execution
Not Used

END OF SECTION

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\017824.doc:
April 03, 2020
City of Powell River 01 79 00
Consolidated Wastewater Treatment Plant TRAINING
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 3

Part 1 General

1.1 DESCRIPTION
.1 This Section contains requirements for training the Owner's personnel, by persons
retained by the Supply Contractor specifically for the purpose, in the proper operation
and maintenance of the Goods and systems supplied under this Contract.

1.2 QUALITY ASSURANCE


.1 Provide on-the-job training of the Owner's personnel. Training sessions are to be
conducted by qualified, experienced (5 years minimum), manufacturer-trained
representatives. Training includes instruction in equipment operation, preventative
maintenance regular maintenance, trouble-shooting, and repair for operators, plant
mechanics, electricians, and electronics technicians.

Part 2 Products

2.1 GENERAL
.1 Conduct training sessions for the Owner's operation and maintenance personnel on the
operation, care, and maintenance of the Goods supplied under this Contract. Training will
take place at the City of Powell River site and under the conditions specified in the
following paragraphs. Operation and maintenance manuals will be reviewed and accepted
at least 15 days prior to the date scheduled for the initial training session.

2.2 LOCATION
.1 Field training sessions will take place at the installed location of the Goods.

2.3 LESSON PLANS


.1 Prepare formal written lesson plan for each training session and coordinate with the
Engineer. Lesson plan shall contain an outline of the material to be presented along with
a description of visual aids to be utilized during the session. Include a time allocation for
each subject. Furnish 5 copies of necessary training manuals, handouts, visual aids and
reference materials at least 3 weeks prior to each training session. Provide electronic
versions in pdf format of all training materials to the Owner and Engineer.

2.4 FORMAT AND CONTENT


.1 Include time in the classroom and at the installed location of the Goods for each training
session. As a minimum, cover the following topics for each item of equipment:
.1 Familiarization
.2 Safety
.3 Operation
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\017900.doc:
April 03, 2020
City of Powell River 01 79 00
Consolidated Wastewater Treatment Plant TRAINING
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 3

.4 Troubleshooting
.5 Preventive maintenance
.6 Corrective maintenance
.7 Parts
.8 Local representatives

2.5 VIDEO RECORDING


.1 The Owner may record each training session. After taping, the material may be edited
and supplemented with professionally produced graphics to provide a permanent record
for the Owner's use.

Part 3 Execution

3.1 GENERAL REQUIREMENTS


.1 Conduct training in conjunction with the operational testing and commissioning periods.
Schedule classes such that classroom sessions are interspersed with field instruction in
logical sequence. Arrange to have the training conducted on consecutive days, with no
more than 4 hours of classes scheduled for any one day.

.2 Provide acceptable operation and maintenance manuals, as defined in Section 01 78 23 –


Operating and Maintenance Data, for the specific equipment to the Owner's at least 3
weeks prior to the start of any training.

3.2 OPERATOR CLASSROOM TRAINING


.1 As a minimum, classroom equipment training for operations personnel will include:
.1 The Goods' specific location in the plant and an operational overview. Use slides
and drawings to aid discussion.
.2 Purpose and plant function of the Goods.
.3 The operating theory of the Goods.
.4 Start-up, shutdown, normal operation, and emergency operating procedures,
including system integration and electrical interlocks, if any.
.5 Safety items and procedures.
.6 Routine preventative maintenance, including specific details on lubrication and
maintenance of corrosion protection of the Goods and ancillary components.
.7 Operator detection, without test instruments, of specific equipment trouble
symptoms.
.8 Required equipment exercise procedures and intervals.
.9 Routine disassembly and assembly of Goods if applicable (as judged by the
Owner on a case-by-case basis) for purposes such as operator inspection of
equipment.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\017900.doc:
April 03, 2020
City of Powell River 01 79 00
Consolidated Wastewater Treatment Plant TRAINING
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 3

3.3 OPERATOR HANDS-ON TRAINING


.1 As a minimum, hands-on training for operations personnel will include:
.1 Discussing, demonstrating, and performing standard operating procedures and
round checks.
.2 Discussing and performing the preventative maintenance activities.
.3 Discussing and performing start-up and shutdown procedures.
.4 Performing the required equipment exercise procedures.
.5 Performing routine disassembly and assembly of equipment if applicable.
.6 Identifying and reviewing safety items and performing safety procedures, if
feasible.

3.4 MAINTENANCE CLASSROOM TRAINING


.1 Classroom equipment training for the maintenance and repair personnel will include:
.1 Basic theory of operation.
.2 Description and function of equipment.
.3 Routine start-up and shutdown procedures.
.4 Normal and major repair procedures.
.5 Equipment inspection and troubleshooting procedures.
.6 Safety procedures.
.7 Preventive and normal maintenance.

3.5 MAINTENANCE HANDS-ON TRAINING


.1 Hands-on training for maintenance and repair personnel will include:
.1 Locating and identifying equipment components.
.2 Reviewing the equipment function and theory of operation.
.3 Reviewing normal repair procedures.
.4 Performing routine start-up and shutdown procedures.
.5 Reviewing and performing the safety procedures.
.6 Reviewing and using equipment manufacturer's manuals in the hands-on training.

END OF SECTION

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\017900.doc:
April 03, 2020
City of Powell River 01 87 13
Consolidated Wastewater Treatment Plant EQUIPMENT, SYSTEM PERFORMANCE &
Secondary Clarifier Equipment Supply - RFP 2020-08 OPERATIONAL TESTING
2020-04/172098 Page 1 of 5

Part 1 General

1.1 DESCRIPTION
.1 This Section contains general requirements for testing and documentation. These
requirements supplement, but do not supersede, specific testing requirements found
elsewhere in the Specifications. The Supply Contractor will conduct any shop or factory
tests required by the Specifications. The General Contractor will develop and carry out
field testing of all items supplied under this contract, with the assistance of the Supply
Contractor. Any retesting of goods supplied under this contract due to failure to meet
specified performance criteria will be paid for by the Supply Contractor.

1.2 QUALITY ASSURANCE


.1 The Supply Contractor will manage, coordinate, and conduct the testing program. The
Supply Contractor will develop and carry out the performance testing requirements for
the supplied equipment.

.2 The Supply Contractor will provide input to the quality assurance program for the
supplied equipment including:
.1 Required testing of goods and instruments.
.2 A testing plan detailing the sequence and how the specified testing work will be
implemented. Include procedures for performance and operational testing.
.3 Review and certification of the installation prior to start of testing, if installation
is by a subcontractor.
.4 A documentation program to record the results of equipment and system tests.
.3 The Engineer and/or Owner reserves the right to attend and witness Factory Testing of
the equipment. The Supply Contractor to provide four (4) weeks notice to Engineer prior
to any Factory Testing.

1.3 SUBMITTALS FOR REVIEW


.1 The Supply Contractor to provide 6 copies of the following in accordance with
Section 01 33 00 - Submittals.

.2 Factory Testing
.1 A detailed testing plan for factory testing setting forth step-by-step descriptions
of the procedures proposed by the Supply Contractor for the systematic factory
calibration and testing of all equipment supplied under this Contract.
.2 Provide Factory Acceptance Report upon the conclusion of Factory Testing.
Include photos, video, and signed Test and Inspection Plans, as necessary for the
Engineer to ascertain acceptable performance.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\018713.doc:
April 03, 2020
City of Powell River 01 87 13
Consolidated Wastewater Treatment Plant EQUIPMENT, SYSTEM PERFORMANCE &
Secondary Clarifier Equipment Supply - RFP 2020-08 OPERATIONAL TESTING
2020-04/172098 Page 2 of 5

.3 Field Testing
.1 Certification that the Goods have been installed in accordance with the
manufacturer's recommendations.
.2 A detailed testing plan for performance testing setting forth step-by-step
descriptions of the procedures proposed by the Supply Contractor for the testing
of all equipment under this Contract.
.3 Performance test results of equipment and system prior to commencement of the
operational test.
.4 Sample forms for documenting the results of field performance tests and
operational tests.

Part 2 Products

2.1 GENERAL
.1 Prepare test and documentation plans as specified in the following paragraphs. Test work
for the purpose of acceptance will not commence until all test documentation and
calibration plans and the specified system or equipment test plans have been submitted
and reviewed by Engineer.

2.2 DOCUMENTATION
.1 Develop and implement a records-keeping system to document compliance with the
requirements of this Section.

.2 Include, as a minimum, for equipment and system documentation, date of test, equipment
number, nature of test (factory or field performance) test objectives, test results, test
instruments employed for the test and signature spaces for the Engineer and the
Contractor. Establish a file for each item of equipment. Include in the files the following
information as a minimum:
.1 Factory performance tests
.2 Field performance tests
.3 Develop test documentation forms specific for each system and associated equipment
items under this Contract. Produce acceptable documentation forms for all systems and
items of equipment for review by the Engineer a minimum of 4 weeks prior to any
performance testing. Once the Engineer has reviewed, produce sufficient forms to
document all testing work.

.4 Develop test plans detailing the sequential testing of each item of equipment. Identify test
plans by specific equipment or tag number each device or control station to be
manipulated or observed during the test procedure and the specific results to be observed
or obtained. Test plans are to also be specific as to support systems required to complete
the test work, temporary systems required during the test work, manufacturers'
representatives to be present and expected test duration.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\018713.doc:
April 03, 2020
City of Powell River 01 87 13
Consolidated Wastewater Treatment Plant EQUIPMENT, SYSTEM PERFORMANCE &
Secondary Clarifier Equipment Supply - RFP 2020-08 OPERATIONAL TESTING
2020-04/172098 Page 3 of 5

Part 3 Execution

3.1 GENERAL
.1 Provide required test and documentation plans and field personnel to test each item
supplied under this Contract to demonstrate compliance with the specified performance
requirements.

.2 The testing program will demonstrate to the Engineer's complete satisfaction that the
equipment meets specified performance requirements and the facility is ready for the
commissioning process to commence.

.3 Retesting required due to the failure of goods furnished under this contract to meet the
specified performance requirements will be paid for by the Supplied Contractor.

3.2 PERFORMANCE TESTS


.1 Performance tests consist of the following:
.1 Pre-Operational checkout of all systems and mechanical equipment.
.2 Functional tests of all mechanical and instrumentation equipment and systems.
.2 Pre-Operational Checkout
.1 Prior to energization (in the case of electrical systems and equipment) ring out
and test all circuits for continuity and shielding.
.2 Pre-operational check-out shall include the following:
.1 Manufacturer's recommendations for pre-start preparation.
.3 Functional Tests
.1 Once specified pre-operational check-out procedures are complete and the
Engineer has witnessed and has not found deficiencies, equipment and systems
may be started and operated under simulated operating conditions. Operate
equipment a sufficient period of time to determine operating characteristics; to
observe and document performance characteristics; and to permit initial
adjustment of operating controls.
.2 Test results shall be within the tolerances set forth in the detailed specifications.
If no tolerances have been specified, test results shall conform to tolerances
established by recognized industry practice. Should any doubt, dispute, or
difference arise between the Engineer and the Supply Contractor regarding the
test results or the methods or equipment used the Engineer may order the test to
be repeated. If the repeated test substantially confirms the previous test, then all
costs in connection with the repeated test will be paid by the Owner, otherwise
the costs shall be at the expense of the Contractor. Should the test results fail to
comply with the specifications then retest as necessary to achieve the Contract
requirements at the Supply Contractor's expense.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\018713.doc:
April 03, 2020
City of Powell River 01 87 13
Consolidated Wastewater Treatment Plant EQUIPMENT, SYSTEM PERFORMANCE &
Secondary Clarifier Equipment Supply - RFP 2020-08 OPERATIONAL TESTING
2020-04/172098 Page 4 of 5

3.3 OPERATIONAL TESTS


.1 After completion of all performance testing and receipt by the Engineer of all test
submittals that show all equipment complies with the requirements of the specifications,
the following operational tests will be completed.

.2 Variable testing:
.1 Monitoring the characteristics of equipment according to manufacturer
information and specifications. Report any unusual conditions to the Engineer.
.3 Continuous 5-day testing:
.1 The 5-day test period shall commence after all work associated with variable
testing is completed.
.2 The testing period shall be 24 hours per day for 5 continuous days. The test
period can be changed as directed by the Owner in writing; however, a minimum
of 120 hours will be required.
.3 Should the operational testing period be halted or rescheduled for any reason
related to the facilities constructed or the equipment furnished under this
contract, or the Supply Contractor's temporary testing systems, the testing
program will be repeated until continuous operation for the specified period has
been accomplished without interruption.
.4 All process units shall be brought to full operating conditions.
.5 The intent of the test is to prove satisfactory operation of the aeration system and
compliance with all specified performance criteria under all anticipated operating
conditions.
.4 The Owner may sample and perform laboratory tests or conduct other tests to confirm
that performance meets all of the requirements of the Supply and General Contracts. Any
additional testing required by the Supply Contractor will be completed by a third party
and paid for by the requesting party.

.5 Following successful completion of the operational testing, the system can be turned over
to the Owner.

3.4 RETESTING
.1 If under performance or operational tests, any portion of the work should fail to fulfill the
Contract requirements and is adjusted, altered, renewed, or replaced, tests on that portion
when so adjusted, altered, removed, or replaced, together with all other portions of the
work as are affected thereby, shall, unless otherwise directed by the Engineer, be repeated
within reasonable time and in accordance with the specified conditions. The Supply
Contractor shall pay to the Owner all reasonable expenses incurred by the Owner,
including the costs of the Engineer, as a result of repeating such tests.

3.5 POST-TEST INSPECTION


.1 Once performance and operational testing has been completed, recheck all equipment and
adjust, as required. Check all equipment for loose connections, unusual movement, or
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\018713.doc:
April 03, 2020
City of Powell River 01 87 13
Consolidated Wastewater Treatment Plant EQUIPMENT, SYSTEM PERFORMANCE &
Secondary Clarifier Equipment Supply - RFP 2020-08 OPERATIONAL TESTING
2020-04/172098 Page 5 of 5

other indications of improper operating characteristics. Correct any deficiencies to the


satisfaction of the Engineer.

END OF SECTION

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\018713.doc:
April 03, 2020
City of Powell River 03 15 20
Consolidated Wastewater Treatment Plant ANCHOR BOLTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 4

Part 1 General

1.1 DESCRIPTION
.1 This Section outlines the design, supply, and installation requirements of post-installed,
concrete adhesive anchors as outlined in other Sections of this Specification.

.2 Supply Contractor to design and supply the post-installed, concrete adhesive anchors in
accordance with the requirements of this Section and industry best practices.

.3 General Contractor install post-installed, concrete adhesive anchors in accordance with


the requirements of the anchor supplier and Supply Contractor requirements.

1.2 REFERENCE STANDARDS


.1 Conform to the latest edition of the following reference standards:
.1 American Society for Testing and Materials (ASTM)
.1 ASTM F593 - Standard Specification for Stainless Steel Bolts, Hex Cap
Screws, Studs
.2 ASTM F594 – Standard Specification for Stainless Steel Nuts
.2 The American Society of Mechanical Engineers (ASME)
.1 ASME B18.21.1 - Washers: Helical Spring-Lock, Tooth Lock, and Plain
Washers
.3 NSF International
.1 NSF/ASNI Standard 61 – Drinking Water System Components – Health
Effects

1.3 SUBMITTALS FOR REVIEW


.1 Submit the following in accordance with Section 01 33 00 - Submittals:
.1 Product information for all bolt systems not cast-in-place to include:
.1 Data, indicating load capacities and embedment requirements.
.2 Chemical resistance.
.3 Temperature limitations

1.4 SUBMITTALS FOR INFORMATION ONLY


.1 Submit shop drawings in accordance with Section 01 33 00 - Submittals, clearly
indicating; anchor bolt type, diameter, minimum embedment length, location, materials,
projection, plates, washers, nuts, isolating sleeves and torque requirements of anchor
bolts to be used.

.2 Installation instructions.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\031520.doc:
April 03, 2020
City of Powell River 03 15 20
Consolidated Wastewater Treatment Plant ANCHOR BOLTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 4

1.5 QUALITY ASSURANCE


.1 Compliance with the performance requirements of the specifications shall not relieve the
Supply Contractor of their responsibilities of supplying equipment having the specified
structural, mechanical, corrosion resistance and operational features.

.2 Arrange a field demonstration of correct installation procedures with bolt manufacturer,


for all adhesive anchors. Notify Engineer a minimum of forty-eight (48) hours in
advance of the demonstration.

.3 Pull out tests will be carried out by a Testing Laboratory designated by Engineer.

.4 Pull out tests must be performed prior to the use of the anchors on site.

1.6 COORDINATION
.1 Allow for iterative design coordination with the Engineer as necessary and until the
Engineer is satisfied.

.2 Supply Contractor and General Contractor to coordinate anchors with concrete and/or
other Sections including materials requiring setting and/or building-in in concrete or
other trades. This includes inserts, anchors, sleeves, etc. Verify locations of these
materials on site before fabrication and erection.

Part 2 Products

2.1 DESIGN CRITERIA


.1 Provide post-installed, concrete adhesive anchor system suitable for usage in a
continuously submerged corrosive environment embodying the characteristics of
municipal wastewater.

.2 Design anchorage for vertical and lateral loading in accordance with BCBC 2018 and
Seismic Requirements.

.3 Anchor sizing required a minimum factor of safety of 4 to 1 (allowable load vs. actual
load).

2.2 MATERIALS
.1 General:
.1 Material and Protective coating as shown in Anchor Bolt Schedule at end of this
section.
.2 All materials utilized to be NSF 61 approved for use with Potable Water.
.2 Adhesive Anchors:
.1 Threaded Rod:
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\031520.doc:
April 03, 2020
City of Powell River 03 15 20
Consolidated Wastewater Treatment Plant ANCHOR BOLTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 4

.1 ASTM F593 stainless steel 316 threaded rod.


.2 Diameter as required.
.3 Length as required, to provide minimum depth of embedment.
.4 Clean and free of grease, oil, or other deleterious material.
.2 Adhesive:
.1 Two-component, designed to be used in adverse freeze/thaw
environments, with gray color after mixing.
.2 Cure Temperature, Pot Life, and Workability: Compatible for intended
use and environmental conditions.
.3 Non sag, with selected viscosity base on installation temperature and
overhead application where applicable.
.3 Manufacturers:
.1 Hilti
.2 ITW Construction Products
.3 Anchor Hardware
.1 Nuts
.1 ASTM F594 stainless steel 316 hex nuts.
.2 Size to suit threaded anchor rods.
.2 Washers
.1 Stainless steel 316 washer to ASME B18.21.1
.2 Size to suit threaded anchor rods.
.4 Isolating Sleeves and Washers
.1 Integral polyethylene sleeves and washers to be provided between dissimilar
metals.

Part 3 Execution

3.1 INSTALLATION – ANCHORS AND FASTENERS


.1 Use anchor bolts of sufficient length to embed into concrete to develop full strength of
the anchor or 200 mm minimum.

.2 Threaded portion of the anchor rod to project a minimum of 50 mm from the face of the
flange for the installation of the nut, washer, and isolating sleeve.

.3 Do not offset bolts by deformation.

.4 For submerged conditions, use lock nuts or nuts with lock washer.

.5 Provide isolating sleeve with integral isolating washer between all dissimilar metals

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\031520.doc:
April 03, 2020
City of Powell River 03 15 20
Consolidated Wastewater Treatment Plant ANCHOR BOLTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 4

3.2 ANCHOR BOLT SCHEDULE


.1 Unless indicated otherwise on the Drawings, provide fasteners as follows:
Service Use and Location Product Remarks
1. Anchor Bolts Cast Into Concrete for Structural Steel, Metal Fabrications
and Castings
Submerged, Exterior, Stainless steel 316
Interior Wet, and
Corrosive Areas
.2 Anti-seizing Lubricant: Use on all stainless steel threads.

.3 Do not use adhesive anchors to support fire-resistive construction or where ambient


temperature will exceed 49C.

END OF SECTION

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\031520.doc:
April 03, 2020
City of Powell River 09 97 00
Consolidated Wastewater Treatment Plant SPECIAL COATINGS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 11

Part 1 General

1.1 DESCRIPTION
.1 This specification defines the minimum requirements for the supply and application of a
shop applied, sprayed epoxy coating system for four (4) complete secondary clarifier
fabricated steel components including surface preparation, coating application, and
quality assurance testing for the following:
.1 Circular steel tank assemblies with check valves, flap gates, and manways;
.2 Two external partition walls;
.3 Clarifier effluent launder assemblies including scum beach and collection hopper,
an outlet pipe outlet assembly;
.4 Bioreactor outlet box;
.5 Bridge assembly spanning the bioreactor and providing access to clarifier drive;
.6 Secondary clarifier mechanism and supports.
.2 Supply Contractor responsible for retaining and coordinating all parties for work
specified under this section, unless otherwise specified.
.3 Supply Contractor is required to adhere strictly to the requirements of this section.
Coordination of activities and hold points with the Engineer are of paramount
importance, and will be rigidly enforced by the Engineer.

1.1 REFERENCE STANDARDS


.1 The coating system and all work pertaining to the coating must conform to the following
reference standards in conjunction with the Manufacturer’s specifications and
recommendations, and the specifications within.
.1 American Society for Testing and Materials (ASTM)
.1 ASTM D4285 – Standard Test Method for Indicating Oil or Water in
Compressed Air
.2 ASTM D4940 – Test method for Conductimetric Analysis of Water
Soluble Ionic Contamination of Blasting Abrasives
.3 ASTM D406 – Abrasion Resistance
.4 ASTM D4541 – Test Method for Pull of Strength of Coatings Using
Portable Adhesion Tester
.5 ASTM D4138 – Test Method for Measurement of Dry Film Thickness of
Protective Coating Systems by Destructive Means
.6 ASTM D3363 – Standard Test Method for Film Hardness by Pencil Test
.7 ASTM D5402 – Standard Practice for Assessing the Solvent Resistance
of Organic Coatings Using Solvent Rubs
.8 ASTM D648 – Deflection Temperature of Plastics Under Flexural Load
.2 The Society for Protective Coatings (SSPC)
.1 SSPC-PA1 – Shop, Field, and Maintenance Painting

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\099700.doc:
April 03, 2020
City of Powell River 09 97 00
Consolidated Wastewater Treatment Plant SPECIAL COATINGS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 11

.2 SSPC-PA2 – Measurement of Dry Coating Thickness with Magnetic


Gages
.3 SSPC-PA Guide 3 – A Guide to Safety in Paint Application
.3 America Water Works Association (AWWA)
.1 AWWA C210 – Liquid-Epoxy Coatings for Steel Water Pipe and
Fittings
.4 Aerospace Material Specification (AMS)
.1 AMS Standard 595 – Colours Used in Government Procurement

1.2 DEFINITIONS
.1 Supply Contractor: As defined in Section 00 72 00 – General Conditions
.2 Coating Manufacturer: Manufacturer of selected coating system that meets the
requirements of the specification herein.
.3 Coating Manufacturer’s Representative: Representative of the Coating Manufacturer
knowledgeable in the selected coating system and experienced in the surface preparation,
coating application and inspection. Representative to provide on-site assistance to
Coating Applicator with regards to training and outlining requirements for surface
preparation, coating, and quality assurance.
.4 Coating Applicator: Specialist coatings application firm retained by the Supply
Contractor to provide surface preparation, application of protective coatings, coating
repairs, and overall coating quality assurance in accordance with the requirements,
herein.
.5 Engineer: As defined in Section 00 72 00 – General Conditions Engineer’s NACE
Inspector: Third-Party NACE certified coating inspector retained by the Engineer to
provide review of all coating activities and submittals.

1.3 SUBMITTALS
.1 Comply with Requirements of Section 01 33 00 – Submittals.
.2 Product Data:
.1 Submit Coating Manufacturer’s surface preparation, application, and testing
requirements. Indicate areas which do not meet AWWA C210 minimum
requirements, if any.
.2 Submit WHMIS Safety Data Sheets for all materials utilized.
.3 Submit product sheets for abrasive blast media.
.4 Submit products for coating application equipment.
.5 Submit calibration data for all quality assurance equipment.
.3 Colour Samples:
.1 Submit three (3) colour paint swatches samples of each selected colour scheme to
the Engineer.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\099700.doc:
April 03, 2020
City of Powell River 09 97 00
Consolidated Wastewater Treatment Plant SPECIAL COATINGS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 11

.4 References:
.1 Submit five (5) references of Coating Manufacturer indicating successful
performance for proposed coating system products for similar enclosed,
immersed application associated with raw, untreated municipal wastewater.
.2 Submit Coating Applicator experience demonstrating proficiency in application
of the specified products.
.3 Submit a summary of experience of applicator’s personnel for the project,
including details on relevant training and experience.
.5 Work Plan:
.1 Submit a work plan and schedule for all surface-preparation and coating work.
Include all hold points in schedule.
.6 Inspection Plan
.1 Submit inspection plan outlining quality assurance activities. Provide schedule
for quality assurance activities. Include all hold points in schedule.
.7 Inspection Results:
.1 Shop Application:
.1 Certification of surface preparation for all steel components.
.2 Certification of film coat thickness for all coated components.
.3 Certification of curing for all coated components.
.4 Certification of holiday inspection by electrical continuity test for all
coated components.
.5 Certification of coating adhesion for all adhesion tests.
.2 Post Field Erection:
.1 Certification of film coat thickness for all field coated repairs.
.2 Certification of curing for all field coated repairs.
.8 Daily Coating Reports:
.1 Shop Application:
.1 Coating Applicator to provide Daily Coating Report indicating
environmental conditions, temperature, coating application setting or
parameters, prepared surface profile, and all other parameters per
AWWA C210.
.2 Repairs / Application After Erection
.1 Coating Applicator to provide Daily Coating Report indicating areas in
which coating repairs are required. Report to outline environmental
conditions, temperature, and all other parameters per AWWA C210.
.9 Warranty:
.1 Submit manufacturer’s and applicator’s extended warranty.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\099700.doc:
April 03, 2020
City of Powell River 09 97 00
Consolidated Wastewater Treatment Plant SPECIAL COATINGS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 11

.10 Affidavit of Compliance


.1 Prior to complete of the work, the Coating Manufacturer and Coating Applicator
to provide a joint Affidavit of Compliance stating the materials and work
furnished meet or exceed the requirements of AWWA C210.

1.4 OPERATION AND MAINTENANCE DATA


.1 Provide technical data sheets for all components of the coating system.
.2 Provide written procedures outlining the field coating repair procedures.

1.5 COORDINATION
.1 Supply Contractor to coordinate all work and inspections between all respective parties.
Note that coordination applies to all four (4) secondary clarifier packages.
.1 Coating Manufacturer and Coating Manufacturer’s Representative
.2 Coating Applicator
.3 Engineer and Engineer’s NACE Inspector
.4 General Contractor
.2 Supply Contractor coordination of hold points with the Engineer is of paramount
importance and will be rigidly enforced by the Engineer.

1.6 QUALITY ASSURANCE


.1 Select a Coating Applicator experienced in the application of the specified coating for a
minimum of 10 years on projects of similar size and complexity. Applicator is to be
trained and approved by the Product Manufacturer.
.2 Coating Manufacturer to provide a Manufacturer’s Representative to supervise and
inspect all phases of the work. Coating Manufacturer’s Representative to be certified
NACE CIP Level 3.
.3 Engineer will retain NACE Coating Inspector to inspect all phases of the work.
.4 Engineer and Engineer’s NACE Coating Inspector reserve the right to inspect all phases
of the work. Inspection of the work by the Engineer and/or Engineer’s NACE Coating
Inspector does not relieve the Coating Manufacturer or Coating Applicator of the
requirements specified herein.
.5 Coating Manufacturer’s Representative to provide one (1) day training session with
Coating Applicator prior to start of work.
.6 Only Coating Applicators that have been approved and trained by Coating Manufacturer
will be acceptable.
.1 Coating Applicator personnel: provide personnel with prior experience with the
application of the selected coating system, and who have been approved and
trained by Product Manufacturer.
.2 The Coating Applicator: to adhere to AWWA C210 and all Coating
Manufacturer’s written recommendations with respect to drying times,
application method, mixing instruction, application equipment, pot life, thinning,

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\099700.doc:
April 03, 2020
City of Powell River 09 97 00
Consolidated Wastewater Treatment Plant SPECIAL COATINGS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 5 of 11

and any other Manufacturer’s recommendations deemed applicable by the


Engineer and/or Engineer’s NACE Inspector.
.7 Review environmental requirements, materials, protection of adjacent work, surface
preparation, application, curing, quality control, cleaning, and coordination with other
work.
.8 All inspections and coating certifications during surface preparation, application, and
post-erection is the responsibility of the Coating Manufacturer and Coating Applicator.
Cost associated with repairs to be the responsibility of the General Contractor
.9 In coordination with the Engineer’s NACE Inspector, prepare an inspection plan to
supplement the work plan. The inspection plan will include a project schedule for all
phases of the work to match the Supply Contractor’s work schedule so that the
Engineer’s NACE Inspector can carry out his function without causing any delays in
work production. The inspection plan is to identify the inspection hold points, test
methods, test frequency, and acceptance criteria for each procedure in each phase of the
project work. Submit the inspection plan to the Engineer for review and acceptance
before the start of the work.
.10 The inspection plan will include the following key milestones and hold points:
.1 Pre-Work Meeting to clarify requirements and authorizations for the Engineer’s
NACE Inspector and other personnel. The meeting will be attended by the
Supply Contractor, Coating Manufacturer, Coating Applicator, and Engineer’s
NACE Inspector.
.2 Post-Surface Preparation Hold Point: This inspection hold point follows surface
preparation. It verifies that the degree of cleanliness and surface profile meet the
requirements of AWWA C210 and Coating Manufacturer’s requirements.
.3 Post-Coating Application Hold Point: The post-coating application inspection
hold point follows the application of each coat and confirms each coat has met
the minimum recoat window and other recoat parameters, so the next coat can be
applied.
.4 Post-Cure Hold Point: The post-cure hold point will verify that the final dry film
thickness requirements of the coating system have been met and a holiday-free
film has been attained. It will also include a visual inspection of the coating for
defects such as runs, sags, improper cure or uneven colour which must be
addressed if present.
.5 Final Inspection Hold Point: After field erection and field repairs, a final
inspection hold point will verify that all touch-ups or other corrective actions
satisfactorily meet project specification requirements.

1.7 DELIVERY, STORAGE, AND HANDLING


.1 Refer also to Section 01 65 00 – Shipment, Protection, and Storage
.2 Deliver all package materials to site in Coating Manufacturer’s original, unopened
containers with labels clearly indicating manufacturer, batch number and material.
.3 Do not deliver materials to site prior to two weeks before use.
.4 Store all materials in accordance with Coating Manufacturer’s instructions.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\099700.doc:
April 03, 2020
City of Powell River 09 97 00
Consolidated Wastewater Treatment Plant SPECIAL COATINGS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 6 of 11

.5 Maintain a copy of the applicable safety data sheets with each material and make
available upon request.
.6 Protect materials during handling and application to prevent damage.
.7 Inspect all epoxy-coated steel components after delivery to the construction site. Any
coating deficiencies identified shall be marked with a visible marking system and
recorded in an Excel spreadsheet format (.xlsx) which is provided to the Engineer.
Coating repairs shall be undertaken after erection of the clarifier assemblies in
accordance with AWWA C210 and Coating Manufacturer’s recommendations.

1.8 ENVIRONMENTAL REQUIREMENTS


.1 The following environmental requirements for coatings are to be followed pending
written confirmation by the Coating Manufacturer:
.1 Do not apply in areas under immediate influence of rain unless the Coating
Applicator has obtained written instruction and written approval from the
Coating Manufacturer.
.2 Do not apply when the surface may become wet within eight (8) hours after
application.
.3 Apply coating at a temperature of 10°C or greater and when the steel surface
temperature is 3°C greater than dew point temperature, in accordance with
AWWA C210.

1.9 EQUIPMENT AND MATERIALS


.1 Use coating spray equipment as approved by the Coating Manufacturer.
.2 Ensure all equipment used for blast cleaning utilises air that is oil and moisture free in
accordance with ASTM D4285.
.3 Ensure that surface and ambient conditions are in accordance with the requirements of
the Coating Manufacturer’s instructions immediately prior to and during application and
for the period of curing after application.
.4 Adhere to Coating Manufacturer’s instructions concerning conditions which prohibit
coating application.
.5 Use thinners and cleaners of the type and brand recommended by the approved Coating
Manufacturer.

1.10 WARRANTY
.1 Notwithstanding the warranty requirements per Section 00 72 00 – General Conditions,
provide a minimum 5-year material warranty and 2-year labour warranty.

Part 2 Products

2.1 GENERAL
.1 Product requirements to follow Section 01 60 00 – Basic Product Requirements, in
addition to the following:

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\099700.doc:
April 03, 2020
City of Powell River 09 97 00
Consolidated Wastewater Treatment Plant SPECIAL COATINGS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 7 of 11

.1 The coating system to provide complete protection of the coated steel


components. The coating is to be fully bonded to the fabricated steel elements,
and must be impermeable to wastewater gases, wastewater liquids, wastewater
treatment chemical, sea salt aerosols, and non-conducive to bacterial or fungal
growth.
.2 All materials, supplies and incidentals are to be the standard products of the
Coating Manufacturer and are to be compatible with each other. Provide products
in coating system that are the products of a single Coating Manufacturer.
.3 Product shall be new, purchased specifically for this project. Unused portions of
product from previous work are not acceptable.
.4 Coating materials shall be from unopened containers, which bear legible product
identification, batch number, expiration date, and other pertinent information.
.5 Use product within Coating Manufacturer’s stated shelf life.
.6 Store products in accordance with Coating Manufacturer’s requirements.
.7 Product to originate from the same batch or lot.
.8 Only Coating Manufacturer’s recommended thinners (if required) are to be used.
.9 If necessary, provide conductive underlayment or alternative material to assist in
testing for holidays and to ensure a pin-hole free coating. Conductive
underlayment to be selected and approved by the Coating Manufacturer.
.10 Any abrasive used must be capable of producing the desired surface profile and
have a conductivity of less that 50 μmho/cm when tested to ASTM D4940.

2.2 COATING SYSTEM


.1 The coating system to be a high-solids, low volatile organic compound, epoxy coating
system suitable for use in an environment immersed in municipal wastewater and sea salt
aerosols. Suitability of the coating system should be proven by verified field history and
laboratory testing to conditions as listed in the specification.
.2 Principal Characteristics:
.1 Resistance to temperatures up to 50°C.
.2 Non-flammable.
.3 Coating System to meet performance requirements of AWWA C210, Table 1
.4 Notwithstanding the requirements of AWWA C210, the minimum total dry film
thickness shall be 18 mils (SSPC-PA2 Level 2)
.5 Maximum total dry film thickness: per Coating Manufacturer recommendation
(SSPC-PA2 Level 2)
.6 Adhesion: Minimum 5,515 kPa per ASTM D4541 Method E
.7 Minimum Dielectric Strength: 250 V/mil
.3 Approved Coating Manufacturers:
.1 International Protective Coatings
.2 Carboline
.3 PPG Protective and Marine Coatings

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\099700.doc:
April 03, 2020
City of Powell River 09 97 00
Consolidated Wastewater Treatment Plant SPECIAL COATINGS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 8 of 11

.4 Number of applications and cure times to follow Coating Manufacturer’s


recommendations.
.5 Identify each coating material container with ULC listed markings stating fire hazard
classification.

Part 3 Execution

3.1 GENERAL
.1 Contractor is responsible for providing any temporary materials required to provide an
environment conducive to the Coating Manufacturer’s and AWWA C210 requirements.
.2 The areas to be coated include:
.1 All steel components of the circular steel tank assemblies with check valves, flap
gates, and manways;
.1 Colour: RAL 7037, Dusty Grey.
.2 All steel components of the two external partition walls;
.1 Colour: RAL 7037, Dusty Grey.
.3 All steel components of the clarifier effluent launder assemblies including scum
beach and collection hopper, an outlet pipe outlet assembly;
.1 Colour: RAL 7037, Dusty Grey.
.4 All steel components of the bioreactor outlet box;
.1 Colour: RAL 7037, Dusty Grey.
.5 All steel components of the bridge assembly spanning the bioreactor and
providing access to clarifier drive;
.1 Colour of Structures: RAL 7037, Dusty Grey
.2 Colour of Handrails and Kickplates: AMS-STD-595-13591, OSHA
Safety Yellow.
.6 All steel components of the secondary clarifier mechanism and supports.
.1 Colour: RAL 7037, Dusty Grey.

3.2 COATING APPLICATION SEQUENCING


.1 Prior to surface prepared and coating, steel fabrications to be assembled and leveled in
the Supply Contractor’s shop. Refer to Section 46 43 21 – Circular Clarifier.
.2 All steel components to be surface prepared in shop. Quality assurance procedures to be
completed after shop preparation of surfaces.
.3 All steel components to be shop coated. Quality assurance procedures to be completed in
shop after coatings are sufficient cured.
.4 After coating of steel components, components to be shipped to site for field erection.
After erection of clarifier assemblies, undertake a detailed inspection of all epoxy-coated
steel components. Coating deficiencies shall be marked with a visible marking system
and recorded in an Excel spreadsheet format (.xlsx) which is provided to the Engineer.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\099700.doc:
April 03, 2020
City of Powell River 09 97 00
Consolidated Wastewater Treatment Plant SPECIAL COATINGS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 9 of 11

Identified coating areas to be repaired by Coating Applicator in accordance with AWWA


C210 and Coating Manufacturer’s recommendations.

3.3 EXAMINATION
.1 Inspect fabricated steel elements where coating system will be applied. Notify the
Engineer and Engineer’s NACE Coating Inspector of conditions that would adversely
affect the application or subsequent utilization of the coating. Do not proceed with
application until unsatisfactory conditions are corrected to the satisfaction of the Coating
Manufacturer’s Representative and Engineer’s NACE Inspector.
.2 All surfaces receiving protecting coatings are subject to inspection at the call of the
Engineer and/or Engineer’s NACE Inspector to determine conformance.
.3 All coating equipment and techniques are subject to inspection and acceptance by the
Engineer and/or Engineer’s NACE Inspector.
.4 Notify the Engineer’s NACE Inspector a minimum of forty-eight (48) hours in advance
of the surface preparation and application.
.5 Provide access to all areas, records, etc. which are relevant to the work.
.6 The Engineer and/or Engineer’s NACE Inspector will:
.1 Review the surface preparation procedures and visually inspect the blasting
equipment.
.2 After surface preparation, visually inspect the steel fabrications and identify
defects and imperfections requiring repair or patching work and to ensure the
surface preparation is in conformance to AWWA C210 for surface profile for
bonding.
.3 After coating of the steel surfaces, visually inspect the coated surface.
.4 After coating has been fully cured, witness Coating Applicator’s quality
assurance testing.

3.4 SURFACE PREPARATION


.1 Upon successful inspection and/or repair of the steel fabrications, perform surface
preparation in accordance with the Coating Manufacturer’s recommendations and
AWWA C210.
.2 Water blasting alone is not permitted, except for decontamination.
.3 Acid etching is not acceptable.
.4 Do not apply coating until prepared surfaces are inspected and accepted by the Coating
Manufacturer, and Engineer’s NACE Inspector.

3.5 COATING APPLICATION


.1 Install all products in accordance with the requirements of WorkSafeBC’s OHS
Regulation, WHMIS, SSPC, Coating Manufacturer’s written requirements, and AWWA
C210.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\099700.doc:
April 03, 2020
City of Powell River 09 97 00
Consolidated Wastewater Treatment Plant SPECIAL COATINGS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 10 of 11

.2 The finished film to be free of all holidays, detrimental intercoat, and surface defects
(inclusions, porosity, runs, orange peel, sags, fisheyes or cratering, mudracking,
wrinkling, overspray, blistering, delamination) and be smooth and glossy.
.3 The coating material is required to be used within the Coating Manufacturer’s stated
working time starting from the commencement of mixing. No material shall be applied
that has exceeded the Coating Manufacturer’s recommended working time.
.4 No coating application is to be performed concurrently while sandblasting, high pressure
water cleaning, or other surface preparations are in operation, or where any
contamination of the steel surface is possible.
.5 Any coating damage, which occurs during the application process, shall be repaired or
replaced to the satisfaction of the Engineer’s NACE Inspector. Repair procedures shall
meet the requirements of the Coating Manufacturer’s recommendations and AWWA
C210.
.6 Coating materials intended for application shall be purchased, shipped, stored, mixed,
and applied in accordance with the Coating Manufacturer’s recommendations.
.7 Wet film gauges shall be considered as supplication aids only, and readings cannot
substitute for properly cured dry film thickness (DFT) measurements.
.8 Maximum film build per coat for multi-coat liquid systems shall not exceed the Coating
Manufacturer’s recommended dry film thickness per coat.
.9 Dismantle and remove scaffolding including decking and platform materials after all
repair, inspection, testing and coating work are completed.
.10 Recoating:
.1 Apply product within the Coating Manufacturer’s stated recoat time.
.2 For multi-coat systems, use alternate contrasting colours as required.
.11 Where necessary to meet the Coating Manufacturer’s environmental requirements and
WorkSafe BC OHS regulations, forced ventilation with, but are not limited to, clean
make-up air and dehumidification shall be maintained during recoat intervals and curing.

3.6 QUALITY CONTROL


.1 Conduct all quality control activities in coordination with Engineer’s NACE Inspector
and hold points.
.2 Shop Application Quality Control:
.1 Conduct inspection of surface prior to surface preparation in accordance with
AWWA C210.
.2 Conduct inspection of surface after surface preparation in accordance with
AWWA C210.
.3 Conduct visual inspection of coating in accordance with AWWA C210.
.4 After cure time in accordance with Coating Manufacturer’s requirements,
conduct coating cure testing in accordance with AWWA C210.
.5 Conduct dry film thickness measurements in accordance with AWWA C210 and
SSPC-PA2 Level 2.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\099700.doc:
April 03, 2020
City of Powell River 09 97 00
Consolidated Wastewater Treatment Plant SPECIAL COATINGS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 11 of 11

.6 Test all coated steel surfaces for holidays using electrical continuity inspect
equipment, in accordance with AWWA C210 and NACE SP0188. Mark and
repair any holidays found.
.7 At locations determined by the Engineer’s NACE Coating Inspector, perform
random adhesion tests on coated steel surfaces, in accordance with AWWA C210
and ASTM D451. If the adhesion test is a destruct test, patch at no additional
expense. Allow for one (1) adhesion tests (each set consisting of three (3)
replications in a 0.09 square metre area) per every five (5) square metres of
coating.
.3 Post Field-Erection Quality Control
.1 Conduct visual inspection of coating in accordance with AWWA C210. Mark
and repair any holidays found.
.4 All test and inspection results to be recorded and provided to the Supply Contractor for
incorporation in the O&M Manual per Section 01 78 23 – Operating and Maintenance
Data.

3.7 COATING PATCHING AND REPAIRS


.1 Repair all damage to coatings in accordance with AWWA C210 and Coating
Manufacturer’s written requirements.
.2 All areas requiring field repairs shall be identified and marked with a visible marking
system, recorded in an Excel spreadsheet format (.xlsx), and provided to the Engineer.
Coating repairs shall be undertaken after erection of the clarifier assemblies in
accordance with AWWA C210 and Coating Manufacturer’s recommendations.

3.8 TRAINING
.1 Coating Manufacturer’s Representative to provide a one (1) day, on-site training session
for Owner’s Operation Staff in the correct procedure for coating repair. Training session
to include hands-on demonstration of coating repair on representative coated steel
elements. Owner to schedule at training at their convenience with a minimum two (2)
weeks notice provided to the Manufacturer’s Representative. Coating Manufacturer will
provide all materials necessary to facilitate the training session.

END OF SECTION

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\099700.doc:
April 03, 2020
City of Powell River 26 05 02
Consolidated Wastewater Treatment Plant ELECTRICAL: GENERAL REQUIREMENTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 9

Part 1 General

1.1 REQUIREMENTS
.1 This Section covers items common to Sections of Division 26. This section supplements
requirements of Division 1.

1.2 CODES AND STANDARDS


.1 Except where specified otherwise, do complete installation in accordance with CSA
C22.1 Part I and as amended for use in the Province of British Columbia, henceforth
alternatively referred to as the Rules and Regulations.

.2 Do overhead and underground systems in accordance with CSA C22.3, No.1 and CSA
C22.3 No. 7, except where specified otherwise.

.3 Abbreviations for electrical terms: to CSA Z85.

.4 In addition to the above, the requirements related to electrical installations that are not
governed by the Rules and Regulations but are required by the B.C. Building Code, BC
Hydro, Telus, and the Workers Compensation Board, shall be met.

1.3 CARE, OPERATION AND START UP


.1 Refer to Section 01 87 13 – Equipment, Performance, and Operational Testing.

.2 Instruct operating personnel in the operation, care and maintenance of equipment.

1.4 VOLTAGE RATINGS


.1 Operating voltages: to CAN3 C235.

.2 Electric equipment to operate satisfactorily at 60 Hz within normal operating limits


established by above standard. Equipment to operate in extreme operating conditions
established in above standard without damage to equipment.

1.5 MATERIALS AND EQUIPMENT


.1 Equipment and material to be of manufacturer's current design and to be certified by CSA
or an equivalent certification agency as identified in the Rules and Regulations. Where
there is no alternative to supplying equipment which is thus certified, obtain special
approval from B.C. Electrical Safety Authority.

.2 Factory assemble control panels and component assemblies.

.3 Listing of a company as an acceptable manufacturer or supplier of equipment and


materials is conditional to compliance with the specified requirements.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260502.docx:
April 03, 2020
City of Powell River 26 05 02
Consolidated Wastewater Treatment Plant ELECTRICAL: GENERAL REQUIREMENTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 9

.4 Uniformity of equipment: Materials and equipment of similar or identical nature shall be


of same manufacture and type.

.5 Upgrades to existing equipment: materials and equipment required for modifications to


existing electrical equipment to be supplied and installed by the manufacturer's service
group.

1.6 FINISHES
.1 Shop finish metal enclosure surfaces by application of rust resistant primer inside and
outside, and at least two coats of finish air dry enamel.
.1 Paint outdoor electrical equipment "dark transformer green" finish to
NEMA Y1-2.
.2 Paint indoor switchgear and distribution enclosures and outdoor junction boxes
light grey air dry enamel to NEMA 2Y 1.
.2 If acceptable to Engineer, clean and touch up surfaces of shop painted equipment
scratched or marred during shipment or installation, to match original paint.

.3 Clean and prime exposed non galvanized hangers, racks and fastenings to prevent rusting.

.4 If acceptable to Engineer, apply Galvacon touch-up paint to damaged portions of


galvanized threads and surfaces.

1.7 EQUIPMENT IDENTIFICATION


.1 Identify electrical equipment, instruments, control devices and mechanical equipment
which have an electrical component with nameplates and labels as follows.

.2 Nameplates:
.1 Lamacoid 2-ply, 3 mm thick plastic engraving sheet, white face, black backing,
attached with foam-tape 3M Scotch-Mount No. 4032 adhesive backing where
used in controlled environment indoor areas and with self-tapping screws
(riveting not acceptable) where used outdoors or in wet, damp or contaminated
indoor areas. Epoxy glued where integrity of enclosure would be impeded by
screw-holes.
NAMEPLATE SIZES
Size 1 13 x 50 mm 1 line 4 mm high letters
Size 2 13 x 70 mm 1 line 4 mm high letters
Size 3 20 x 50 mm 2 lines 4 mm high letters
Size 4 20 x 70 mm 2 lines 4 mm high letters
Size 5 27 x 70 mm 3 lines 4 mm high letters
Size 6 27 x 90 mm 4 lines 3 mm high letters
Size 7 70 x 150 mm as required min. 10 mm high letters

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260502.docx:
April 03, 2020
City of Powell River 26 05 02
Consolidated Wastewater Treatment Plant ELECTRICAL: GENERAL REQUIREMENTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 9

.3 Labels:
.1 Embossed plastic labels with 6 mm high letters unless specified otherwise, for
use inside cabinets and panels only.
.4 Nameplates shall include the device, loop number, and the description from the single
line diagrams and schematics as typically shown below.

P-101
WASTEWATER PUMP #1

SF-250
CHEMICAL ROOM
SUPPLY FAN

.5 Nameplate sizes shall be verified as being adequate before they are fabricated.

.6 Nameplates for terminal cabinets and junction boxes to indicate system and/or voltage
characteristics.

.7 Disconnects, starters and contactors: indicate equipment being controlled and voltage.

1.8 CONDUIT AND CABLE IDENTIFICATION


.1 Identify conduits and cables which are numbered on the drawings or schedules using the
alpha-numeric code as shown. Attach a tag at each point of termination or connection.

.2 Identify conduits and cables installed in non-hazardous or non-corrosive indoor areas or


within enclosures with white nylon marker plates, Panduit #MP xxx-C, fastened with
locking-type black nylon ties. Use intermediate grade ties, Panduit #PLT xxI-CO. If tie
also serves as cable strap, use heavier grade tie.

.3 Identify conduits and cables installed outdoors or in hazardous or corrosive areas with
stainless steel, embossed metal marker plate, Panduit #MMP, fastened with stainless
steel, Panduit #MLT PANSTEEL ties. Use #304 or #316 stainless steel as appropriate.

.4 Identify conduits and cables installed in areas where they are subjected to chemical attack
with stainless steel marker plates as specified above and fastened with Panduit #PLT xx -
x76 Pan-Ty TEFZEL ties.

.5 Provide the required embossing and printing equipment, complete with software where
applicable. Keep equipment on-site until plant commissioning is complete.

.6 Catalogue numbers specified are for the purpose of illustrating features and quality of the
conduit and cable identification system. Products from other manufacturers are
acceptable subject to meeting or exceeding the specified products.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260502.docx:
April 03, 2020
City of Powell River 26 05 02
Consolidated Wastewater Treatment Plant ELECTRICAL: GENERAL REQUIREMENTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 9

1.9 WIRE IDENTIFICATION


.1 Identify control and instrument wires with permanent, indelible numbered markings on
both ends of wires, i.e. at all points of terminations and splices. Characters to be no less
than 2 mm high. Numbering shall not be handwritten.

.2 Unless otherwise specified or shown, wire numbers and terminal block numbers shall be
the same.

.3 Maintain phase sequence and colour coding of wires throughout.

.4 Colour code wires to CSA C22.1 and as follows:


.1 Power wires: phase A-B-C from left to right or front to back, red-black-blue
.2 Neutral: white
.3 AC, control: red
.4 AC, ground: green
.5 DC +: white
.6 DC -: black
.7 Instrument wires: shielded twisted pairs, white for higher potential, black for
lower potential, grey overall jacket.
.8 Taping for the purpose of colour coding will not be accepted for conductors less
than #2 AWG.

1.10 CONDUCTOR TERMINATIONS


.1 Lugs, terminals, screws used for termination of conductors to be suitable for copper and
aluminum conductors.

1.11 MANUFACTURERS AND APPROVAL LABELS


.1 Visible and legible after equipment is installed.

1.12 WARNING SIGNS


.1 As specified and to meet requirements of Electrical Safety Authority and Engineer.

.2 Decal signs, minimum size 175 x 250 mm.

1.13 CONDUIT AND CABLE INSTALLATION


.1 Install conduit, and sleeves prior to pouring of concrete. Sleeves through concrete, unless
otherwise shown: Schedule 40 PVC, sized for free passage of conduit and cable, and
protruding 50 mm.

.2 Install cables, conduits, and fittings to be plastered over, neatly and close to building
structure so furring can be kept to minimum.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260502.docx:
April 03, 2020
City of Powell River 26 05 02
Consolidated Wastewater Treatment Plant ELECTRICAL: GENERAL REQUIREMENTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 5 of 9

1.14 LOCATION OF WIRING, OUTLETS, AND EQUIPMENT


.1 Wiring, outlets and equipment locations shown on the drawings are of a general nature.

.2 Drawings do not show all conduits, cables and equipment. Those shown are in
diagrammatic form only. Provide all wiring required to complete the systems.

.3 Change location of outlets at no extra cost or credit, providing distance does not exceed
1000 mm, and information is given before installation.

.4 Check the location of all items fed by conduit embedded in or below the floor slab.
Ensure that the conduit is located correctly.

1.15 MOUNTING HEIGHTS


.1 Mounting height of equipment is from finished floor (AFF) to centreline of equipment
unless specified or indicated otherwise.

.2 If mounting height of equipment is not specified or indicated, verify before proceeding


with installation.

.3 Install electrical equipment at the following heights unless indicated otherwise:


.1 Switches: 1400 mm.
.2 Wall receptacles:
.1 General: 400 mm.
.2 Process areas: 1000 mm.
.3 Above top of continuous baseboard heater: 200 mm.
.4 Above top of counters or splashbacks: 175 mm.
.3 Panelboards: as required by Code or as indicated.
.4 Thermostats: 1520 mm.

1.16 QUALITY CONTROL


.1 Test, calibrate and, unless otherwise specified, program and configure the new works to
ensure that they are operating in accordance with the intent of the drawings and
specifications. Any clarification required as to the intent of the drawings and
specifications must be obtained prior to bid closing.

.2 Supply all necessary instruments, meters, equipment and qualified personnel to perform
tests and calibrations.

.3 Furnish manufacturer's certificate or letter confirming that entire installation, as it


pertains to each system, has been installed to manufacturer's instructions.

.4 Insulation resistance testing:

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260502.docx:
April 03, 2020
City of Powell River 26 05 02
Consolidated Wastewater Treatment Plant ELECTRICAL: GENERAL REQUIREMENTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 6 of 9

.1 Megger circuits, feeders and equipment up to 350 V with a 500 V instrument; use
a 1000 V instrument for system voltages above 350 V. Note: Disconnect cables
connected to instruments, controllers and similar devices.
.2 Check resistance to ground before energizing.
.3 Carry out tests in presence of Engineer.
.4 Provide instruments, meters, equipment and personnel required to conduct tests
during and at conclusion of project.
.5 Submit test results for Engineer's review.
.5 Check electrical equipment and motor nameplates to ensure that the breakers, fuses,
overload heaters and conductors are sized in accordance with the Rules and Regulations.

.6 Ensure that circuit protective devices such as overcurrent trips, relays, fuses, and the like,
are set to required values.

.7 Provide Engineer with list of test results including, but not limited to, the following:
.1 Nameplate full load current of each motor.
.2 Measured operating current of each motor.
.3 Cat. No. and current range of installed O/L heater or settings, as applicable.
.4 Setting of circuit breakers.
.5 Settings of all protective relays.
.6 Thermostat settings.
.7 Calibration calculations.
.8 Analog and control setpoints.
.9 Parameter setting record sheets for devices and equipment which need
programming, e.g. PAT controllers, ATS, and the like.
.10 All other relevant and similar data.
.8 Submit a completed Motor Data Sheet as shown appended to this Section.

1.17 GUARDING
.1 Guard exposed live equipment during construction for personnel safety.

.2 Shield and mark live parts "LIVE 120 VOLTS", or with appropriate voltage.

1.18 PROTECTION
.1 Protect equipment and material from the weather, moisture, dust and physical damage.

.2 Cover equipment openings and open ends of conduit piping and pullboxes as work
progresses. Failure to do so will result in the Contractor being required to adequately
clean or replace materials and equipment at no extra cost to the Owner.

.3 Refinish damaged or marred factory finish to as-new condition.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260502.docx:
April 03, 2020
City of Powell River 26 05 02
Consolidated Wastewater Treatment Plant ELECTRICAL: GENERAL REQUIREMENTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 7 of 9

.4 Protect all existing services encountered. Obtain instructions from the Engineer when
existing services require relocation or modification, further to that defined in these
contract documents.

1.19 WORKMANSHIP
.1 Workmanship shall be in accordance with well-established practice and standards
accepted by Engineer.

.2 The Engineer has the right to reject any item of work that does not conform to the
contract documents and accepted standards of performance, quietness of operations,
finish and appearance.

1.20 SEISMIC RESTRAINTS


.1 Provide seismic restraints for cable tray, luminaries, transformers, switchboards, control
panels, meter boxes, and the like.

1.21 DRAWINGS AND MEASUREMENTS


.1 Drawings are generally diagrammatic and are intended to indicate the scope and general
arrangement of the work. Do not scale the drawings.

.2 Take field measurements where equipment and material dimensions are dependent upon
buildings.

.3 Ensure adequate clearance in front of all electrical panels and equipment.

.4 Ensure that all suppliers of equipment and material have sufficient information to
determine that their equipment and material is suitable for the intended use shown in
these documents.

1.22 EXAMINATION
.1 Locations shown on the Drawings must be verified and the responsibility for any error
resulting from failure to exercise such precaution shall be the responsibility of this
Contractor.

.2 Examine the documents for details of work included. Obtain written clarification from
the Engineer, in the event of conflict within the Specification, between the Specification
and Drawings, or in the Drawings. Obtain written clarification from the Engineer if work
affecting the installation is not clear.

1.23 SHOP DRAWINGS AND PRODUCT DATA


.1 Submit shop drawings and product data as specified and in accordance with
Section 01 33 00 - Submittals.

.2 Shop drawings depicting schematic and single line diagrams, connection diagrams, panel
layouts, and the like must be prepared by electronic drafting means.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260502.docx:
April 03, 2020
City of Powell River 26 05 02
Consolidated Wastewater Treatment Plant ELECTRICAL: GENERAL REQUIREMENTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 8 of 9

.3 Include information for the following:


.1 Service entrance equipment, including main breaker trip and close circuits, and
system three-line wiring diagram.
.2 Electrical distribution equipment, such as switchboards, transformers and
panelboards.
.3 Lighting equipment including ballasts and applicable photometrics with
coefficient of utilization tables.
.4 Instrumentation equipment.
.4 Information for the above listed items to include, but not be limited to, wiring diagrams,
bills of materials, dimensional data and operating descriptions. Catalogue sheets may be
submitted as shop drawings, provided they are for actual piece of equipment supplied;
literature which covers an entire family of equipment is only acceptable if the equipment
proposed is clearly highlighted.

.5 Provide full programming instructions for devices which need to be programmed:


.6 Examples: - Protective relays and devices
- Automatic transfer switch (ATS)
- Programmable logic controllers (PLC)
- Instruments

1.24 INSTALLATION INSTRUCTIONS


.1 Obtain the manufacturer's instructions necessary for the correct installation, calibration
and adjustment for all equipment well in advance of commencement of shop and site
work.

1.25 RECORD DRAWINGS


.1 Refer to Section 01 33 00 - Submittals and Section 01 78 23 – Operating and
Maintenance Data.

.2 Record drawings and information is to include but is not limited to the following:
.1 Field Instrument Manufacturer calibration certification sheets.
.2 Shop drawings, revised to as constructed status; refer also to another clause in
this Section entitled Shop Drawings.
.3 Design drawings, revised to as constructed status.
.4 Instrument and calibration record forms.
.5 Data sheets with listing of programming and configuration variables of such
equipment as transmitters, control systems, and the like.

1.26 OPERATIONS AND MAINTENANCE MANUAL


.1 Provide operation and maintenance data for incorporation into manual as specified in
Section 01 78 23 - Operating and Maintenance Data.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260502.docx:
April 03, 2020
City of Powell River 26 05 02
Consolidated Wastewater Treatment Plant ELECTRICAL: GENERAL REQUIREMENTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 9 of 9

.2 The data must include all information listed under another item of this Section entitled
Shop Drawings and Product Data, supplemented by illustrated parts lists, catalogue
numbers and detailed instructions to permit effective operation, maintenance and repair
of the equipment.

.3 Include data for each type and style of device.

.4 For each manual, provide 1 print of each shop drawing, revised to as-built status,
including all final settings and sizes of circuit breakers, fuses, relays, and the like.

.5 For control, instrumentation and other similar equipment, include information on


calibration and programming.

.6 Information must be for actual piece of equipment supplied; literature which covers an
entire family of equipment is only acceptable if the equipment in use is clearly
highlighted.

1.27 TERMINOLOGY
.1 Unless further qualified, the following definitions apply:
.1 Wiring - refers to any or all of conduits, cables, wires, conductors and associated
fittings and hardware.
.2 Conductor - refers to the current carrying portion of an insulated or non-insulated
wire.
.3 Wire - refers to a single, insulated conductor.
.4 Cable - refers to an assembly of a single or multiple wires with shield, jacket,
sheath or armour.
.5 Field wiring - refers to wiring outside a control panel or kiosk.
.2 Wherever the term 'duct' appears, it applies equally to conduit.

Part 2 Products
.1 Not Used

Part 3 Execution
.1 Not Used

END OF SECTION

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260502.docx:
April 03, 2020
City of Powell River 26 05 43
Consolidated Wastewater Treatment Plant ELECTRICAL INSTALLATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 13

Part 1 General

1.1 REQUIREMENTS
.1 This section is a general specification for the supply and installation of the electrical
systems and components, as identified here-in.

.2 The scope of the work for this project is identified on the drawings.

.3 Not all systems and components identified in this specification section are required for
this project.

.4 Components and systems identified is this section that are required to complete the scope
of the work, or are incidental to complete the scope of work, or is required by other
specification sections, shall be supplied and installed in accordance with the relevant
parts of this section.

1.2 SHOP DRAWINGS AND PRODUCT DATA


.1 Submit shop drawings and product data in accordance with the requirements of
Division 1 and Section 26 05 02 – Electrical: General Requirements.

1.3 OPERATION AND MAINTENANCE DATA


.1 Provide operation and maintenance data for inclusion into manual specified in
Section 26 05 02 – Electrical: General Requirements and Division 01.

Part 2 Products

2.1 CONDUITS
.1 Conduit sizes, unless otherwise specified, are given in metric trade sizes as listed in the
Rules and Regulations.

.2 Minimum size 21 mm, except as otherwise specified.

.3 Abbreviations shown in brackets correspond to type identification shown on drawings.

.4 Rigid aluminum threaded conduit (RA), to CSA C22.2 No. 45 and No. 18.

.5 Rigid PVC conduit (RPVC) to CSA C22.2 No. 211.2.

.6 Rigid DB2 PVC conduit, to CSA C22.2, No. 211.1.

.7 Liquid-tight flexible metal conduit (FLC), to CSA C22.2, No. 56 from flat spiral-wound
galvanized steel strip, smooth inside, Thomas and Betts Type CSA.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260543.doc:
April 03, 2020
City of Powell River 26 05 43
Consolidated Wastewater Treatment Plant ELECTRICAL INSTALLATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 13

.8 Liquid-tight flexible non-metallic conduit (FNC), to CSA C22.2, No. 227.2, Hubbell
Polytuff Gray, Thomas and Betts Type LTC.

2.2 CONDUIT FASTENINGS AND SUPPORTS


.1 One hole malleable iron straps to secure surface conduits 50 mm and smaller. Two hole
steel straps for conduits larger than 50 mm.

.2 For outdoor and corrosive environment applications, two hole ultra-violet stabilized PVC
straps to secure surface conduits 50 mm and smaller. Two hole PVC-coated steel straps
for conduits larger than 50 mm.

.3 Beam clamps to secure conduits to exposed steel work.

.4 Channel type supports for two or more conduits at spacing required by the Rules and
Regulations.

.5 6 mm diameter threaded rods to support suspended channels.

2.3 CONDUIT FITTINGS AND COUPLINGS


.1 Fittings: manufactured for use with conduit specified. Coating: same as conduit.

.2 Factory "ells" where 90° bends are required for 25 mm and larger conduits.

.3 Liquid tight connectors for flexible conduit; dry-type will not be accepted.

.4 Non-metallic connectors for non-metallic conduits.

.5 Threaded couplings for metal conduit. Solvent-weld couplings for PVC conduit.

2.4 WIREWAYS
.1 Sheet steel with hinged cover to give uninterrupted access, non-metallic (polyester or
fibreglass) in outdoor and corrosive environments.

.2 Cross section dimensions: minimum 50 x 50 mm.

.3 Finish: baked grey enamel for metallic enclosures.

.4 Elbows, tees, couplings and hanger fittings manufactured as accessories to wireway


supplied.

2.5 BUILDING WIRES


.1 Compliance: CSA C22.2, No. 38.

.2 Conductors: stranded; solid conductors will not be accepted.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260543.doc:
April 03, 2020
City of Powell River 26 05 43
Consolidated Wastewater Treatment Plant ELECTRICAL INSTALLATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 13

.3 Copper conductors: size as specified, with 600 V insulation of chemically cross-linked


thermosetting polyethylene material rated RW90 for 240 V and below, and 1000 V
insulation for 600 V applications.

2.6 ETHERNET AND FIBRE OPTIC CABLING


.1 All Ethernet cabling must be CAT5e or better.

2.7 TECK CABLES AND CONNECTORS


.1 Compliance: CSA C22.2, No. 03 and No. 131.

.2 CSA Type TECK.

.3 Conductors:
.1 Grounding conductor: copper.
.2 Circuit conductors: copper, size as specified.
.4 Insulation:
.1 Chemically cross-linked thermosetting polyethylene rated type RW90.
.2 600 V insulation for circuits up to nominal 240 VAC.
.3 1000 V insulation for circuits above 240 VAC.
.5 Inner jacket: thermosetting polyvinyl chloride material.

.6 Armour: interlocking aluminum.

.7 Overall covering: polyvinyl chloride material, rated -40°C and meeting low gas emission
and FT4 flame test requirements set forth in CSA C22.2, No. 03.

.8 Fastenings and Supports:


.1 Refer to another clause in this specification, entitled Conduit Fastenings.
.2 6 mm dia threaded rods to support suspended channels.
.3 Except as otherwise noted, cable ties are only to be used with the approval of the
Engineer, and shall meet the requirements specified in
Section 26 05 02 – Electrical: General Requirements.
.9 Connectors:
.1 Watertight, approved for TECK cable; dry-type not accepted.
.2 Approved for hazardous location where applicable.
.3 Acceptable products: Thomas and Betts "STAR TECK" series.

2.8 FLEXIBLE CABLES


.1 Compliance: CSA C22.2, No. 49.

.2 CSA Type SOW, size and number of conductors as shown.


\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260543.doc:
April 03, 2020
City of Powell River 26 05 43
Consolidated Wastewater Treatment Plant ELECTRICAL INSTALLATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 13

.3 Other flexible cable as factory-supplied with equipment.

2.9 SHIELDED CABLES


.1 Compliance CSA C22.2 No. 239.

.2 CSA Type CIC (unarmoured) for installation into conduit.

.3 CSA Type ACIC (armoured) for surface or direct buried installation, or installation into
non-magnetic conduit.

.4 Common features:
.1 Single or multiple twisted pair #16 AWG copper conductors, number as
specified.
.2 300 V insulation, except 600 V insulation where required by the Rules and
Regulations for installation on common raceway (tray) with other 600 V circuits.
.3 Shield with drain wire for each pair and overall shield with drain wire for
multiple pair cables.
.4 PVC outer jacket, 90°C and -40°C, FT-4 rated.
.5 Acceptable products, in alphabetical order:
.1 for CSA Type CIC (unarmoured)
- Belden Series 224XX
- Nexans Series 900 000
- Shawflex Series 6B021M16XX
.2 For CSA Type ACIC (armoured)
- Belden Series 245XX (aluminum armour)
- Nexans Series 910 000 (aluminum armour)
- Shawflex Series 6B222M16XX (aluminum armour)
.3 The above product numbers are for 300 V-rated cables; adjust as required for
600 V-rated cables.
.6 Factory-supplied shielded cables where forming part of an instrument assembly.

2.10 INSTRUMENTATION WIRING


.1 Instrumentation and control wiring external of cabinets shall be as minimum:
.1 For control, no smaller than #14 AWG stranded copper or as indicated in
drawings.
.2 For instrumentation, #16 AWG stranded copper or as indicated in drawings. All
instrumentation wiring pairs shall be individually shielded.
.2 Control wires which terminate to a screw stud which are not equipped with terminal
saddles shall be made using fork lugs that are insulated and locking.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260543.doc:
April 03, 2020
City of Powell River 26 05 43
Consolidated Wastewater Treatment Plant ELECTRICAL INSTALLATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 5 of 13

.3 Wiring shall be free from abrasion and tool marks and shall have a minimum bending
radius of 1¼ inch.

.4 Unsupported wiring on panels will not be permitted. Control wire and cable shall be
formed in accordance with good wiring practices. Where cable bundles must be carried
across hinges to devices mounted on doors, each cable or wire bundle shall be looped and
carried between a clamp on the door and one on the fixed portion of the cabinet in such a
manner that torsion and flexure in the loop shall be minimized. The cables shall be
protected against abrasion with "spiral" or "snakeskin" protection material.

.5 Wiring between terminals of various devices shall be "point-to-point" (no splicing or tee
connections of wire will be permitted), with wires neatly tucked along the back of the
panels. Adequate support shall be provided to prevent sagging or damage from vibration
in transit and operation.

.6 All wire shields / drain wires shall be grounded on the PLC side of the cable. Instrument
side to be ground isolated.

.7 Refer to the Control Block drawing.

.8 Conductor color coding as follows:


.1 120 VAC line: Black.
.2 120 VAC neutral: White.
.3 120V control: Red.
.4 Ground: Green.
.5 24 VDC +: Yellow
.6 24 VDC Control: Yellow
.7 24 VDC -: Blue
.8 Input: Yellow.
.9 Output: Orange.
.10 Shielded twisted pairs: Black is positive; White or Clear is negative.

2.11 JUNCTION, PULL AND TERMINAL BOXES


.1 To CSA C22.2, No. 40.

.2 Welded steel or aluminum construction with screw-on flat covers for surface mounting in
dry indoor areas.

.3 Non-metallic, PVC, fibreglass, polyester or similar materials, with screw-on covers for
outdoor, wet and corrosive areas, such as chemical room and as shown on the drawings.

.4 Aluminum EEMAC Type 4 construction for larger size boxes used for outdoor surface
mounting. Provide a breather fitting where box serves as a protective enclosure for other
enclosed equipment.

.5 Copper free aluminum in areas classified as hazardous.


\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260543.doc:
April 03, 2020
City of Powell River 26 05 43
Consolidated Wastewater Treatment Plant ELECTRICAL INSTALLATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 6 of 13

.6 Complete with terminal block kit assembly, where applicable.

.7 Provide appropriate terminations and identification in control terminal boxes (CTB) and
instrument terminal boxes (ITB).

2.12 OUTLET AND CONDUIT BOXES GENERAL


.1 Compliance: CSA C22.2, No. 18.

.2 Size boxes in accordance with CSA C22.1.

.3 102 mm square or larger outlet boxes as required for special devices.

.4 Blank cover plates for boxes without wiring devices.

.5 Combination boxes with barriers where more than one system is present.

.6 Boxes suitable for area classification shown or specified and where available or noted,
made of same material or to have same finish as connecting conduit.

.7 Gang boxes where wiring devices are grouped.

.8 Cast FS or FD copper-free aluminum boxes with factory-threaded hubs and mounting


feet for surface wiring of switches and receptacle. Pressed sheet steel boxes and sectional
boxes not acceptable for surface-mounted devices.

.9 Surface-type FS or FD style fibreglass or PVC boxes with hubs and mounting feet for
corrosive and wet locations, such as chemical room.

2.13 CABLE GRIPS


.1 Sized to suit cable diameter.

.2 With stainless-steel or non-metallic mesh.

2.14 FITTINGS
.1 Bushing and connectors with nylon insulated throats.

.2 Knock-out fillers to prevent entry of foreign materials.

.3 Conduit outlet bodies for conduit up to 32 mm and pull boxes for larger conduits.

.4 Double locknuts and insulated bushings on sheet metal boxes or enclosures.

2.15 SUPPORT CHANNELS


.1 C-shape, size 41 x 41 mm, 2.5 mm thick, surface mounted or suspended.

.2 Steel for dry indoor location, fibreglass for outdoor and wet and corrosive locations.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260543.doc:
April 03, 2020
City of Powell River 26 05 43
Consolidated Wastewater Treatment Plant ELECTRICAL INSTALLATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 7 of 13

.3 Acceptable products: for fibreglass, Champion, available from Milham Industries, Delta,
B.C.

.4 Main and branch lugs or connection bars to match required size and number of
connecting conductors as indicated.

.5 At least three spare terminals on each set of lugs in splitters.

2.16 MOULDED CASE CIRCUIT BREAKERS


.1 Common-trip breakers: quick-make, quick-break type with single handle for multi-pole
applications.

.2 Temperature compensation for 40°C ambient. Thermal and magnetic tripping devices to
provide inverse time current tripping and instantaneous tripping for overload and short
circuit protection.

.3 Handle with door interlock, complete with interlock defeater mechanism.

.4 On-off locking device for operating handle.

.5 EEMAC Type 12 enclosure.

2.17 MAGNETIC MOTOR STARTERS


.1 Combination type magnetic motor starter with motor circuit interrupter.

.2 Magnetic starter, EEMAC-rated of size as indicated with 120 VAC coil, with:
.1 3-pole, ambient-compensated overloads with isolated N/C and N/O Contracts.
.2 Door-mounted manual reset button, labelled as “OVERLOAD RESET”.
.3 Accessories: Auxiliary contacts, push buttons, selector switches, pilot lights, as
indicated on drawings.
.4 Power and control terminal blocks.
.3 Motor circuit interrupter with magnetic, instantaneous trip elements, with:
.1 Handle, with door interlock, complete with defeater mechanism.
.2 Adjustable trip setting from 3 to 18 times motor full load current.
.4 Charts listing motor overload heaters and motor circuit interrupter settings to be affixed
to interior of door.

.5 EEMAC Type 12 enclosure; if required, use oversized enclosure to house auxiliary


control devices.

2.18 LIGHTING EQUIPMENT


.1 Provide luminaires complete with lamps of type as shown on the drawings.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260543.doc:
April 03, 2020
City of Powell River 26 05 43
Consolidated Wastewater Treatment Plant ELECTRICAL INSTALLATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 8 of 13

.2 Lamps.
.1 LED Bars for use in control panels.
.1 Colour temperature 4000K unless otherwise specified. Refer to
Luminaire Schedule.
.2 CRI not less than 80%.
.3 Rated life at 70% lumen maintenance (L70) minimum 50,000 hours.
.4 Power Factor at 85% of better, unless otherwise specified.

2.19 LIGHT SWITCHES


.1 15 A, 120 V, single pole switches.

.2 Manually-operated, general purpose, specification-grade, ac switches with following


features:
.1 Terminal holes approved for No. 10 AWG wire.
.2 Silver alloy contacts.
.3 Urea or melamine moulding for parts subject to carbon tracking.
.4 Suitable for back and side wiring.
.5 Ivory or brown toggle for light or dark surrounding wall surfaces respectively.
.3 Toggle operated fully rated for tungsten filament and fluorescent lamps, and up to 80% of
rated capacity of motor loads.

.4 Snap switch where used to switch a motor load.

.5 For wet and corrosive locations, such as chemical room, use IPEX/SCEPTER #VSC
15/10 cover plates.

2.20 CONNECTORS
.1 Pressure type wire connectors: with current carrying parts sized to fit copper/ aluminum
conductors.

.2 Fixture type splicing connectors: with current carrying parts of copper sized to fit copper
conductors 10 AWG or less.

.3 Clamps or connectors for armoured cable, flexible conduit, as required.

Part 3 Execution

3.1 WIRING
.1 Wiring to be surface-installed, except where it services equipment located away from
walls in which case wiring shall be installed in or below slabs, as indicated on the
drawings.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260543.doc:
April 03, 2020
City of Powell River 26 05 43
Consolidated Wastewater Treatment Plant ELECTRICAL INSTALLATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 9 of 13

.2 Where wiring is subject to mechanical injury, provide additional mechanical protection


by installing wiring in conduit.

.3 Unless otherwise specified, do not install wiring on exterior building surfaces; instead,
run conduit on inside wall and enter boxes and equipment from the back.

.4 Unless otherwise specified, minimum conductor size is #12 AWG, except for control and
instrumentation wiring which may be done with #14 AWG and #18 AWG respectively.

.5 Line voltage wiring for the HVAC system shall be done to the same standards as
specified in this Section. Low voltage wiring method must provide protection against
physical damage.

.6 Run surface wiring parallel or perpendicular to building lines; where applicable, run
wiring in flanged portion of structural steel. Wherever possible, group wiring on profile
channels. Do not pass wiring through structural members except as indicated.

.7 Use rigid PVC conduit or Teck cable, except where specified otherwise. If metallic
conduit is required use rigid aluminum. Conduit will be suitable

.8 Use liquid tight flexible metal conduit or Type SOW cable, as permitted by the Rules and
Regulations, for connection to motors and other devices requiring flexible connection.
Maximum length 450 mm.

.9 Where permitted by the Rules and Regulations, Teck and Teck-style cable may be used
in lieu of liquid-tight conduit for motors, control and instrumentation wiring respectively.

.10 In corrosive areas, and as permitted by the Rules and Regulations, liquid-tight conduit
shall be non-metallic.

.11 Use DB2 conduit, rigid PVC conduit, or a combination thereof for wiring buried below
grade or in wet and damp areas.

.12 CSA Type AC cable ("BX" cable) is not acceptable.

.13 Install plastic warning tape over underground wiring, placed 300 mm below finished
grade. Minimum burial depth of conduit is 900 mm or as shown.

.14 Place U/G wiring in a sand envelope of not less than 100 mm.

.15 Slightly snake direct-buried U/G cable when laying into trench, to allow for some take-up
during settlement of ground.

.16 Except as otherwise shown, maintain a separation of not less than 300 mm between
analog instrumentation and power wiring where they run parallel to each other.

.17 Bend metal conduit cold. Replace conduit if kinked or flattened more than 1/10th of its
original diameter.

.18 Mechanically bend metal conduit over 19 mm diameter.


\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260543.doc:
April 03, 2020
City of Powell River 26 05 43
Consolidated Wastewater Treatment Plant ELECTRICAL INSTALLATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 10 of 13

.19 Sleeves through concrete: Schedule 40 plastic pipe, sized for free passage of conduit or
cable, and protruding 50 mm. After installation of conduit or cable, seal voids with
approved compounds such as Duxseal or expandable foam material. Seal larger-sized
openings, provided for passage of cables from one area to another, in a similar fashion.
Seal all openings around wiring entering or leaving the wet well and building.

.20 Where it is essential that the integrity of a room or space is preserved, seal voids around
sleeves, cables and conduits with fire-rated material approved for that purpose.

.21 Field threads on rigid conduit must be of sufficient length to draw conduits up tight.

.22 U/G conduit joints for PVC conduits to be done with solvent cement; push-fit couplings
not acceptable unless conduit is concrete encased.

.23 Where conduits become blocked, remove and replace blocked section. Do not use liquids
to clean out conduits.

.24 Dry conduits out before installing wire.

.25 Install pullstring in empty conduit.

.26 Use non-metallic boxes, fittings and straps in wet, damp and corrosive environments.

.27 Unless otherwise specified, terminate conduit sleeves and spare conduits in an coupling
or end bell.

3.2 WATERPROOFING IN PITLESS ADAPTERS


.1 Wrap conduit connectors, fittings, as well as connection points, especially any exposed
threads, with Denso Tape to prevent moisture from entering the electrical system.

.2 Follow the manufacturer’s recommendations and instructions strictly in the application of


the tape.

3.3 INSPECTION FOR BURIED WIRING


.1 Advise Engineer a minimum of 2 working days in advance of placing conduit and cables
so that they may be present during installation, including cleanout and backfilling.

3.4 FIRE RATED SEALS


.1 After installation of cables and conduits, seal voids around cables and conduits with an
approved re-enterable fire stop compound, full thickness of the construction material.
Trim any excess material to obtain a neat appearance; do not damage outer jacket of
armoured cable. Strictly follow the fire stop manufacturer’s instructions.

3.5 WIREWAYS
.1 Wireways and auxiliary gutters may be used to facilitate multiple conduit or cable entries
into an enclosure.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260543.doc:
April 03, 2020
City of Powell River 26 05 43
Consolidated Wastewater Treatment Plant ELECTRICAL INSTALLATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 11 of 13

.2 Keep number of elbows, offsets, connections to minimum.

.3 Install supports, elbows, tees, connectors, fittings.

.4 Install barriers where required.

.5 Install gutter to full length of equipment.

3.6 BUILDING WIRES AND CABLES


.1 Do not pull spliced wires and cables inside conduits.

.2 Install multiple wires and cables into conduit simultaneously.

.3 Use CSA approved lubricants of type compatible with cable jacket to reduce pulling
tension.

.4 Wherever possible, group cables on channels.

.5 Terminate cables in strict conformance with manufacturer’s instructions.

3.7 SHIELDED CABLES


.1 Unless cable has its own magnetic armour, install shielded cables for instrumentation
wiring into magnetic, i.e. steel, conduit.

.2 Ground cable shield.

.3 Maintain a separation of not less than 300 mm between analog instrumentation and
power wiring where they run parallel to each other.

3.8 JUNCTION AND PULL BOXES


.1 Install pull boxes in accessible locations.

.2 Only main junction boxes are indicated. Install pull boxes as required.

3.9 CONDUIT AND OUTLET BOXES


.1 Use FS-style boxes for surface installations; sheet steel utility boxes not acceptable.

.2 Use non-metallic boxes in wet, damp or corrosive areas.

.3 Support boxes independently of connecting conduits and cables.

.4 Provide correct size of openings in boxes for conduit and cable connections. Reducing
washers not allowed.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260543.doc:
April 03, 2020
City of Powell River 26 05 43
Consolidated Wastewater Treatment Plant ELECTRICAL INSTALLATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 12 of 13

3.10 WIRING DEVICES


.1 Install wiring devices as indicated.

.2 Do not use coverplates meant for flush outlet boxes on surface-mounted boxes.

3.11 CONNECTORS
.1 Remove insulation carefully from ends of conductors.

.2 Install mechanical pressure type connectors and tighten screws with appropriate
compression tool recommended by manufacturer. Installation shall meet secureness tests
in accordance with CSA C22.2, No. 65.

.3 Install fixture type connectors and tighten. Replace insulating cap.

3.12 FASTENING AND SUPPORTS


.1 Secure equipment to metal members by clamping or by drilling and tapping. Welding
will not be acceptable.

.2 Support equipment, conduit or cables using clips, spring loaded bolts, cable clamps
designed as accessories to basic channel members. In outdoor or corrosive areas use non-
metallic, stainless steel or brass materials and brass or stainless steel screws and bolts.

.3 Fasten exposed conduit or cables to structures or support system using PVC straps or
other non-metallic straps. Straps exposed to daylight must be of ultra-violet stabilized
materials.

.4 For surface mounting of 3 or more conduits or cables use channels at spacing in


accordance with the Rules and Regulations.

.5 Provide brackets, frames, hangers, clamps and related types of support structures as
required to support conduit and cable runs.

.6 Ensure adequate support for raceways and cables dropped vertically to equipment where
there is no wall support.

.7 Do not use wire lashing or perforated strap to support or secure raceways or cables.

.8 Do not use supports or equipment installed for other trades for conduit or cable support
except with permission of other trade and approval of Engineer.

.9 Install fastenings and supports as required for each type of equipment, cables and
conduits, and in accordance with manufacturer's installation recommendations.

3.13 LIGHTING EQUIPMENT


.1 Locate and install luminaires as required and in accordance with manufacturer's
instructions.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260543.doc:
April 03, 2020
City of Powell River 26 05 43
Consolidated Wastewater Treatment Plant ELECTRICAL INSTALLATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 13 of 13

.2 Support luminaires level and plumb and true with structure and other equipment in
horizontal or vertical position as intended. Install wall or side bracket mounted luminaire
housings rigidly and adjust to a neat flush fit with mounting surface.

.3 Align luminaires mounted in continuous rows to form straight uninterrupted line.

.4 Completely clean all luminaires, including lenses, lamps, hangers and interiors at
completion of project and before final acceptance of project.

.5 Perform tests in accordance with Section 26 05 02 – Electrical: General Requirements.


Do not megger the luminaires.

3.14 SUBMERSIBLE PUMPS


.1 Cables to be installed directly to the junction boxes adjacent to the pitless adapters,
without making a splice in the well.

.2 Where required, suspend cables from hooks using cable grips.

.3 Do not cut off excess lengths of flexible power and control cables; neatly coil any excess
cable and attach to hooks with nylon ties.

3.15 FIELD QUALITY CONTROL


.1 Perform tests in accordance with Section 26 05 02 – Electrical: General Requirements.

.2 Identify each phase conductor of feeders and check phase rotation for 3-phase systems.

.3 Check each feeder for continuity, short circuits and grounds. Ensure resistance to ground
of circuits is not less than 50 megohms.

.4 Provide Engineer with list of test results.

.5 Remove and replace entire length of cable if cable fails to meet any of test criteria.

END OF SECTION

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260543.doc:
April 03, 2020
City of Powell River 26 05 80
Consolidated Wastewater Treatment Plant FRACTIONAL HORSEPOWER MOTORS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 2

Part 1 General

1.1 REFERENCE STANDARDS


.1 Canadian Standards Association (CSA International)
.1 CSA C22.2 No. 100, Motors and Generators.
.2 CSA C22.2 No. 145, Motors and Generators for Use in Hazardous Locations.
.2 Electrical and Electronic Manufacturers' Association of Canada (EEMAC)
.1 EEMAC M1-7, Standard for Motors and Generators.

1.2 SUBMITTALS
.1 Provide detailed design drawings in accordance with Section 01 33 00 – Submittals

1.3 SUBMITTALS FOR INFORMATION ONLY


.1 Submittals: in accordance with Section 01 33 00 - Submittals.
.2 Supply Contractor Reviewed shop drawings:
.1 Indicate dimensions, recommended installation procedure, wiring diagrams, sizes
and location of mounting bolt holes and recommended support method.
.3 Quality Assurance Submittals:
.1 Certificates: submit certificates signed by manufacturer certifying that materials
comply with specified performance characteristics and physical properties.
.2 Manufacturer's Instructions: submit manufacturer's installation instructions.
.4 Closeout Submittals:
.1 Provide maintenance data for fractional horsepower motors for incorporation into
manual specified in Section 01 78 23 – Operating and Maintenance Data.

Part 2 Products

2.1 FRACTIONAL HORSEPOWER MOTOR


.1 Non-hazardous locations: to CSA C22.2 No. 100.
.2 Hazardous locations: to CSA C22.2 No. 145.
.1 Rating: manufacturer standard.
.2 Type: manufacturer standard.
.3 Bearings: manufacturer standard.
.4 Frame size: to NEMA MG1 standards.
.5 Enclosure: TEFC, fully guarded and rated for the area.
.6 Mounting: per manufacturer instructions.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260580.doc:
April 03, 2020
City of Powell River 26 05 80
Consolidated Wastewater Treatment Plant FRACTIONAL HORSEPOWER MOTORS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 2

.3 Motor with inherent overheating protectors (if required).

Part 3 Execution

3.1 MANUFACTURER'S INSTRUCTIONS


.1 Compliance: comply with manufacturer's written recommendations or specifications,
including product technical bulletins, handling, storage and installation instructions, and
datasheets.

3.2 INSTALLATION
.1 General Contractor to install wiring, flexible connections and grounding.
.2 General Contractor to check rotation before coupling to driven equipment.

END OF SECTION

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260580.doc:
April 03, 2020
City of Powell River 26 05 81
Consolidated Wastewater Treatment Plant MOTORS: 0.746 TO 149 kW
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 4

Part 1 General

1.1 REFERENCE STANDARDS


.1 Canadian Standards Association (CSA International)
.1 CSA C22.2 No. 100, Motors and Generators.
.2 CSA C22.2 No. 145, Motors and Generators for Use in Hazardous Locations.
.2 Electrical and Electronic Manufacturers' Association of Canada (EEMAC)
.1 EEMAC M1-7-1992, Standard for Motors and Generators.
.2 EEMAC M2-1-1966, Standard for Lead Marking and Connections for Single-
Phase and Polyphase Induction Motors.

1.2 SUBMITTALS
.1 Provide detailed design drawings in accordance with Section 01 33 00 – Submittals

1.3 SUBMITTALS FOR INFORMATION ONLY


.1 Submittals: in accordance with Section 01 33 00 - Submittals.
.2 Shop drawings:
.1 Submit drawings stamped and signed by professional engineer registered or
licensed in British Columbia, Canada.
.2 Indicate:
.1 Overall dimensions of motor.
.2 Shaft centreline to base dimension.
.3 Shaft extension diameter and keyway, coupling dimensions and details.
.4 Fixing support dimensions.
.5 Dimensioned position of ventilation openings. Details of ventilation duct
attachments.
.6 Terminal box location and size of terminals.
.7 Arrangement and dimensions of accessories.
.8 Diagram of connections.
.9 Starting current and relative data necessary for use in design of motor
starting equipment.
.10 Speed/torque characteristic.
.11 Weight.
.12 Installation data.
.13 Shop test report of motor operation.
.3 Closeout Submittals:
.1 Provide maintenance data for motors for incorporation into manual specified in
Section 01 78 23 – Operating and Maintenance Data.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260581.doc:
April 03, 2020
City of Powell River 26 05 81
Consolidated Wastewater Treatment Plant MOTORS: 0.746 TO 149 kW
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 4

.2 Data necessary for maintenance of motors.


.3 Manufacturer's recommended list of spare parts.
.4 Quality Assurance:
.1 Engineer reserves the right to witness standard factory testing of motors 50 hp
and above.
.2 Submit site tests results of installed electrical systems and instrumentation.

1.4 DELIVERY, STORAGE AND HANDLING


.1 Deliver, store, handle and protect materials in accordance with Section 01 65 00 -
Shipment, Protection and Storage.
.2 Deliver, store and handle materials in accordance with manufacturer's written
instructions.
.3 Handle motors with suitable lifting equipment.
.4 Store motors in heated, dry, weather-protected enclosure.

1.5 EXTRA MATERIALS


.1 Provide maintenance materials and spare parts in accordance Section 01 78 23 –
Operating and Maintenance Data.

Part 2 Products

2.1 MATERIALS
.1 Motors:
.1 Non-hazardous locations: to CSA C22.2 No. 100.
.2 Hazardous locations: to CSA C22.2 No. 145.
.2 Lead markings: to EEMAC M2-1.

2.2 CORROSION PREVENTION AND FINISH PAINTING


.1 Provide equipment resistant to corrosion from severe moisture conditions.

2.3 RATING
.1 Motor:
.1 Single speed: hp, sized as required.
.2 Two speed: hp, sized as required.
.3 600 V, 3 phase, 60 Hz, or as required.
.4 Frame size: to industry and NEMA MG1 standards.
.5 Enclosure: TEFC, fully guarded and rated for the area.
.6 Operation: as required by equipment manufacturer.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260581.doc:
April 03, 2020
City of Powell River 26 05 81
Consolidated Wastewater Treatment Plant MOTORS: 0.746 TO 149 kW
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 4

2.4 MOTOR TYPE


.1 Squirrel cage or wound rotor induction, as required and approved by engineer.
.2 Motors utilizing VFDs are to be inverter duty rated in accordance with NEMA MG1
MG1.

2.5 DESIGN LETTERS


.1 Polyphase squirrel cage induction motors design B.

2.6 ENCLOSURE
.1 Totally enclosed fan cooled.
.2 Totally enclosed explosion proof for use in: Class 1 Zone 1 group IIa/b hazardous
location or Class 1 Zone 2 Group IIa/b (where applicable).

2.7 SERVICE CONDITIONS


.1 Suitable for use in the environment and process.

2.8 APPLICATION
.1 Motor suitable for driving supplier equipment.

2.9 PERFORMANCE CHARACTERISTICS


.1 Efficiency: Premium efficiency.
.2 Service factor:
.1 1.00 for inverter duty.
.2 1.15 for all others.
.3 Time rating: continuous or intermittent duty (per supplier’s standard product)

2.10 INSULATION
.1 Class: F.
.2 Ambient temperature: 40C.
.3 Temperature rise: class B.

2.11 THERMAL PROTECTION


.1 Factory installed thermal protection in each phase, wired to identified terminals in motor
terminal box (if requested in equipment supply)

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260581.doc:
April 03, 2020
City of Powell River 26 05 81
Consolidated Wastewater Treatment Plant MOTORS: 0.746 TO 149 kW
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 4

Part 3 Execution

3.1 MANUFACTURER'S INSTRUCTIONS


.1 Compliance: comply with manufacturer's written recommendations or specifications,
including product technical bulletins, handling, storage and installation instructions, and
datasheets.

3.2 INSTALLATION
.1 Dry out motor if dampness present in accordance with manufacturer's instructions.
.2 Install motor plumb and square, using only lifting facilities provided.
.3 Make wiring connections.
.1 Use liquid tight PVC jacketed flexible conduit between rigid conduit and motor.
.4 Make flexible conduit long enough to permit movement of motor over entire length of
slide rails.
.5 Check for correct direction of rotation, with motor uncoupled from driven equipment.
.6 Align and couple motor to driven machinery to manufacturer's instructions, using only
correct parts such as couplings, belts, sheaves, as provided by manufacturer.

3.3 FACTORY ACCEPTANCE TESTING


.1 Perform tests in accordance with Division 01.

END OF SECTION

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260581.doc:
April 03, 2020
City of Powell River 40 05 71.14
Consolidated Wastewater Treatment Plant ELASTOMERIC INLINE CHECK VALVE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 7

Part 1 General

1.1 DESCRIPTION
.1 This section specifies the design criteria, design, supply, and installation, testing, and
commissioning of elastomeric inline check valves.
.2 The Supply Contractor is responsible for the selection, procurement, and integration of
the elastomeric inline check valves, including any structural design to the secondary
clarifier perimeter wall or other items required for the system to operate on the
parameters identified herein.
.3 The General Contractor is responsible for the receiving, unloading, on-site storage, and
installation of the elastomeric check valves in accordance with the requirements of the
Manufacturer and the Supply Contractor.

1.2 REFERENCE STANDARDS


.1 Wherever the requirements of the specifications exceed those of these codes, the
requirements of the specifications shall govern. Code compliance is mandatory.
.2 To ensure the latest proven technology is included in the system provided, equipment
supplied under this section is manufactured after the date the contract is awarded.
.3 American Society of Mechanical Engineers (ASME)
.1 ASME/ANSI B16.5 – Pipe Flanges and Flanged Fittings: NPS ½ through NPS 24
Metric/Inch Standard
.4 American Society of Testing and Materials (ASTM)
.1 ASTM F593 – Standard Specification for Stainless Steel Bolts, Hex Cap Srews,
and Studs
.2 ASTM F594 – Standard Specification for Stainless Steel Nuts
.5 Canadian Safety Associated (CSA)
.1 CAN/CSA-G40.20/G40.21-13 - General requirements for rolled or welded
structural quality steel/Structural quality steel
.2 CAN/CSA-S16-14 - Design of steel structures
.3 CAN/CSA-W59-13 - Welded steel construction (Metal arc welding)
.4 CAN/CSA-W47.1 – Fusion Welding of Steel Company Certification
.5 CSA W47.2 – Certification of Companies for Fusion Welding of Aluminum
.6 CSA W59.2 – Welded Aluminum Construction
.6 British Columbia Building Code (BCBC) 2018 and National Building Code of Canada
(NBCC) 2015; where there are conflicts, the more onerous requirement will be followed
.7 WorkSafeBC Occupational Health and Safety Regulation

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\40057114.doc
: April 03, 2020
City of Powell River 40 05 71.14
Consolidated Wastewater Treatment Plant ELASTOMERIC INLINE CHECK VALVE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 7

1.3 SUBMITTALS FOR INFORMATION ONLY


.1 Submit product literature that includes information on the performance and operation of
the valve, materials of construction, dimensions and weights, elastomer characteristics,
headloss, flow data and pressure ratings.
.2 Provide shop drawings that clearly identify the valve materials of construction and
dimensions.
.3 Provide factory test data for each valve demonstrating headloss curve, cracking pressure,
snap open pressure, snap close pressure, and any other hydraulic data.

1.4 CLOSEOUT SUBMITTALS


.1 Provide Operation and Maintenance information in accordance with Section 01 33 00 –
Submittals and Section 01 78 24 – Operating and Maintenance Data for incorporation in
the overall facility Operation and Maintenance Manual. Coordinate with General
Contractor.

1.5 QUALITY ASSURANCE


.1 Supplier shall have at least twelve (10) years experience in the design and manufacture of
elastomeric check valves.
.2 Manufacturer shall have designed, fabricated and have at least five (5) current installation
of an elastomeric check valves of similar size as specified herein. Manufacturer to
provide documentation, including project name, location, and references.
.3 Manufacturer shall have conducted independent hydraulic testing to determine headloss,
jet velocity and vertical opening height characteristics on a minimum of three (3) sizes of
elastomeric check valves ranging from 6” (150 mm) through 24” (600 mm). The testing
must have been conducted for free discharge (pressurized and open channel flow
discharging to atmosphere) and submerged conditions.

1.6 COORDINATION
.1 Supply Contractor to coordinate this section with all other sections contained within these
specifications.
.2 Supply Contractor to coordinate all delivery, offloading, storage, installation, and testing
requirements with the General Contractor as necessary.

Part 2 Products

2.1 GENERAL
.1 Drainage check valves to allow flow from the secondary clarifier into the bioreactor
during draining of the bioreactor by the bioreactor transfer pumps (TP-2101, TP-2201,
TP-2301, TP-2401) under a peak flow of 450 L/s.
.2 Drainage check valves to be typically closed during normal bioreactor operation.
Differential backpressure on drainage check valve to be between 17 to 318 mm during
normal operation.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\40057114.doc
: April 03, 2020
City of Powell River 40 05 71.14
Consolidated Wastewater Treatment Plant ELASTOMERIC INLINE CHECK VALVE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 7

.3 When line pressure exceeds the backpressure, the line pressure forces the bill and saddle
of the valve open, allowing flow to pass. When the backpressure exceeds the line
pressure, or in the absence of any upstream or downstream pressure, the bill and saddle of
the valve is forced closed, preventing backflow.

2.2 EQUIPMENT LIST

Component Tag Number


Secondary Clarifier 1 Inline Check Valve 1 CHV- 2101
Secondary Clarifier 1 Inline Check Valve 2 CHV – 2102
Secondary Clarifier 1 Inline Check Valve 3 CHV – 2103
Secondary Clarifier 1 Inline Check Valve 4 CHV – 2104
Secondary Clarifier 1 Inline Check Valve 5 CHV – 2105
Secondary Clarifier 1 Inline Check Valve 6 CHV – 2106
Secondary Clarifier 2 Inline Check Valve 1 CHV- 2201
Secondary Clarifier 2 Inline Check Valve 2 CHV – 2202
Secondary Clarifier 2 Inline Check Valve 3 CHV – 2203
Secondary Clarifier 2 Inline Check Valve 4 CHV – 2204
Secondary Clarifier 2 Inline Check Valve 5 CHV – 2205
Secondary Clarifier 2 Inline Check Valve 6 CHV – 2206
Secondary Clarifier 3 Inline Check Valve 1 CHV- 2301
Secondary Clarifier 3 Inline Check Valve 2 CHV – 2302
Secondary Clarifier 3 Inline Check Valve 3 CHV – 2303
Secondary Clarifier 3 Inline Check Valve 4 CHV – 2304
Secondary Clarifier 3 Inline Check Valve 5 CHV – 2305
Secondary Clarifier 3 Inline Check Valve 6 CHV – 2306
Secondary Clarifier 4 Inline Check Valve 1 CHV- 2401
Secondary Clarifier 4 Inline Check Valve 2 CHV – 2402
Secondary Clarifier 4 Inline Check Valve 3 CHV – 2403
Secondary Clarifier 4 Inline Check Valve 4 CHV – 2404
Secondary Clarifier 4 Inline Check Valve 5 CHV – 2405
Secondary Clarifier 4 Inline Check Valve 6 CHV – 2406

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\40057114.doc
: April 03, 2020
City of Powell River 40 05 71.14
Consolidated Wastewater Treatment Plant ELASTOMERIC INLINE CHECK VALVE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 7

2.3 DESIGN PARAMETERS

Component Nominal Snap Open Snap Close Max. Design Headloss at Max
Size (mm) (mmH2O) (mmH2O) Flow Rate Design Flow Rate
(L/s) (mmH2O)
CHV- 2101
300 200 100 75 380
CHV – 2102
300 200 100 75 380
CHV – 2103
300 200 100 75 380
CHV – 2104
300 200 100 75 380
CHV – 2105
300 200 100 75 380
CHV – 2106
300 200 100 75 380
CHV- 2201
300 200 100 75 380
CHV – 2202
300 200 100 75 380
CHV – 2203
300 200 100 75 380
CHV – 2204
300 200 100 75 380
CHV – 2205
300 200 100 75 380
CHV – 2206
300 200 100 75 380
CHV- 2301
300 200 100 75 380
CHV – 2302
300 200 100 75 380
CHV – 2303
300 200 100 75 380
CHV – 2304
300 200 100 75 380
CHV – 2305
300 200 100 75 380
CHV – 2306
300 200 100 75 380
CHV- 2401
300 200 100 75 380
CHV – 2402
300 200 100 75 380
CHV – 2403
300 200 100 75 380

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\40057114.doc
: April 03, 2020
City of Powell River 40 05 71.14
Consolidated Wastewater Treatment Plant ELASTOMERIC INLINE CHECK VALVE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 5 of 7

Component Nominal Snap Open Snap Close Max. Design Headloss at Max
Size (mm) (mmH2O) (mmH2O) Flow Rate Design Flow Rate
(L/s) (mmH2O)
CHV – 2404
300 200 100 75 380
CHV – 2405
300 200 100 75 380
CHV – 2406
300 200 100 75 380

.1 Elastromeric Inline Check Valve


.1 Check valves are to be all rubber, the flow operated inline check type, with
integral downstream rubber flange connection.
.2 The entire check valve to be ply reinforced throughout the body, saddle and bill,
which is cured and vulcanized into a one-piece unibody construction. A separate
valve body or pipe used as the housing is not acceptable.
.3 The valve shall be manufactured with no metal, mechanical hinges or fasteners,
which would be used to secure any component of the valve to a valve housing.
.4 The port area of the saddle shall contour into a circumferential sealing area that is
concentric with the pipe which shall allow passage of flow in one direction while
preventing reverse flow. The entire valve shall fit within the pipe inside diameter.
.5 The saddle area of the valve must be flat, not conical, and integral with the
rubber body above centerline in order to not produce any areas or voids that can
collect or trap debris.
.6 The valve must be easily installed in pipes with poor end condition without the
need to modify or utilize the headwall or structure to seal and anchor the valve.
Once installed, the check valve shall not protrude beyond the face of the structure
or end of the pipe.
.7 The check valve shall incorporate multiple concave grooves molded integrally
into the flat saddle wall thickness extending longitudinally a minimum of 80% of
the length of the saddle to reduce opening resistance and reduce headloss.
.8 The check valve shall incorporate a custom shaped notch in the end of the bill to
reduce cracking pressure. The notch shall be at the invert/bottom of the bill and
symmetrical about the valve centerline. The longitudinal length of the notch shall
be no greater than half the length of the bill.
.9 The outside diameter of the upstream and downstream sections of the valve must
be circumferentially in contact with the inside diameter of the pipe.
.10 Slip-in style check valve to be furnished with a downstream flange complete with
stainless steel retaining ring and associated hardware and fastenders.
.11 Provide a method to galvanically isolate dissimilar metals.
.12 Company name, plant location, valve size patent number, and serial number shall
be bonded to the check valve.
.13 Allowable leakage rate: 0.00 L/s per metre of wetted perimeter at seating head
conditions.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\40057114.doc
: April 03, 2020
City of Powell River 40 05 71.14
Consolidated Wastewater Treatment Plant ELASTOMERIC INLINE CHECK VALVE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 6 of 7

.14 Fasteners and Hardware:


Component Material
Fasteners Bolts: ASTM F593 GR2 for Type 316/316L
Nuts: ASTM F594 GR2 for Type 316/316L
Washer: ASME B18.21.1 for Type 316/316L
.15 Approved Manufacturers:
.1 Tideflex
.2 Or approved equivalent

Part 3 Execution

3.1 WARRANTY
.1 The Supply Contractor to provide a warranty period in accordance with GC 4.4 Warranty
and Guarantee, in Section 00 72 00 – General Conditions.

3.2 FACTORY TESTING


.1 Conduct factory acceptance testing prior to unit shipment to site. Make allowances for
witness of factory acceptance testing by the Engineer.
.2 The factory acceptance test to provide flow test data for each valve demonstrating
headloss curve, cracking pressure, snap open pressure, snap close pressure, and any other
hydraulic data relevant for the application.
.3 Notify the Engineer of a factory test at least four (4) weeks prior to the estimated test
date. The Engineer reserves the right to witness factory testing.

3.3 DELIVERY, STORAGE, AND HANDLING


.1 Deliver, store, and handle equipment in accordance with Section 01 65 00 – Shipment,
Protection, and Storage. Coordinate with Supply Contractor and General Contractor as
necessary.
.2 Ship equipment pre-assembled to the degree which is practicable; equipment to be
appropriately crated and delivered to protect against damage during shipment.
.3 Provide storage instructions indicated specific requirements to ensure there is no
weathering, corrosion, contamination, mechanical damage, distortion, or any other
deterioration of the components.
.4 Identify all other special storage requirements and ensure requirements are clearly
communicated to and understood by the General Contractor and Supply Contractor

3.4 INSTALLATION
.1 Valve shall be installed in accordance with manufacturer’s written Installation and
Operation Manual and reviewed submittals.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\40057114.doc
: April 03, 2020
City of Powell River 40 05 71.14
Consolidated Wastewater Treatment Plant ELASTOMERIC INLINE CHECK VALVE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 7 of 7

3.5 FIELD TESTING


.1 After installation, all check valves shall be field tested in the presence of the Engineer
and Owner. Each check valve to be operated dry to demonstrate range of motion. Check
valve to be inspected by the Manufacturer’s Representative to confirm that the check
valve is installed correctly.

3.6 MANUFACTURER’S REPRESENTATIVE


.1 Manufacturer’s authorized representative shall be available on site during installation and
start-up, and to train personnel in the operation, maintenance and troubleshooting of the
valve.

END OF SECTION

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\40057114.doc
: April 03, 2020
City of Powell River 40 05 73.16
Consolidated Wastewater Treatment Plant FLAP GATE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 7

Part 1 General

1.1 DESCRIPTION
.1 This section specifies the design criteria, design, supply, and installation, testing, and
commissioning of weighted flap gates.
.2 The Supply Contractor is responsible for the selection, procurement, and integration of
the flap gates, including structural design to the secondary clarifier perimeter wall or
other items required for the system to operate on the parameters identified herein.
.3 The General Contractor is responsible for the receiving, unloading, onsite storage, and
installation of the flap gate in accordance with the requirements of the Manufacturer and
the Supply Contractor.

1.2 REFERENCE STANDARDS


.1 Wherever the requirements of the specifications exceed those of these codes, the
requirements of the specifications shall govern. Code compliance is mandatory.
.2 To ensure the latest proven technology is included in the system provided, equipment
supplied under this section is manufactured after the date the contract is awarded.
.3 American Society of Testing and Materials (ASTM)
.1 ASTM A536 – Standard Specification for Ductile Iron Castings
.2 ASTM D-2000 – Standard Classification System for Rubber Products in
Automotive Applications
.3 ASTM F593 – Standard Specification for Staleness Steel Bolts, Hex Cap Screws,
and Studs
.4 ASTM F594 – Standard Specification for Stainless Steel Nuts
.5 ASTM A276 – Standard Specification for Stainless Steel Bars and Shapes
.4 Canadian Safety Associated (CSA)
.1 CAN/CSA-B72-M87 – Installation Code of Lightning Protection Systems
.2 CAN/CSA-C22.1-18 – Canadian Electrical Code, Part 1
.3 CAN/CSA-G40.20/G40.21-13 - General requirements for rolled or welded
structural quality steel/Structural quality steel
.4 CAN/CSA-S16-14 - Design of steel structures
.5 CAN/CSA-W59-13 - Welded steel construction (Metal arc welding)
.6 CAN/CSA-W47.1 – Fusion Welding of Steel Company Certification
.7 CSA W47.2 – Certification of Companies for Fusion Welding of Aluminum
.8 CSA W59.2 – Welded Aluminum Construction
.5 The Society for Protective Coatings (SSPC)
.1 SSPC-PA1 – Shop, Field, and Maintenance Painting
.2 SSPC-PA2 – Measurement of Dry Coating Thickness with Magnetic Gages
.3 SSPC-SP1 – Solvent Cleaning Surface
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\40057316.doc
: April 03, 2020
City of Powell River 40 05 73.16
Consolidated Wastewater Treatment Plant FLAP GATE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 7

.4 SSPC-SP7 – Brush-off Blast Cleaning


.6 British Columbia Building Code (BCBC) 2018 and National Building Code of Canada
(NBCC) 2015; where there are conflicts, the more onerous requirement will be followed
.7 AWS-D1.1, Structural Welding Code-Steel
.8 AISI, Pocketbook of AISI Standard Steels
.9 WorkSafeBC Occupational Health and Safety Regulation

1.3 SUBMITTALS
.1 Submit product literature that includes information on the performance and operation of
the weight flap gate, materials of construction, dimensions and weights, headloss, flow
data and pressure ratings.
.2 Provide shop drawings that clearly identify the weight flap gate materials of construction
and dimensions.
.3 Provide factory test data for each weighted flap gate demonstrating headloss curve,
cracking pressure, seating pressure, and any other hydraulic data.

1.4 QUALITY ASSURANCE


.1 Welder Qualifications:
.1 Welder qualifications in accordance with CSA W59.
.2 Use qualified and licensed welders possessing certificate for each procedure
performed from authority having jurisdiction.
.3 Submit welder’s qualifications to Supply Contractor. Each welder to possess
identification symbol issued by authority having jurisdiction.
.4 Certification of companies for fusion welding of steel in accordance with CSA
W47.1.
.2 Welding Inspection Qualification:
.1 Welding Inspector qualifications in accordance with CSA W178.2.
.2 Submit welding inspector’s qualifications to Contract Administrator. Each
welding inspector to possess identification symbol issued by authority having
jurisdiction.
.3 Certification of companies for welding inspection in accordance with CSA-
W47.2.
.3 Mill Certificates:
.1 Mill Certificates of each lot of steel received from the mill by the Supply
Contractor to be provided. The mill certificates to record results of tests for the
following:
.1 Yield Strength
.2 Ultimate Tensile Strength
.3 Percent Elongation
.4 Chemical Composition

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\40057316.doc
: April 03, 2020
City of Powell River 40 05 73.16
Consolidated Wastewater Treatment Plant FLAP GATE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 7

1.5 COORDINATION
.1 Supply Contractor to coordinate this section with all other sections contained within these
specifications.
.2 Supply Contractor to coordinate all delivery, offloading, storage, installation, and testing
requirements with the General Contractor as necessary.

Part 2 Products

2.1 GENERAL
.1 Provide weight flap gate assemblies as per the Reference Drawings in Appendix A and
specification herein
.2 Weighted flap gates to allow flow from the bioreactor into the secondary clarifier during
filling of the bioreactor by the bioreactor transfer pumps (TP-2101, TP-2201, TP-2301,
TP-2401) under a peak flow of 450 L/s.
.3 Weighted flap gates to be fully seated during normal bioreactor and secondary clarifier
operation. Differential pressure across the weighted flap gate to be between 17 to 318
mm in the forward direction (i.e. bioreactor to secondary clarifier) during normal
operation.

2.2 EQUIPMENT LIST

Equipment Name Equipment No.

Secondary Clarifier 1 Flap Gate 1 CHV – 2111

Secondary Clarifier 1 Flap Gate 2 CHV – 2112

Secondary Clarifier 2 Flap Gate 1 CHV – 2211

Secondary Clarifier 2 Flap Gate 2 CHV – 2212

Secondary Clarifier 3 Flap Gate 1 CHV – 2311

Secondary Clarifier 3 Flap Gate 2 CHV – 2312

Secondary Clarifier 4 Flap Gate 1 CHV – 2411

Secondary Clarifier 4 Flap Gate 2 CHV – 2412

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\40057316.doc
: April 03, 2020
City of Powell River 40 05 73.16
Consolidated Wastewater Treatment Plant FLAP GATE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 7

2.3 DESIGN PARAMETERS

Component Cracking Pressure Max. Design Flow Headloss at Max


(mmH2O) Rate (L/s) Design Flow Rate
(mmH2O)

CHV- 2111 400 225 11

CHV – 2112 400 225 11

CHV- 2211 400 225 11

CHV – 2212 400 225 11

CHV- 2311 400 225 11

CHV – 2312 400 225 11

CHV- 2411 400 225 11

CHV – 2412 400 225 11

.1 Materials
Component Material
Frame Epoxy Coated Ductile Iron, ASTM A536
Flap, Stiffeners, and Hinge Arm Epoxy Coated Ductile Iron, ASTM A536
Hinge Pins Stainless Steel Type 316/316L, ASTM A276,
Seals EPDM, ASTM D-2000
Anchors, Fasteners, and Nuts Stainless Steel, Type 316/316L, ASTM F593 and
F594
Gaskets EPDM, ASTM D-2000
Counter-Weights Stainless Steel, Type 304/304L, ASTM A276
.2 Allowable leakage rate: 0.00 L/s per metre of wetted perimeter at seated head conditions.
.3 All welds shall be performed by welders with AWS D1.6 certification.
.4 Finish: Mill finish on stainless steel. Welds shall be sandblasted to remove weld burn and
scale.
.5 Provide method for galvanic isolation of dissimilar metals.
.6 Approved Manufacturer:
.1 Whipps Inc.
.2 Hydro Gate

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\40057316.doc
: April 03, 2020
City of Powell River 40 05 73.16
Consolidated Wastewater Treatment Plant FLAP GATE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 5 of 7

.3 Waterman
.4 Approved alternative,

2.4 FRAME
.1 The frame shall be constructed of formed stainless steel plate with a minimum thickness
of 6.4 mm.
.2 Frame design shall be of the flanged back type suitable for mounting directly to a steel
perimeter wall via steel pipe flange with stainless steel mounting studs and an EPDM
gasket.
.3 The angle of the flap when seated against the frame to be between 3 degrees and
7 degrees from the vertical.
.4 Lifting lugs shall be provided on the top of the frame to facilitate installation.

2.5 HINGE ARMS


.1 Dual hinge arms shall be provided on all flap gates in excess of 450 mm wide.
.2 Flap gates in excess of 450 mm wide shall have two pivot joints per arm. An adjustable
lower pivot with limited rotation and a fixed upper hinge lug arrangement.
.3 The hinge pins shall have a minimum diameter of 25 mm and shall be constructed of
solid stainless steel rod.

2.6 FLAP
.1 The flap shall not deflect more than 1/360 of the span under the maximum design head.
.2 Reinforcing stiffeners shall be welded to the flap.
.3 A lifting lug shall be provided on the bottom of the flap.

2.7 COUNTER WEIGHT


.1 Provide stainless steel counterweights system to allow for the adjustment of cracking
pressure of the flap gate.
.2 Counterweight system to be comprised of circular stainless steel weights mounted to a
25 mm diameter threaded rod and retained using a lock nut arrangement.

2.8 SEALS
.1 All flap gates to be provided with a continuous resilient seal system on the seating
surfaces to restrict leakage in accordance with the requirements listed in this
specification.
.2 The seals to be held in place by a stainless steel retainer and stainless steel attachment
bolts. The attachment bolts shall have a minimum diameter of 8 mm.
.3 The seal system shall be durable and shall be designed to accommodate frequent
operation without loosening or suffering damage.
.4 All seals must be bolted or otherwise mechanically fastened to the frame. Arrangement
with seals that are force fit and/or held in place with adhesives are unacceptable.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\40057316.doc
: April 03, 2020
City of Powell River 40 05 73.16
Consolidated Wastewater Treatment Plant FLAP GATE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 6 of 7

.5 The seals shall be mounted so as not to obstruct the water way opening.

2.9 ANCHOR BOLTS


.1 Anchor bolts shall be provided by the flap gate manufacturer for mounting the gates
when shown on the Contract Drawings.
.2 Quantity and location shall be determined by the gate manufacturer.
.3 Anchor bolts shall have a minimum diameter of 16 mm.

Part 3 Execution

3.1 WARRANTY
.1 The Supply Contractor to provide a warranty period in accordance with GC 4.4 Warranty
and Guarantee, in Section 00 72 00 – General Conditions.

3.2 FACTORY TESTING


.1 Conduct factory acceptance testing prior to unit shipment to site. Make allowances for
witness of factory acceptance testing by the Engineer.
.2 The factory acceptance test to provide flow test data for each valve demonstrating
headloss curve, cracking pressure, seating pressure and any other hydraulic data relevant
for the application.
.3 Notify the Engineer of a factory test at least four (4) weeks prior to the estimated test
date. The Engineer reserves the right to witness factory testing.

3.3 DELIVERY, STORAGE, AND HANDLING


.1 Deliver, store, and handle equipment in accordance with Section 01 65 00 – Shipment,
Protection, and Storage. Coordinate with Supply Contractor and General Contractor as
necessary.
.2 Ship equipment pre-assembled to the degree which is practicable; equipment to be
appropriately crated and delivered to protect against damage during shipment.
.3 Provide storage instructions indicated specific requirements to ensure there is no
weathering, corrosion, contamination, mechanical damage, distortion, or any other
deterioration of the components.
.4 Identify all other special storage requirements and ensure requirements are clearly
communicated to and understood by the General Contractor and Supply Contractor.

3.4 INSTALLATION
.1 Manufacturer to supply all necessary components and fasteners required for installation
of the weighted flap gates.
.2 The General Contractor to install flap gate in accordance with the installation drawings
and installation instruction as provided by the Manufacturer and Supply Contractor.
.3 The flap gate assemblies shall be installed in a true vertical plane, square and plumb.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\40057316.doc
: April 03, 2020
City of Powell River 40 05 73.16
Consolidated Wastewater Treatment Plant FLAP GATE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 7 of 7

3.5 FIELD TESTING


.1 After installation, all flap gates shall be field tested in the presence of the Engineer and
Owner. Each flap gate to be operated dry to demonstrate range of motion. Flap gate to be
inspected by the Manufacturer’s Representative to confirm that the weight flap gate is
installed correctly and the weighted flap seats against the frame properly.

3.6 MANUFACTUER’S REPRESENTATIVE


.1 Manufacturer’s authorized representative shall be available on site during installation and
start-up, and to train personnel in the operation, maintenance and troubleshooting of the
valve.

END OF SECTION

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\40057316.doc
: April 03, 2020
City of Powell River 46 43 21
Consolidated Wastewater Treatment Plant CIRCULAR CLARIFIER EQUIPMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 13

Part 1 General

1.1 DESCRIPTION
.1 This section provides the design criteria for a Supply Contractor to design, fabricate and
supply four (4) secondary clarifier tank assemblies, including:
.1 Circular, epoxy coated, steel tank assemblies with check valves, flap gates, and
manways.
.2 Two (2) external partition walls between each circular tank and the concrete
bioreactor walls.
.3 Clarifier effluent launder assemblies including adjustable v-notch weir, scum
baffle, launder covers, and outlet pipe outlet assembly with a removable bar
screen.
.4 Density current baffles.
.5 Bioreactor outlet boxes.
.6 Post-installed epoxy-type anchors, and bolts sets for complete installation, as
shown on the reference drawings in Appendix A.
.2 Each circular clarifier has a corresponding aerated bioreactor; the two will only be in
operation together. The circular clarifier is located inside the square concrete bioreactor;
the space outside the circular clarifier is the bioreactor. A series of check valves and
swing gates in the clarifier steel shell wall will function to ensure passive transfer of fluid
between the secondary clarifier and bioreactor during filling/emptying of the
bioreactor/secondary clarifier. Therefore, the design of the circular steel shell need not
be designed for full hydrostatic loading in either direction.
.3 The Supply Contractor is responsible for the complete design, fabrication, supply of all
components, and shipping to site of the secondary clarifier tanks and ancillary items
required for the system to operate on the parameters identified herein. The Supply
Contractor shall also review and assist the General Contractor in the successful
installation of the components, and with testing and commissioning.
.4 No field welding will be permitted. The Supply Contractor shall erect and level each of
the circular tanks and partition walls in their shop in order to verify all key dimensions
and confirm that all mating connections on the tanks and launders fit together as required.
This shall be undertaken before surface preparation and coating of the fabricated
elements, and be coordinated with the Engineer who will attend and observe.
.5 Surface preparation and application of corrosion protective coating will be coordinated
with the Engineer, who will attend and observe.
.6 The General Contractor will be responsible for the receiving, unloading, onsite storage,
and installation, and commissioning of the clarifier systems, in accordance with the
requirements of the Supply Contractor. The Supply Contractor will review the installation
at key intervals to assist the General Contractor and confirm that the installation is in
accordance with all aspects of design.
.7 Refer to the reference drawings in Appendix A for the circular clarifier dimensions,
elevations, details, and general layouts and sections. The reference drawings show
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464321.doc:
April 03, 2020
City of Powell River 46 43 21
Consolidated Wastewater Treatment Plant CIRCULAR CLARIFIER EQUIPMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 13

indicative components; the Supply Contractor is to finalize the design and have full
responsibility for all aspects of the final design.
.8 Tank shells should be designed and fabricated in sections that bolt together on site
without any welding required. Bolted connections should be effectively sealed to be
leakproof.
.9 An allowance for grout is required to enable the entire tank shell to be leveled and set to
the correct elevation during installation.

1.2 QUALIFICATIONS
.1 The Supply Contractor to provide references for four (4) large steel fabrications operating
in a wastewater treatment or industrial processing application, that have successfully
operated for a minimum of five (5) years in each of at least five (5) wastewater treatment
facilities in North America. Provide list of references with proposal.
.2 If a piece of equipment will not be manufactured by the Supply Contractor, including
welding and machining, the name and contact information of the manufacturing facility
must be supplied; if more than one manufacturer is used, name and contact information
for all companies and facilities must be provided for review by the Engineer. Refer to
Section 00 43 44 - Equipment Supplier’s List.

1.3 REFERENCE STANDARDS


.1 Wherever the requirements of the specifications exceed those of these codes, the
requirements of the specifications shall govern. Code compliance is mandatory.
.2 To ensure the latest proven technology is included in the system provided, equipment
supplied under this section is manufactured after the date the contract is awarded.
.3 American Society of Testing and Materials (ASTM)
.1 ASTM B221 – Standard Specifications for Aluminum and Aluminum-Alloy
Extruded Bars, Rods, Wire, Profiles, and Tubes
.2 ASTM A36 / A36M – 19, Standard Specification for Carbon Structural Steel
.3 ASTM A895 - Standard Specification for Free-Machining Stainless Steel Plate,
Sheet, and Strip
.4 Canadian Safety Associated (CSA)
.1 CAN/CSA-B72-M87 – Installation Code of Lightning Protection Systems
.2 CAN/CSA-C22.1-18 – Canadian Electrical Code, Part 1
.3 CAN/CSA-G40.20/G40.21-13 - General requirements for rolled or welded
structural quality steel/Structural quality steel
.4 CAN/CSA-S16-14 - Design of steel structures
.5 CAN/CSA-W59-13 - Welded steel construction (Metal arc welding)
.6 CAN/CSA-W47.1 – Fusion Welding of Steel Company Certification
.7 CSA W47.2 – Certification of Companies for Fusion Welding of Aluminum
.8 CSA W59.2 – Welded Aluminum Construction
.5 ANSI-B11.19, Performance Requirements for Safeguarding

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464321.doc:
April 03, 2020
City of Powell River 46 43 21
Consolidated Wastewater Treatment Plant CIRCULAR CLARIFIER EQUIPMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 13

.6 British Columbia Building Code (BCBC) 2018 and National Building Code of Canada
(NBCC) 2015; where there are conflicts, the more onerous requirement will be followed
.7 JIC EMP-1, Electrical Standards for Mass Production Equipment
.8 NEMA ICS 2, Industrial Control Devices, Controllers and Assemblies
.9 NEMA ICS 6, Enclosure for Industrial Controls and Systems
.10 AWS-D1.1, Structural Welding Code-Steel
.11 AISI, Pocketbook of AISI Standard Steels
.12 AFBMA Std. 9, Load Ratings and Fatigue Life for Ball Bearings
.13 AGMA 6010 E, Spur, Helical, Herringbone, and Bevel Enclosed Drives
.14 ANSI/AGMA B97, Standard for Rating the Pitting Resistance and Bending Strength of
Spur and Helical Involute Gear Teeth
.15 ANSI/AGMA 6034-B, Practice for Single- and Double-Reduction Cylindrical-Worm and
Helical-Worm Speed Reducers
.16 NFPA 820, Standard for Fire Protection in Wastewater Treatment and Collection
Facilities
.17 WorkSafeBC Occupational Health and Safety Regulations

1.4 SUBMITTALS FOR REVIEW


.1 Provide to the Engineer for review, a complete 3D design model for each of the four (4)
circular clarifiers, in a format compatible with Revit 2019. The 3D model should be fully
integrated with the model specified in Section 46 43 22 – Secondary Clarifier
Mechanism. Engineer to integrate the Supply Contractor’s model with the Engineer’s
Revit model for review.
.2 Provide detailed design drawings in accordance with Section 01 33 00 – Submittals in
one (1) complete submittal showing the general arrangement, plans, sections, dimensions
and details of all components of the circular clarifier equipment as described here in and
on the reference drawings in Appendix A, including:
.1 Circular steel tank assembly showing wall thickness, details of anchoring to
concrete floor, details of bolted/sealed connections between sections, launder
connection details, and all other requirements on the reference drawings in
Appendix A.
.2 Steel partition walls showing thickness, anchoring to concrete floor, walls, and to
the circular steel tank, details of bolted/sealed connections, including the
requirements on the reference drawings in Appendix A.
.3 Check valves, swing gates, and manways, and their mounting configuration and
location in circular steel tank wall.
.4 Clarifier launder outlet assembly including bar screen and outlet pipe connection
to match piping by others.
.5 Assemblies including adjustable v-notch weirs, scum baffle, launder covers, and
connection details. For launder covers, provide certification that launder covers
meet requirements for environmental loads, including uplift.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464321.doc:
April 03, 2020
City of Powell River 46 43 21
Consolidated Wastewater Treatment Plant CIRCULAR CLARIFIER EQUIPMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 13

.6 Density current baffle assembly, and connection details.


.7 Bioreactor outlet box assembly showing wall thickness, details of anchoring to
concrete wall, and all other requirements.

1.5 SUBMITTALS FOR INFORMATION ONLY


.1 Structural design calculations for the following:
.1 Design calculations for circular tank shell and effluent launder assembly
including wall thickness, stiffening as required, design calculations of bolted
joint connections between sections of tank shell.
.2 Design calculations for anchors of circular tank shell to the concrete floor.
.3 Design calculations for partition walls including connection details and
anchorage.
.4 Design calculations to be signed and sealed by a Professional Engineer registered
in the Province of British Columbia.
.2 Supply Contractor reviewed Shop Drawings.
.3 Mill Certificates.
.4 Shop weld procedures including QA/QC records and radiography.
.5 Erection procedures/drawings.
.6 Shipment and storage instructions.

1.6 CLOSEOUT SUBMITTALS


.1 Provide Operation and Maintenance information in accordance with Section 01 33 00 –
Submittals and Section 01 78 24 – Operating and Maintenance Data for incorporation in
the overall facility Operation and Maintenance Manual. Coordinate with General
Contractor.
.2 BC Building Code Letters of Assurance:
.1 Schedule B – Assurance of Professional Design and Commitment for Field
Review.
.2 Schedule C-B – Assurance of Professional Field Review and Compliance.
.3 Provide to the Engineer, a complete 3D design model for each of the four (4) circular
clarifiers, in a format compatible with Revit 2019 reflecting as-built condition of the
constructed works. The 3D model should be fully integrated all components specified in
Sections of this Specification.

1.7 QUALITY ASSURANCE


.1 Supply Contractor shall demonstrate their capability with a minimum of ten (10) years
experience in the design/fabrication of circular steel tank design and other similar-sized
and otherwise relevant tank assemblies, preferably integrated tank/process equipment
systems.
.2 Welder Qualifications:
.1 Welder qualifications shall be in accordance with CSA W59.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464321.doc:
April 03, 2020
City of Powell River 46 43 21
Consolidated Wastewater Treatment Plant CIRCULAR CLARIFIER EQUIPMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 5 of 13

.2 Use qualified and licensed welders possessing certificate for each procedure
performed from authority having jurisdiction.
.3 Submit welder’s qualifications to Contract Administrator. Each welder to possess
identification symbol issued by authority having jurisdiction.
.4 Certification of companies for fusion welding of steel in accordance with CSA
W47.1.
.3 Welding Inspection Qualification:
.1 Welding Inspector qualifications in accordance with CSA W178.2.
.2 Submit welding inspector’s qualifications to Contract Administrator. Each
welding inspector to possess identification symbol issued by authority having
jurisdiction.
.3 Certification of companies for welding inspection in accordance with CSA-
W47.2.
.4 Mill Certificates:
.1 Mill Certificates of each lot of steel received from the mill by the Supply
Contractor to be provided. The mill certificates to record results of tests for the
following:
.1 Yield Strength
.2 Ultimate Tensile Strength
.3 Percent Elongation
.4 Chemical Composition.

1.8 COORDINATION
.1 Supply Contractor to coordinate this section with all other sections contained within these
specifications to ensure that there are no conflicts or gaps in the work.
.2 Supply Contractor to coordinate design of anchor systems with the Engineer, as required
herein, specifically:
.1 Drilled anchors (epoxy-type) for circular tank shell
.2 Drilled anchors (epoxy-type) for partition walls
.3 Drilled anchors (epoxy-type) for bioreactor outlet box
.3 Supply Contractor to coordinate the interconnection of piping systems with the Engineer,
as required herein, specifically:
.1 Outlet pipe from bioreactor outlet box
.2 Inlet pipe to secondary clarifier (by General Contractor). Refer to Section 46 43
21 – Secondary Clarifier Mechanism.
.3 RAS/WAS outlet pipe (by General Contractor). Refer to Section 46 43 21 –
Secondary Clarifier Mechanism.
.4 Clarified effluent outlet pipe
.5 Scum outlet pipe
.4 Coordinate “hold point” shop inspections with the Engineer at the following milestones:

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464321.doc:
April 03, 2020
City of Powell River 46 43 21
Consolidated Wastewater Treatment Plant CIRCULAR CLARIFIER EQUIPMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 6 of 13

.1 Shop assembly and leveling of the circular tank sections, for verification of key
dimensions and confirmation that all mating connections on the tanks and
launders fit together as required.
.2 Refer to Section 09 97 00 – Special Coatings for other requirements.
.3 Refer to Section 46 43 22 – Secondary Clarifier Mechanism for other
requirements.
.5 Supply Contractor to coordinate delivery, offloading, storage, installation, and testing
requirements with the General Contractor as necessary.

Part 2 Products

2.1 GENERAL
.1 This section specifies the design criteria, design, fabrication and supply, shipping,
installation assistance, testing, certification, and commissioning of four (4) secondary
clarifier tanks, each complete and fully functional for secondary clarification of mixed-
liquor each as follows:
.1 Circular steel shell tank with integrated effluent launder having an internal
diameter of 18.000 m.
.2 A number of check valves, flap gates, that enable the circular clarifier to be
passively filled when being put into service, and passively drained when being
taken out of service.
.3 Two external steel partitions spanning between the circular tank shell and the
concrete bioreactor walls;
.4 Clarifier effluent launder assemblies will include adjustable v-notch weir, scum
baffle, launder covers, and an outlet assembly with a bar screen;
.5 Density current baffle;
.6 Bioreactor outlet box;
.7 Drill-in epoxy-type anchors, and bolts sets for complete installation, as shown on
the reference drawings in Appendix A.
.8 The design/fabrication/supply of the above shall be signed and sealed by an
Engineer licensed to practice in the Province of British Columbia.

2.2 FUNCTION
.1 Each circular secondary clarifier tank system shall:
.1 Provide an efficient separation wall between the aerated bioreactor process
(outside) and its corresponding secondary clarifier process (inside), which will
only be in operation together. Therefore, the design of the circular steel shell
wall need not be designed for full hydrostatic loading in either direction.
.2 Provide all of the static components of a fully functional secondary clarifier
system including the tank and appurtenances including those not normally
supplied in a secondary clarifier mechanism package, including a circular
external perimeter wall, effluent launder, v-notch effluent weir, scum baffle,

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464321.doc:
April 03, 2020
City of Powell River 46 43 21
Consolidated Wastewater Treatment Plant CIRCULAR CLARIFIER EQUIPMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 7 of 13

effluent launder covers, a perimeter density current baffle, and an outlet pipe
assembly.
.3 Provide 9 mm bar screens at the outlet of each effluent launder to prevent debris
from causing damage to the UV disinfection systems downstream.
.4 Provide a bridge assembly that will span between the opposite concrete walls and
provide access to the clarifier drive mechanism. Design of the bridge shall be
coordinated with the manufacturer of the clarifier mechanism. Refer to Section
46 43 21 – Secondary Clarifier Mechanism.
.5 Provide ancillary metal components to the clarifier system, including two steel
baffle partition walls between the circular clarifier shell and the concrete
bioreactor walls and a bioreactor mixed-liquor outlet box, that controls the liquid
level in the bioreactor, and conveys the mixed-liquor into the secondary clarifier
feed pipeline.
.6 Provide complete and seamless coordination with the manufacturer of the
clarifier mechanism equipment (i.e. the rotating equipment) including: the inlet
column, inlet feed well, energy dissipating baffle, rotating scum skimming
system, the sludge suction collection system. Refer to Section 46 43 21 –
Secondary Clarifier Mechanism
.7 A scum beach and collection hopper mounted to the perimeter wall that functions
in conjunction with the Secondary Clarifier Mechanism in order to remove
accumulated scum. Refer to Section 46 43 21 – Secondary Clarifier Mechanism.
.8 Provide check valves and flap gates, integrated with the secondary clarifier
perimeter wall, to provide passive transfer of fluid between the secondary
clarifier and bioreactor during filling/emptying of the bioreactor and secondary
clarifier. Refer to Section 40 05 71.14 – Elastomeric Inline Check Valve and
Section 40 05 73.16 – Flap Gate
.9 By integrating all of the above, each secondary clarifier system shall be fully
functional for the intended purpose, including separation and removal of floating
scum, separation and removal of recycle/waste activated sludge, and discharge of
clarified secondary effluent.

2.3 CLARIFIER MECHANISMS


.1 Mechanical components required for the complete function of the secondary clarifier
components as a system are specified under Section 46 43 22 – Secondary Clarifier
Mechanism.

2.4 PERIMETER WALL AND LAUNDER SYSTEM


.1 The steel perimeter shell wall of the clarifier to be comprised of individual sections
which, when bolted together, form a contiguous, leak-proof, corrosion-resistant wall
between the bioreactor and secondary clarifier.
.2 The number and configuration of individual perimeter wall sections are to be determined
by the Supply Contractor, such that they can be safely transported to the CWWTP work
site in Powell River. Note: the CWWTP work site is adjacent to tide water, and the
General Contractor may be able to secure a waterfront access for receiving large
components.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464321.doc:
April 03, 2020
City of Powell River 46 43 21
Consolidated Wastewater Treatment Plant CIRCULAR CLARIFIER EQUIPMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 8 of 13

.3 The steel perimeter shell wall shall have an integrated effluent launder trough as shown in
the reference drawings in Appendix A.
.4 All mating surfaces between individual sections to be bolted. Provide a gasket between
bolted surfaces to provide a leak-proof seal. Gasket material to be chemically compatible
with an environment containing raw municipal wastewater.
.5 No field welding will be permitted. Supply Contractor shall assemble and level the
circular tank sections, for verification of key dimensions and confirmation that all mating
connections on the tanks and launders fit together as required.
.6 Hydraulic Design Requirements:

Parameter and Units Value


Typical Differential Head 25 to 300 higher
Bioreactor to Secondary Clarifier (during normal operation)
(mm of water)
Maximum Differential Head 1,500 higher
Bioreactor to Secondary Clarifier (when bioreactor and secondary
(mm of water) clarifier are being filled)
Maximum Differential Head 300 higher
Secondary Clarifier to Bioreactor (when bioreactor and secondary
(mm of water) clarifier are being emptied)
Maximum Allowable Leakage Rate 1.0 L/min
during Normal Operation (L/s) (from bioreactor to secondary clarifier
during normal operation)
.7 Materials:
Component Material
Steel Partition ASTM A36 Carbon Steel, Epoxy Coated
Anchors and Fasteners Bolts: ASTM F593 GR2 for Type 316/316L
Nuts: ASTM F594 GR2 for Type 316/316L
Washer: ASME B18.21.1 for Type 316/316L
.8 Perimeter Wall Anchors
.1 Design and provide an anchor system suitable for the hydraulic loads, seismic
forces and slosh dynamic forces for a post-disaster facility in accordance with
BCBC 2018 and NBCC 2015 (whichever is more stringent). Ensure that the
earthquake uplift and slosh forces can be transferred adequately into the concrete
slab base.
.2 Perimeter wall to be anchored to the concrete slab utilizing post installed, resin
epoxy stainless steel 316/316L anchors. Spacing of anchors, diameter of anchors,
and depth of anchor embedment to be determined by the Supply Contractor.
Refer to reference drawings, Appendix A.
.3 All dissimilar metals to be galvanically isolated.
.4 Design of anchor system shall be signed and sealed by Professional Engineer
licensed to practice in the Province of British Columbia. Provide field review of
installation in accordance with BCBC 2018.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464321.doc:
April 03, 2020
City of Powell River 46 43 21
Consolidated Wastewater Treatment Plant CIRCULAR CLARIFIER EQUIPMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 9 of 13

.9 Access Hatches
.1 Two (2) 760-mm-diameter access hatches.
.2 Access hatches will be leak-proof, when bolted shut.
.3 Gasket material shall be chemically compatible with an environment containing
raw municipal wastewater (i.e., EPDM or approved alternate).
.10 Elastomeric Inline Check Valves and Flap Gates
.1 Refer to Section 40 05 73.16 – Flap Gates, Section 40 05 71.14 – Elastomeric
Inline Check Valve, and Reference Drawings in Appendix A and Appendix C.
.2 Check valves and flap gates to be mounted to the clarifier perimeter wall, as
shown in the reference drawings in Appendix A.
.3 Clarifier perimeter wall to be to be locally reinforced as necessary to
accommodate the weight of the flap gate and check valve assemblies.

2.5 V-NOTCH WEIR


.1 Coordinate V-notch weir with Section 46 43 22 – Secondary Clarifier Mechanism and
other components as specified in this Section.
.2 V-notch weirs shall be fabricated of FRP to the arrangement and dimensions indicated in
the reference drawings in Appendix A.
.1 V-notch weir plates shall not exceed a maximum length of 3.5 m.
.2 V-notch weir plate shall have a nominal thickness of 6.4 mm.
.3 V-notch weir plates shall have a smooth finish to minimize algae adhesion.
.4 V-notch weir to have 90-degree, V-notches, spaced at 156 mm on centre.
.3 The resin system used in the manufacture of the weir plates shall be general purpose
thermosetting polyester suitable for use in submerged wastewater treatment applications.
The resin should also contain UV stabilizers to reduce damage from UV light. Colour:
Grey.
.4 Provide surfacing veil and chopped strand roving to be suitable for the expected service
environment.
.5 All finished FRP surfaces and fabrications shall be smooth, resin-rich, free of voids and
without dry spots, cracks, crazes or unreinforced areas. All glass fibers shall be well
covered with resin. All cut edges and drilled holes are to be sealed.
.6 Weir plates are to feature oversized mounting holes which allow for at least 50 mm of
vertical and 50 mm of horizontal alignment. They are to be installed with 12 mm
diameter anchor bolts and 127 mm diameter FRP washers to cover the mounting holes.
.7 The ends of the weir plates are to be secured to each other using minimum 150 mm wide
lap plates. The lap plates are to be secured using 12 mm diameter 316 stainless steel bolts
in slotted holes which allow for horizontal adjustment of the weir plates.
.8 Materials
Component Material
Fasteners Bolts: ASTM F593 GR2 for Type 316/316L
Nuts: ASTM F594 GR2 for Type 316/316L
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464321.doc:
April 03, 2020
City of Powell River 46 43 21
Consolidated Wastewater Treatment Plant CIRCULAR CLARIFIER EQUIPMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 10 of 13

Washer: ASME B18.21.1 for Type 316/316L

2.6 SCUM BAFFLE


.1 Coordinate scum baffles with Section 46 43 22 – Secondary Clarifier Mechanisms and
other components as specified in this Section.
.2 Scum baffle shall be fabricated of FRP to the arrangement and dimensions indicated in
the reference drawings in Appendix A.
.1 Scum baffle plates shall not exceed a maximum length of 3.5 m.
.2 Scum baffle plates shall have a nominal thickness of 6.4 mm.
.3 Scum baffle plates shall have a smooth finish to minimize algae adhesion.
.3 The resin system used in the manufacture of the scum baffle plates shall be general
purpose thermosetting polyester suitable for use in submerged wastewater treatment
applications. The resin should also contain UV stabilizers to reduce damage from UV
light. Colour: Grey
.4 Provide surfacing veil and chopped strand roving to be suitable for the expected service
environment.
.5 All finished FRP surfaces and fabrications shall be smooth, resin-rich, free of voids and
without dry spots, cracks, crazes or unreinforced areas. All glass fibers shall be well
covered with resin. All cut edges and drilled holes are to be sealed.
.6 The ends of the scum baffle plates are to be secured to each other using minimum
150 mm wide lap plates. The lap plates are to be secured using 12 mm diameter 316
stainless steel bolts in slotted holes which allow for horizontal adjustment of the weir
plates.
.7 Scum baffle brackets are to be fabricated from 150 mm x 150 mm x 9.3 mm dark gray
isophthalic fire retardant pultruded FRP angles. The brackets are to be fabricated such
that they allow for 50 mm inches of vertical, horizontal, and radial adjustment. The
brackets are to be spaced at a maximum of 1,200 mm on center.
.8 Materials

Component Material
Fasteners Bolts: ASTM F593 GR2 for Type 316/316L
Nuts: ASTM F594 GR2 for Type 316/316L
Washer: ASME B18.21.1 for Type 316/316L

2.7 DENSITY CURRENT BAFFLE


.1 The density current baffle to increase the performance of the clarifier by substantially
reducing clarifier effluent solids, increasing the clarifier’s hydraulic capacity, promoting
blanket formation, and minimizing potential short-circuiting through gas vents.
.2 The density current baffle is to be mounted to the interior portion of each secondary
clarifier perimeter wall in order to achieve the performance enhancement previously
mentioned.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464321.doc:
April 03, 2020
City of Powell River 46 43 21
Consolidated Wastewater Treatment Plant CIRCULAR CLARIFIER EQUIPMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 11 of 13

.3 Refer to Section 46 43 23 – Density Current Baffle.

2.8 LAUNDER COVERS


.1 General
.1 Provide launder covers to prevent the growth of algae on launder troughs,
prevent debris ingress and minimize odours. Launder covers shall consist of a
system of molded fiberglass panels that are attached together to form a
continuous cover over the launder trough, weir and scum baffle.
.2 Individual panels shall be a minimum of 1,200 mm in length and curved to match
the curvature of the tank. Adjacent panels shall fit together properly to provide a
rigid structure.
.3 Cover panels shall be mounted to the perimeter wall stainless steel or FRP
brackets and shall hinge open for inspection and maintenance. In the closed
position the panels shall rest on stainless steel brackets mounted to the inner
launder wall, and secured in the closed position by high strength magnetic latches
(sufficient to resist opening by wind loads) mounted to the cover resting brackets.
.4 Provide handles or lift rings as necessary. Provide a means of limiting the travel
of the hinged cover sections to no more than 120 degrees from horizontal.
.5 Each panel should open independently, and have integrally molded, 50 mm
downward flanges along each side of the panel, leaving a small space between
closed panels. This space to be filled by a gasket suitable for the service
environment and mechanically attached to the flange on one side of each panel.
.6 The cover system shall be designed to withstand wind and snow loads in
accordance with BCBC 2018. Covers are not intended for workers to walk on.
.7 The General Contractor shall install the covers in accordance with the Supply
Contractor’s drawings and written recommendations. Minor field cutting of
panels shall be allowed where needed to accommodate obstructions with written
approval from the launder cover manufacturer. All cut ends shall be dressed as
per the manufacturer’s recommendations.
.8 All of the fasteners and brackets required for the installation shall be Stainless
Steel and shall be supplied by the Supply Contractor.
.2 Materials
.1 Each Cover panel shall be molded of fiberglass reinforced plastics. The resins
and fiberglass reinforcing materials shall be consistent with the environmental
conditions and structural requirements of the application. The resin shall be an
industrial quality, isophthalic polyester resin with UV suppression additives. The
laminate shall consist of a 20 mil outer layer of marine quality gelcoat.
.2 Colour: Grey.
.3 Fasteners, handles, hinge and latches shall be stainless steel 316/316L. The weir
wall mounting brackets shall be stainless steel, FRP or a combination of the two.
The magnetic latch to disengage by pulling upward on the cover, ring or other
fixture with sufficient force to overcome the force of the magnet.
.4 Any tether or restraint cable shall to be stainless steel 316/316L, consist of a
suitable length, and attached to the hinged cover with stainless steel eyebolts.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464321.doc:
April 03, 2020
City of Powell River 46 43 21
Consolidated Wastewater Treatment Plant CIRCULAR CLARIFIER EQUIPMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 12 of 13

2.9 EFFLUENT SCREEN


.1 General
.1 Provide removable bar screens having 9 mm slotted openings over the outlet
hoppers in the clarifier launders.
.2 Effluent bar screens should be a single section that spans the entire length of the
outlet hopper, and constructed ASTM B221 6061-T6 aluminum.
.3 Provide a readily accessible and manageable method for operations staff to
manually rake the screen.
.4 Provide a readily accessible method for operations staff to remove the screen.
.5 Provide a method to galvanically isolate dissimilar metals.
.6 Effluent bar screens shall be rated for the requirements below, to allow for an
operator to stand on the screen during maintenance operations.
.1 Minimum live load = 4.8 kPa.
.2 Maximum deflection = L/360.

2.10 SCUM BEACH/HOPPER


.1 Scum beach/hopper shall include the following:
.1 Scum Beach/Hopper will receive scum raked by the rotating arm of the
clarification mechanism.
.2 The Scum Beach/Hopper shall be mounted at the appropriate height on the
clarifier perimeter shell wall.
.3 Scum outlet pipe will pass through the perimeter shell wall, as per the reference
drawings in Appendix A.
.2 Refer to Section 46 43 22 – Secondary Clarifier Mechanism.

2.11 PARTITION WALLS


.1 Partition Wall 1 shall include the following:
.1 Flanges with slotted bolt holes for attaching the partition wall to the concrete
floor, to the concrete wall, and to the circular clarifier shell.
.2 150-mm-radius openings at the two lower corners.
.3 An adjustable weir at the top of the wall, allowing the weir to be lowered or
raised by 100 mm in each direction (a total movement allowance of 200 mm)
from the middle setpoint that equates to a wall length of 5.670 m (including the
weir).
.2 Partition Wall 2 shall include the following:
.1 Flanges with slotted bolt holes for attaching the partition wall to the concrete
floor, to the concrete wall, and to the circular clarifier shell.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464321.doc:
April 03, 2020
City of Powell River 46 43 21
Consolidated Wastewater Treatment Plant CIRCULAR CLARIFIER EQUIPMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 13 of 13

Part 3 Execution

3.1 SHIPMENT
.1 Pre-assemble sections to the largest degree which is practical for shipment.
.2 Provide each component with visible identification markings to be utilized with the
Assembly Plan.
.3 Ensure there is no uneven wear, distortion, or weathering of components.
.4 Coordinate shipment with General Contractor.

3.2 INSTALLATION
.1 Supply Contractor to supply all necessary components and fasteners required for
installation of the clarifier system.
.2 During field assembly of the clarifier system, the Supply Contractor to verify that the
General Contractor’s installation is in conformance with the design including all
necessary field engineering reviews in accordance with BCBC 2018.

3.3 COMMISSIONING
.1 After installation, General Contractor to field test the clarifier tank/assembly in the
presence of the Engineer.
.2 Clarifier Leak Testing
.1 Fill the secondary clarifier with potable water and fill the bioreactor to a level
300 mm above the secondary clarifier.
.2 Introduce a water soluble, biodegradable, non-toxic, NSF 60 approved, orange or
yellow colour dye into the bioreactor. Provide sufficient dye to ensure complete
dye coverage of bioreactor.
.3 Inspect all seal and connections points via video camera. Provide video
recordings and inspection reports to the Engineer for records.
.4 Any leak deemed significant, in the opinion of the Engineer, shall be repaired in
a manner deemed suitable to the Engineer. Do not proceed with repairs until
written permission is provided.
.5 Provide system to maintain differential level, as deemed necessary by the
Engineer.
.6 Repeat testing until all leaks are rectified or to the satisfaction of the Engineer.

END OF SECTION

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464321.doc:
April 03, 2020
City of Powell River 46 43 22
Consolidated Wastewater Treatment Plant SECONDARY CLARIFIER MECHANISM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 17

Part 1 General

1.1 DESCRIPTION
.1 This section provides the design criteria for a Supply Contractor to design, fabricate and
supply, and ship four (4) suction-type clarifier mechanisms, including:
.1 Bridge assembly spanning the bioreactor and providing access to clarifier drive;
and all other appurtenances;
.2 Handrails and kickplates;
.3 Embedded anchors and templates for the centre column assembly and sludge
suction box;
.4 Centre pier;
.5 Energy dissipating inlet and flocculation well;
.6 Scum skimmer and scum box including flushing mechanism;
.7 Sludge suction box, and suction header;
.8 Rotating drive mechanism;
.2 The secondary clarifier mechanisms to be located within steel perimeter walls, and
function as a complete system.
.3 The secondary clarifier mechanism to provide clarification of mixed liquor originating
from an activated sludge bioreactor treating municipal wastewater. The mechanism to
provide inlet to the secondary clarifier, inlet flocculation and inlet energy dissipation, and
withdrawal of settled sludge utilizing a rotating suction-type header mechanism.
.4 Supply Contractor will be solely responsible for all aspects of the design, fabrication and
shipping of the components to the work site, in Powell River. The Supply Contractor
shall also review and assist the General Contractor in the successful installation of the
components, and with testing and commissioning.

1.2 QUALIFICATIONS
.1 The Supply Contractor shall design and supply four (4) suction-type secondary clarifier
mechanisms, of the type specified herein, that have successfully operated on similar
waste streams for a minimum of five (5) years in each of at least five (5) wastewater
treatment facilities in North America. Provide list of references with proposal.
.2 If a piece of equipment will not be manufactured by the Supply Contractor, including
welding and machining, the name and contact information of the manufacturing facility
must be supplied; if more than one manufacturer is used, name and contact information
for all companies and facilities must be provided for review by the Engineer. Refer to
Section 00 43 44 - Equipment Supplier’s List.
.3 If patents protecting equipment are not owned by manufacturer then an affidavit must be
supplied stating owner of design and expiration of licensing agreement.

1.3 REFERENCE STANDARDS


.1 Conform to the latest edition of the following reference standards:
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464322.doc:
April 03, 2020
City of Powell River 46 43 22
Consolidated Wastewater Treatment Plant SECONDARY CLARIFIER MECHANISM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 17

.1 American Society for Testing and Materials (ASTM)


.1 ASTM A48 - Standard Specification for Gray Iron Castings
.2 ASTM F593 - Standard Specification for Stainless Steel Bolts, Hex Cap
Screws, Studs
.3 ASTM F594 – Standard Specification for Stainless Steel Nuts
.4 ASTM A36 – Standard Specification for Carbon Structural Steel.
.5 ASTM A709 – Standard Specification for Structural Steel for Bridges.
.6 ASTM A500 – Standard Specification for Cold-Formed Welded and
Seamless Carbon Steel Structural Tubing in Round and Shapes
.7 ASTM D2000 – Standard Classification System for Rubber Products in
Automotive Applications
.2 Canadian Standards Association (CSA)
.1 CSA C22.1, Canadian Electrical Code.
.2 CAN/CSA-G40.20/G40.21 - General requirements for rolled or welded
structural quality steel/Structural quality steel
.3 CAN/CSA-S16 - Design of steel structures
.4 CAN/CSA-W59 - Welded steel construction (Metal arc welding)
.5 CAN/CSA-W47.1 – Fusion Welding of Steel Company Certification
.6 CSA Z259.10 – Full Body Harnesses
.3 American Gear Manufacturer Association (AGMA)
.1 AGMA Standard 6034-B92 - Practice for Enclosed Cylindrical Worm
Gear Speed Reducers and Gearmotors
.2 AGMA Standard 2001-D04 - Fundamental Rating Factors and
Calculation Methods for Involute Spur and Helical Gear Teeth
.4 National Electrical Manufacturer’s Association (NEMA)
.1 NEMA ICS 2, Industrial Control Devices, Controllers and Assemblies.
.2 NEMA ICS 6, Enclosure for Industrial Controls and Systems.
.5 National Fire Protection Association
.1 NFPA 820, Fire Protection in Wastewater Treatment and Collection
Facilities.
.6 Work Safe BC.
.1 WorkSafeBC Occupational Health and Safety (OHS) Regulation
.7 British Columbia Building Code (BCBC) 2018 and National Building Code of
Canada (NBCC) 2015; where there are conflicts, the more onerous requirement
will be followed.

1.4 MOTORIZED EQUIPMENT LIST


Component Tag Number

CDM-2101 Secondary Clarifier 1 Drive Mechanism

CDM-2201 Secondary Clarifier 2 Drive Mechanism


\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464322.doc:
April 03, 2020
City of Powell River 46 43 22
Consolidated Wastewater Treatment Plant SECONDARY CLARIFIER MECHANISM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 17

Component Tag Number

CDM-2304 Secondary Clarifier 3 Drive Mechanism

CDM-2404 Secondary Clarifier 4 Drive Mechanism

1.5 SUBMITTALS FOR REVIEW


.1 Provide to the Engineer for review, a complete 3D design model for each of the four (4)
secondary clarifier mechanisms, in a format compatible with Revit 2019. The 3D model
should be fully integrated with the model specified in Section 46 43 21 – Circular
Clarifier. Engineer to integrate the Supply Contractor’s model with the Engineer’s Revit
model for review.
.2 Provide detailed design drawings in accordance with Section 01 33 00 – Submittals in
one (1) complete submittal showing the general arrangement, plans, sections, dimensions
and details of all components of the circular clarifier equipment as described here in and
on the reference drawings in Appendix A, including:
.1 Bridge assembly spanning the bioreactor and providing access to clarifier drive
(includes stairs and handrails as per reference drawings in Appendix A) details of
anchoring to concrete walls and centre column.
.2 Scum beach and scum collection hopper assembly to match scum piping by
others, and connection details.
.3 Secondary clarifier mechanism, including drive assembly, centre pier, sludge
manifold, suction header, counterweights and supports, scum blade/skimmer
assembly, influent well, energy dissipating inlet,
.4 Anchor details for bridge and centre pier.

1.6 SUBMITTALS FOR INFORMATION ONLY


.1 Supply Contractor Reviewed shop drawings.
.2 Mill Certificates
.3 Shop weld procedures including QA/QC records and radiography.
.4 Erection procedures/drawings.
.5 Shipment and storage instructions.
.6 Submit installation instructions, with assembly drawings, offloading and installation
instructions.
.7 Provide start-up, testing and adjustment procedures.
.8 Design calculations and details of anchor system for the centre column and key structural
elements; signed and sealed by an Engineer licensed to practice within the Province of
British Columbia.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464322.doc:
April 03, 2020
City of Powell River 46 43 22
Consolidated Wastewater Treatment Plant SECONDARY CLARIFIER MECHANISM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 17

.9 Design calculations and details for clarifier bridge assembly including connection details
and anchorsage, signed and sealed by an Engineer licensed to practice within the
Province of British Columbia.
.10 Provide the following information in one complete submittal in accordance with Section
01 33 00 – Submittals, 26 05 02 – Electrical General Requirements, 26 05 43 – Electrical
Installation and 26 29 03 – Control Panels for requirements related to control panels and
local control stations.
.1 Electrical Single Line Diagram
.2 Instrumentation Diagrams.
.11 Prior to delivery, submit all shop performance testing reports.
.12 Prior to delivery, submit all inspection reports including weld inspections.
.13 Site performance validation and testing reports.

1.7 CLOSEOUT SUBMITTALS


.1 Provide Operation and Maintenance information in accordance with Section 01 33 00 –
Submittals and Section 01 78 24 – Operating and Maintenance Data for incorporation in
the overall facility Operation and Maintenance Manual. Coordinate with General
Contractor.
.2 BC Building Code Letters of Assurance:
.1 Schedule B – Assurance of Professional Design and Commitment for Field
Review
.2 Schedule C-B – Assurance of Professional Field Review and Compliance.

1.8 QUALITY ASSURANCE


.1 Compliance with the performance requirements of the specifications shall not relieve the
Supply Contractor of their responsibilities of supplying equipment having the specified
structural, mechanical, corrosion resistance and operational features.
.2 Structural Design: Design all steel structural components so that the stresses developed
under installation and operating conditions will not exceed the allowable stresses defined
by the latest AISC Standards and the aforementioned standards.
.3 Welder Qualifications:
.1 Welder qualifications in accordance with CSA W59.
.2 Use qualified and licensed welders possessing certificate for each procedure
performed from authority having jurisdiction.
.3 Submit welder’s qualifications to Engineer. Each welder to possess identification
symbol issued by authority having jurisdiction.
.4 Certification of companies for fusion welding of steel in accordance with CSA
W47.1.
.4 Welding Inspection Qualification:
.1 Welding Inspector qualifications in accordance with CSA W178.2.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464322.doc:
April 03, 2020
City of Powell River 46 43 22
Consolidated Wastewater Treatment Plant SECONDARY CLARIFIER MECHANISM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 5 of 17

.2 Submit welding inspector’s qualifications to Engineer. Each welding inspector to


possess identification symbol issued by authority having jurisdiction.
.3 Certification of companies for welding inspection in accordance with CSA-
W47.2.

1.9 COORDINATION
.1 Supply Contractor to coordinate this section with all other sections contained within these
specifications to ensure that there are no conflicts or gaps in the work.
.2 Supply Contractor to coordinate design of anchor systems with the Engineer, as required
herein, specifically:
.1 Embedded anchors for centre column
.2 Embedded anchors for sludge suction box seal plate
.3 Embedded anchors for bridge
.3 Supply Contractor to coordinate the interconnection of piping systems with the Engineer,
as required herein, specifically:
.1 Inlet pipe to secondary clarifier (by General Contractor)
.2 RAS/WAS outlet pipe (by General Contractor)
.4 Coordinate shop inspections with the Engineer at the following milestones:
.1 Factory testing of secondary clarifier mechanism components.
.5 Supply Contractor to coordinate delivery, offloading, storage, installation, and testing
requirements with the General Contractor.
.6 Coordinate all equipment, materials, and installations to be provided by the Contractor.
.7 Coordinate equipment delivery/offloading, installation requirements, testing, and training
with the Engineer and General Contractor.

Part 2 Products

2.1 DESIGN CRITERIA


.1 General
.1 Clarifier shall have a center pier / center feed and peripheral overflow design as
per the reference drawings in Appendix A.
.2 Provide a center drive mechanism that supports a walkway, maintenance
platform and rotating structural steel cage.
.3 Provide a single surface skimmer which includes scum blade and hinged
skimmer assembly.
.4 The rotating cage assembly shall support the sludge suction header manifold,
with a truss arm that also supports the scum skimmer.
.5 Fabricated steel structures shall be shipped in the largest sub-assemblies
permitted by carrier regulations, properly match-marked and identified for ease
of field erection. Note: the CWWTP work site is adjacent to tide water, and the
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464322.doc:
April 03, 2020
City of Powell River 46 43 22
Consolidated Wastewater Treatment Plant SECONDARY CLARIFIER MECHANISM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 6 of 17

General Contractor may be able to secure a waterfront access for receiving large
components.
.2 Hydraulic Design Criteria are provided herein, for reference.
.1 Flow parameters per secondary clarifier, assuming three (3) of four (4) secondary
clarifiers in operation.
Parameter Average Max Day Peak Hour
Annual Flow Flow Flow

Effluent Flow (m3/d) 3,168 10,892 18,450

Return Activated Sludge Flow (m3/d) 3,028 3,028 3,028


1
From end of aerobic section to anoxic section of bioreactor. Does not impact secondary
clarifier hydraulic load.

.3 Solids Loading Design Criteria are provided herein, for reference.


.1 Solids parameters per secondary clarifier, assuming three (3) of four (4)
secondary clarifiers in operation.
Parameter Average Max Month
Annual Load Load

Bioreactor Mixed Liquor 2,100 2,600


Concentration (mg/L)

.4 Clarifier Mechanism Design Criteria are provided herein, and also in the reference
drawings in Appendix A.

Component Value
General
Internal Diameter (m) 18.0
Side Water Depth (m) 6.0
Minimum Freeboard (m) 0.5
Floor Slope 0.0%
Centre Pier
Minimum inside diameter (m) 0.60
Flocculation Well
Diameter (m) 3.78
Depth below water surface (m) 1.5
Number of Scum ports 4
Well Thickness (mm) 4.8
Configuration Circle
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464322.doc:
April 03, 2020
City of Powell River 46 43 22
Consolidated Wastewater Treatment Plant SECONDARY CLARIFIER MECHANISM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 7 of 17

Component Value
Energy Dissipating Inlet
Plate Thickness (mm) 4.8
Impingement Zone 4
Skimmer
Number of Skimmer Arms 1
Sludge Header
Maximum Headloss for Header 457
(mm)
Minimum Flow Velocity in 0.15
Header (m/s)
Minimum Header Orifice 38
Diameter (mm)
Header Thickness (mm) 6.4
Header Support Type Tie bar

.5 Drive Design Criteria

Component Value
Maximum Drive Speed (RPM) 0.04
Drive Motor Service Factor 1.25

.6 Structural Design Criteria


.1 Structural steel components shall have minimum thickness of 6.3 mm unless
otherwise specified.
.2 Sharp corners of cut or sheared edges to be dulled to create a smooth edge.
.3 All welding shall conform to American Welding Society Standard AWS D1.1.
Structural support members shall be shop welded for bolted field assembly.
Field welding is not permitted.
.4 Design components so that stresses developed do not exceed allowable stresses,
as defined by current AISC standards when designed for the AGMA rated torque.
.5 Panel lengths and member sizes shall be selected such that slenderness ratios do
not exceed 200 for compression and 240 for tension. For strength, the
controlling member force shall be used to determine member size.
.6 Maximum deflection in a span under combined live and dead loads shall not
exceed L/360.
.7 Drive Mechanism
.1 Motors shall be supplied in accordance with Section 26 05 80 – Fractional
Horsepower Motors or Section 26 05 81 – Motors 0.746 to 200kW.
.2 Motors shall be rated for 600V, 3-phase, 60 Hz, alternatives by approval of
Engineer.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464322.doc:
April 03, 2020
City of Powell River 46 43 22
Consolidated Wastewater Treatment Plant SECONDARY CLARIFIER MECHANISM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 8 of 17

.3 Motors shall be rated for continuous duty, constant speed operation with a
service factor of 1.25.
.4 Motor be provided with a minimum IP65 rating.
.5 Drive mechanism shall be of primary helical gear reduction, intermediate worm
gear reduction unit and enclosed final reduction unit consisting of internal spur
gear and pinion in a turntable base is to be completely assembled and finish
painted in the Manufacturer's shop.
.6 All gearing shall be enclosed in gray cast iron ASTM A48 Class 40B housings.
Fabricated steel housings, exposed gearing and submerged bearings will not be
acceptable. Housing to be Epoxy coated in accordance with Section 09 97 00 –
Special Coatings.
.7 The drive shall be designed to allow removal and replacement of internal gear,
balls and strip liners without raising the walkway.
.8 All components of the drive mechanism shall be designed in accordance with
AGMA Standard 6034-B92 and Standard 2001-D04 for 24-hour continuous,
uniform load duty and 20-year design gear life at the output speed. The AGMA
rated torque of the drive shall be the lowest value computed for worm gear set,
spur gear and pinion for strength and durability.
.9 Select conservative values for bending strength and pitting resistance life factors
Kl and Cl based on a minimum of 420,000 cycles of the main gear. The drive
AGMA torque rating shall be as specified above with a minimum 1.25 service
factor.
.10 All bearings shall be designed for a minimum B-10 life of 200,000 hours.
.8 Primary Reduction Unit
.1 Provide commercially available helical gear reducer or gearmotor in a cast
housing.
.2 All bearings shall be anti-friction type running in oil.
.3 Primary reduction unit shall drive the intermediate reduction through a chain and
sprocket arrangement with #80L self-lubricating chain and non-corrosive
WorkSafe BC approved removable chain guard.
.4 Provide proper chain tension by an adjustable steel base mounted on the
intermediate reduction unit.
.9 Intermediate Reduction Unit
.1 Provide worm gear speed reduction with grease and oil lubricated anti-friction
type bearings in cast iron housing securely bolted on the machined top face of the
final reduction unit. Worm and shaft shall be a two-piece assembly for ease of
maintenance. Cycloidal and planetary gearing will not be acceptable.
.2 Align and maintain accurate centers with the final reduction gearing. Swivel
base mounting of the intermediate unit will not be acceptable.
.3 Mount an electro-mechanical overload device on the thrust end of the worm shaft
consisting of plate spring assembly, plunger, indicator dial, and two (2) DPDT
(form C) contact outputs (eg. micro-switches). Provide a terminal block or strip
to allow for wiring all contacts to external devices. Enclose in a NEMA 4X

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464322.doc:
April 03, 2020
City of Powell River 46 43 22
Consolidated Wastewater Treatment Plant SECONDARY CLARIFIER MECHANISM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 9 of 17

housing. Current metering devices will not be considered equal to the overload
device specified.
.4 Switches shall be factory set to:
.1 Change state of the first contact set when the load on the mechanism
reaches 100% of the AGMA torque, to be used for alarming; and
.2 Change state of the second contact set, interlocked with the motor so that
it shuts down when the load reaches 120% of the AGMA torque.
.5 Provide a shear pin device mounted on the drive end of the worm shaft.
.10 Final Reduction
.1 Provide internal, full depth involute tooth design, ductile iron spur gear driven by
a heat-treated steel pinion from the slow speed shaft of the intermediate reduction
unit. Stub tooth design will not be acceptable.
.2 Provide bearings at top and bottom of pinion to ensure complete tooth contact
between mating surfaces. Pinion and pinion shaft shall be furnished as a two-
piece assembly for ease of maintenance.
.3 Provide cast iron turntable base with annular raceway to contain balls upon
which the internal gear rotates. The ball race shall ensure low unit ball load, long
life and stability without the use of submerged guide shoes, bumpers or steady
bearings.
.4 Provide four (4) 9.5 mm thick x 19 mm wide renewable special hardened (38-42
Rockwell C) steel liner strips force fitted (pins and cap screws not permitted) into
the turntable base and internal gear for balls to bear on vertically and
horizontally.
.5 Provide an internal gear of split design with precision mating surfaces for ease of
removal of gear, balls and liner strips without raising bridge. Drives without this
feature are not acceptable.
.6 Internal gear, pinion and balls to run in an oil bath and be protected by a felt seal
and vertical neoprene dust shield.
.7 Provide oil filling and level pipe along with a drain plug and sight gauge.
.8 Turntable base shall be bolted to the center column and be designed to support
the bridge, internal gear and rotating mechanism.
.11 Flocculation Baffles
.1 Provide inlet baffles to promote effective mixing and tapered flocculation.
.2 Flow shall impinge three (3) overlapping vertical target baffles in secession with
a series of four (4) impingement zones.
.3 Design to provide a "Gt" (t in seconds) value in the well not exceeding 6,000
with a velocity gradient "G" within the well of at least 35 m/s/m and not
exceeding 60 m/s/m at a minimum water temperature of 8°C at peak influent
flow.
.4 Provide horizontal shelf baffles to prevent downward movement in flocculation
zone.
.5 Baffles shall bolt to center cage and well support beams.
.6 The baffles to be fabricated from minimum 4.8 mm thick A36 carbon steel plate.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464322.doc:
April 03, 2020
City of Powell River 46 43 22
Consolidated Wastewater Treatment Plant SECONDARY CLARIFIER MECHANISM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 10 of 17

.7 Hydraulic calculations shall be provided showing dimensional characteristics,


port area, velocity, head loss, and mixing intensity.
.12 Flocculation Feedwell
.1 The flocculation feedwell to be fabricated from minimum 4.8 mm epoxy coated
steel plate sections supported from the drive cage or bridge extensions.
.2 Incorporate steel stiffeners, as necessary, to maintain shape and rigidity.
.3 Feedwell shall be of adequate size to diffuse the flow into the tank at a uniform
flow through velocity.
.4 Ports shall be cut into the flocculation feedwell to permit entrapped scum to
escape.
.5 Ports to be baffled to prevent short circuiting to the weirs.
.13 Centre Pier
.1 A cylindrical center pier, fabricated from a minimum 6.4 mm thick steel, shall
support the drive, collector mechanism and access bridge.
.2 Top of pier to have a drive mounting plate set plumb with the centerline.
.3 Drive to be positioned, leveled and grouted in place on top of pier with a non-
shrink grout.
.4 Center pier shall serve as the influent pipe.
.5 Center pier shall have a minimum of four (4) overflow areas at its upper end to
diffuse flow into the flocculation feedwell at a velocity not to exceed 0.53 m/s at
maximum design mixed liquor flow.
.6 Review and confirm all supporting conditions for the centre pier. Coordinate with
Engineer as necessary.
.7 Centre pier to be designed to support all expected loads, in accordance with
BCBC 2018, and signed and sealed by a Professional Engineer licenced to
practice in the Province of British Columbia. Provide field review of installation
in accordance with BCBC 2018.
.8 Design and provide anchorage system suitable for the expected seismic forces for
a post-disaster facility in accordance with BCBC 2018. Ensure that the
earthquake uplift forces can be transferred adequately into the concrete slab base.
Provide factored forces, anchor connection details, anchor sizes, and loading to
Engineer for coordination of base structure design. Anchor design to be signed
and sealed by an Engineer licensed to practice in the Province of British
Columbia. Provide field review of installation in accordance with BCBC 2018.
.9 Anchors bolts shall be stainless steel type 316/316L and supplied with a
template/grout shield to accurately locate anchors. Manufacturer to modify
anchor design in accordance with structural and seismic requirements. Post -
installed concrete anchors are not permitted.
.14 Sludge Collection Header
.1 The header shall be parallel to the tank floor and have a series of inlet orifices
such that the entire tank bottom is swept clean in a single revolution.
.2 No cementitious grout topping between the flat concrete floor and the sludge
collection header will be permitted.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464322.doc:
April 03, 2020
City of Powell River 46 43 22
Consolidated Wastewater Treatment Plant SECONDARY CLARIFIER MECHANISM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 11 of 17

.3 The header shall be designed to uniformly remove sludge in proportion to the


area swept with the removal of a larger volume of sludge at greater distances
from the tank center.
.4 Sludge shall be transported through the header to the center manifold, with
removal being accomplished by hydrostatic pressure.
.5 Provide a fully tapered, rectangular-shaped header varying in cross section from
a maximum near the tank center to a minimum at the outer wall.
.6 Fabricate header from 6.3 mm thick steel plate, epoxy coated and lined. Provide
steel plate counterweights not exceeding 25 kg each as necessary for proper
equipment balance. Field welding of header or supports will not be permitted.
.7 Longitudinal cross sectional axis to be mounted at an angle of 45 degrees to tank
bottom to trap sludge.
.8 Provide a 50 mm fluidizing vane as an integral part of header. Attach neoprene
squeegee to fluidizing vane provided with 25 mm vertical adjustment.
.9 Manufacturer to size and space header inlet orifices at regular intervals not
exceeding 750 mm.
.10 Orifice design to be proportionate to the volume of sludge withdrawn from the
entire tank floor at all flows.
.11 Provide header flange with silicone seal for bolted connection to center manifold.
Header shall be tie bar supported.
.12 Sludge withdrawal by means of individual riser pipes or stepped header
construction will not be acceptable.
.15 Center Cage, Truss Arm and Manifold
.1 Center cage to be of an all-welded box truss construction made up of structural
steel members having a minimum thickness of 6.3 mm.
.2 Provide one (1) truss arm per skimmer assembly.
.3 Truss arm shall be furnished with a triangular three-point contact design for ease
of installation and alignment. Truss shall be constructed with 6.3 mm minimum
thick members. Truss shall be pinned at the base for vertical adjustment and
connected to the center cage through strut and adjustable clevis assembly. Tie-
rod and turnbuckle designs that do not provide lateral support will not be
acceptable.
.4 Provide a cylindrical manifold with two (2) seals for bolted connection to the
sludge collection header and bottom of cage. A bottom seal plate shall be
furnished by the equipment Manufacturer securely anchored to the floor and
grouted in place after final adjustment.
.16 Surface Skimmer
.1 Provide skimmer arm consisting of scum blade and hinged wiper assembly.
.2 The scum blade shall span the full length between the flocculation feedwell and
scum trough. Scum blade shall have a height of 125 mm rigidly attached to
vertical pipe supports and structural A-frame.
.3 Mount a hinged wiper assembly on the end of the scum blade to form a pocket
for trapping scum. The wiper assembly shall maintain continual contact and
proper alignment between scum blade, outer scum baffle and scum trough. The
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464322.doc:
April 03, 2020
City of Powell River 46 43 22
Consolidated Wastewater Treatment Plant SECONDARY CLARIFIER MECHANISM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 12 of 17

wiper blade shall have a wearing strip on its outer end which contacts the scum
baffle and neoprene strip on its inner and lower edges which contact the scum
trough.
.4 All springs, pivot points and threaded fasteners shall be constructed of 316
stainless steel. The hinged wiper assembly epoxy coated steel. The wiper blade
shall be Neoprene. The wiper assembly shall be the same dimension of the scum
trough.
.5 Wiper blade material to be easily replaceable in the field.
.6 Provide a manual lockout mechanism on hinged skimmer assembly to allow for
flexible independent operation for surface ice. Lockout mechanism shall raise
hinged skimmer assembly above water surface without removal.
.7 Provide one (1) scum trough 1,200 mm wide with inclined beach of 6.3 mm thick
plate, supported from the perimeter wall.
.8 Scum trough shall have an overall length of approximately 1,400 mm along the
scum baffle consisting of beach plate, inner radius baffle, hopper and 6"
discharge pipe. Manufacturer shall provide a loose plate flange for contractor to
field weld and connect to scum drain piping.
.9 Beach plate to slope at a nominal incline of 14.5% to a point 120 mm below the
maximum water elevation. The trough shall be provided with a submerged shelf
extension spanning an additional 1,200 mm along the scum baffle. An inner
radius baffle extending 230 mm below and 76 mm above maximum water level
shall run from the trough to the end of the submerged shelf.
.10 Provide a mechanical flushing device made from 316 stainless steel and activated
by the main tank skimmer arm. The flushing device shall pivot on a fabricated
hinge that uses a 19 mm diameter minimum stainless steel pin/bolt. The flushing
device will provide a counter weight action which in conjunction with a neoprene
seal will assure a positive closure. The flushing device shall be held open to
allow 57 to 94 litres of flushing water per trip. Duration of time in which flow
occurs after activation to be user adjustable up to a maximum flushing time of 10
minutes.
.17 Access Bridge
.1 Provide a bridge of wide flange beam construction extending from the concrete
bioreactor wall to the secondary clarifier drive base, and extending to the
concrete bioreactor wall on the opposite site.
.2 Review and confirm all supporting conditions for the bridge. Coordinate with
Engineer as necessary.
.3 Bridges to be designed to support all expected loads, in accordance with BCBC
2018, and signed and sealed by a Professional Engineer licenced to practice in
the Province of British Columbia. Provide field review of installation in
accordance with BCBC 2018.
.4 Design stairs to meet BCBC 2018 requirements for rise and run for stairs, and as
shown on the reference drawings in Appendix A. Coordinate with Engineer as
necessary. Provide field review of installation in accordance with BCBC 2018.
.5 All field connections shall be bolted. No field welding is permitted.
.6 Bolted connections with dissimilar metals to galvanically isolated.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464322.doc:
April 03, 2020
City of Powell River 46 43 22
Consolidated Wastewater Treatment Plant SECONDARY CLARIFIER MECHANISM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 13 of 17

.7 All welds to be shop welded. No welding will be permitted after coating has been
applied. No field welding is permitted.
.8 Design and provide anchor system suitable for the expected seismic forces for a
post-disaster facility in accordance with BCBC 2018. Ensure that the earthquake
uplift forces can be transferred adequately into the concrete slab base. Provide
factored forces, anchorage connection details, anchorage sizes, and loading to
Engineer for coordination of base structure design. Anchorage to be signed and
sealed by an Engineer licensed to practice in the Province of British Columbia.
.9 Provide contiguous guardrails (handrails) and toeboards (kickplates) surrounding
the exterior facing portions of the bridge and stairs in accordance with
WorkSafeBC requirements. Note that bridges for Secondary Clarifiers No. 1 and
No. 2 are access walkways without closed ends; bridges for Secondary Clarifiers
No. 3 and No. 4 are to be closed on the west end, as per reference drawings in
Appendix A. Coordinate components of this work with General Contractor to
ensure a continuous transition between the handrail/kickplate systems provided
by others.
.10 Minimum width for bridge walkway to be 950 mm.
.11 Provide a minimum 2,765 mm x 2,750 mm rectangular platform to provide a
minimum 600 mm working clearance around the drive.
.12 Bridges to support process aeration piping. Aeration piping and piping supports
to be designed by the Engineer and installed by the General Contractor.
Coordinate with Engineer as necessary.
.13 Bridge and Stairway Design Loads
.1 Minimum Live load = 4.8 kPa.
.2 Maximum deflection = L/360.
.14 Guardrail Design Loads:
.1 Concentrated load of 1.3 kN applied at any point on the rails so as to
produce the most critical effect.
.2 Vertical load on top rail of 1.5 kN/m and need not be considered to act
simultaneously with the load specified above.
.3 Maximum horizontal post deflection = L/50.
.15 Grating
.1 Provide FRP grating with non-slip, gritted walking surface.
.2 Grating to be affixed to bridge structure using stainless steel 316/316L
G-type hold down clips. Provide method to galvanically isolate
dissimilar metals.
.3 Grating to be provided in individual sections not exceeding 15 kg and
two (2) metres length.
.4 Colour: Grey

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464322.doc:
April 03, 2020
City of Powell River 46 43 22
Consolidated Wastewater Treatment Plant SECONDARY CLARIFIER MECHANISM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 14 of 17

2.2 MATERIALS
Component Material
Driver Housing ASTM A48 Cast Iron, Epoxy Coated
Submerged Clarifier Components ASTM A36 Carbon Steel, Epoxy Coated
Non-Submerged Clarifier Components ASTM A36 Carbon Steel, Epoxy Coated
Walkway Bridge ASTM A709 Carbon Steel, Epoxy Coated
Grating ASTM F3059 FRP
Handrails ASTM A500 Tubular Carbon Steel Schedule 40,
Epoxy Coated
Sludge Collection Header ASTM A36 Carbon Steel, Epoxy Coated and Lined
Surface Skimmer ASTM A36/ASTM A500 Carbon Steel, Epoxy Coated
Surface Skimmer and Sludge Header ASTM D 2000 Neoprene, Minimum Durometer
Wiper Hardness of 50
Anchors ASTM F593 Stainless Steel 316/316L
Fasteners Bolts: ASTM F593 GR2 Stainless Steel 316/316L
Nuts: ASTM F594 GR2 Stainless Steel 316/316L
Washers: ASME B18.21.1 Stainless Steel 316/316L
Grating Hardware Stainless Steel 316/316L

2.3 SURFACE PROTECTION


.1 Epoxy Coating
.1 All carbon steel components to be shop coated with epoxy in accordance with
Section 09 97 00 – Special Coatings.

2.4 SPARE PARTS


.1 Provide a list of all spare parts which may be required within five years of placing the
system in operation, complete with prices in accordance with required submittals.
.2 Tag spare parts and store according to manufacturer’s recommendations. Deliver
materials to Owner with a transmittal including a complete parts list for sign-off by
Owner and Engineer

Part 3 Execution

3.1 SUPPLY CONTRACTOR’S REPRESENTATIVE


.1 The Supply Contractor’s representative is required to attend site and provide training for
operations and maintenance staff, witness installation and start-up testing, modify control
system programming, witness and optimize operation during commissioning, and ensure
the equipment is installed and operated as intended.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464322.doc:
April 03, 2020
City of Powell River 46 43 22
Consolidated Wastewater Treatment Plant SECONDARY CLARIFIER MECHANISM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 15 of 17

.2 The minimum site attendance is identified in the following table along with the form that
is required to be completed on each of these trips. A “day” is defined as 8 working hours
on site.

3.2 WARRANTY
.1 The Supply Contractor to provide a warranty period in accordance with GC 4.4 Warranty
and Guarantee, in Section 00 72 00 – General Conditions.

3.3 FACTORY TESTING


.1 Conduct factory acceptance testing prior to unit shipment to site. Make allowances for
witness of factory acceptance testing by the Engineer.
.2 Notify the Engineer of a factory test at least four (4) weeks prior to the estimated test
date. The Engineer reserves the right to witness factory testing. Costs incurred by Owner
and Engineer for travel expenses for the purpose of witnessing factory testing to be
covered by those parties, and not the Supply Contractor. Supply Contractor to pay for
their own labour required to accommodate the visits.

3.4 DELIVERY, STORAGE, AND HANDLING


.1 Deliver, store, and handle equipment in accordance with Section 01 65 00 – Shipment,
Protection, and Storage. Coordinate with Contractor as necessary.
.2 Ship equipment should be pre-assembled to the degree which is practicable; equipment
should be appropriately crated and delivered to protect against damage during shipment.
.3 Provide storage instructions indicated specific requirements to ensure there is no
weathering, corrosion, contamination, mechanical damage, distortion, or any other
deterioration of the components.
.4 Identify all other special storage requirements and ensure requirements are clearly
communicated to and understood by the General Contractor.

3.5 INSTALLATION
.1 Conform to the requirements of Section 01 87 13 – Equipment, System Performance, and
Operational Testing.
.2 The General Contractor is to ensure the equipment is installed plumb, square and true in
accordance with the Supply Contractor’s written requirements and installation
instructions.

3.6 START-UP TESTING


.1 General Contractor to conduct start-up testing in accordance with Section 01 87 19 –
Equipment, System Performance, and Operational Testing, prior to commissioning and
performance evaluation.
.2 A start-up inspection and test shall be performed in conjunction with the Manufacturer’s
Representative on each clarifier to verify proper installation, alignment and operation.
.3 Provide written inspection or test reports for all inspections and/or testing.
.4 Testing, at the minimum, shall include the following:
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464322.doc:
April 03, 2020
City of Powell River 46 43 22
Consolidated Wastewater Treatment Plant SECONDARY CLARIFIER MECHANISM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 16 of 17

.1 Drive
.1 Alignment and Installation
.1 Check alignment of the drive and driven sprockets.
.2 Check chain for proper tension.
.3 Ensure proper fit of chain guard.
.4 Measure the stop block clearance and lower drive housing.
.5 Review and confirm the correct motor, gear reducer, and drive
chain have been installed on the clarifier drive per the defined
mechanism design.
.6 Confirm installation of the proper shear pin.
.7 Bump motor to confirm correct rotation.
.2 Lubrication
.1 Check the drive mechanism for the correct lubrication levels.
.2 Service all lubrication points and grease fittings.
.3 Check the air vents in the gear reducers.
.3 Micro-switches
.1 The torque protection micro-switches must be connected per the
diagram on the drive drawing.
.2 The shut-down switch must be connected: a manual reset must
be wired in the circuit when the motor shut-off switch is
activated.
.3 Set alarm and motor shut-off torque overload gap.
.2 Clarifier Mechanism
.1 Installation
.1 Confirm proper installation of all field bolted materials.
.2 Check the bridge and platform for proper level installation.
.3 Ensure proper spacing has been installed on the bridge expansion
end to allow for sufficient room to expand and contract.
.4 Run the mechanism and check the horizontal plane at four points
on the wall (90 deg. apart). Always recheck starting point.
.5 Check manifold runs concentric to center pier.
.6 Check the slope of the header at fluidizing blade.
.7 Confirm that the upper and lower manifold seals are installed
properly.
.8 Check the elevation and scum beach level relative to the max
water surface.
.9 Preform alignment check of the header and truss arms.
.10 Proper tracking and alignment of skimmer assembly with water
elevation and scum trough.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464322.doc:
April 03, 2020
City of Powell River 46 43 22
Consolidated Wastewater Treatment Plant SECONDARY CLARIFIER MECHANISM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 17 of 17

3.7 OPERATOR TRAINING


.1 Provide training sessions to instruct the Owner’s personnel in the operation and
maintenance of the system, in accordance with Section 01 79 00 - Training. Training of
the Owner’s personnel to be provided by an experienced factory engineer. Training to
include a hands-on demonstration of all aspects of the operation and a simulation of all
control and alarm functions.
.2 Supply Contractor to coordinate training activities with General Contractor and integrate
with other training components if necessary. Provide training only after Engineer’s
acceptance of treatment facility Operating and Maintenance Manuals.
.3 Owner to set training date. Supply Contractor to be given at least four (4) weeks notice
prior.

END OF SECTION

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464322.doc:
April 03, 2020
City of Powell River 46 43 23
Consolidated Wastewater Treatment Plant DENSITY CURRENT BAFFLE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 6

Part 1 General

1.1 DESCRIPTION
.1 This section provides design criteria for a Supply Contractor to design, fabricate, and
supply four (4) density current baffle assemblies.

1.2 DEFINITIONS
.1 FRP: Fibre Reinforced Plastic
.2 UV: Ultraviolet

1.3 REFERENCE STANDARDS


.1 American Society for Testing and Materials (ASTM)
.1 ASTM D638 – Standard Test Method for Tensile Properties of Plastic
.2 ASTM D790 – Standard Test Methods for Flexural Properties of Unreinforced
and Reinforced Plastics and Electrical Insulating Materials
.3 ASTM D2583 – Standard Test Method for Indentation Hardness of Rigid Plastics
by Means of a Barcol Impressor.
.4 ASTM D256 – Standard Test Methods for Determining Izod Pendulum Impact
Resistance of Plastics
.5 ASTM D570 – Standard Test Method for Water Absorption of Plastics
.6 ASTM F593 – Standard Specification for Stainless Steel Bolts, Hex Cap Scres,
and Studs
.7 ASTM F594 – Standard Specification for Stainless Steel Nuts
.8 ASTM A193 – Standard Specification for Alloy-Steel and Stainless Steel Bolting
for High Temperature or High Pressure Service and Other Special Purpose
Applications
.2 British Columbia Building Code 2018 (BCBC 2018)

1.4 ACTION AND INFORMATION SUBMITTALS


.1 Manufacturer’s catalog information, descriptive literature, specifications and
identification of materials of construction, including resins and glass fibre content and
layout for FRP constructions.
.2 Detailed design drawings showing equipment fabrication, dimensions, method of
attachment including number, locations and size of fasteners and weights of fabrications,
and assembly details.
.3 Manufacturer’s recommended baffle dimensions, deflection angle and location for each
application.
.4 Assembly details and installation instructions.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464323.doc:
April 03, 2020
City of Powell River 46 43 23
Consolidated Wastewater Treatment Plant DENSITY CURRENT BAFFLE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 6

1.5 CLOSEOUT SUBMITTALS


.1 Provide Operation and Maintenance information in accordance with Section 01 33 00 –
Submittals and Section 01 78 24 – Operating and Maintenance Data for incorporation in
the overall facility Operation and Maintenance Manual. Coordinate with General
Contractor as necessary.

1.6 QUALITY ASSURANCE


.1 Manufacturer’s Certificate of Compliance.
.2 Special shipping, storage and protection and handling instructions.
.3 Manufacturer’s written/printed installation instructions.
.4 A list of five installations of comparable size in operation for at least three years within
North America.
.5 Certified test reports of the physical and mechanical properties of the product.

1.7 COORDINATION
.1 Supply Contractor to coordinate this section with all other sections contained within these
specifications.
.2 Supply Contractor to coordinate installation and inspections with General Contractor, as
required.

Part 2 Products

2.1 FUNCTION
.1 The density current baffle is a fibre reinforced plastic baffle designed to increase the
performance of the clarifier by substantially reducing clarifier effluent solids, increasing
the clarifier’s hydraulic capacity, promoting blanket formation, and minimizing potential
short-circuiting through gas vents.
.2 The density current baffle is to be mounted to the interior portion of each secondary
clarifier perimeter wall in order to achieve the performance enhancement previously
mentioned.

2.2 DENSITY CURRENT BAFFLE


.1 General:
.1 The Density Current Baffle to consist of a series of baffle panels that are attached
to the steel partition wall of the clarifier to form an inclined, shelf-like surface
around the entire inner periphery clarifier partition.
.2 Each panel to be molded of corrosion-resistant, UV treated fiberglass. The panel
shall be a maximum of 2,400 mm in length and shall be curved to follow the
curvature of the clarifier tank.
.3 The width, inclination angle and mounting location of the baffle shall be
determined based upon the clarifier configuration in order to provide optimum
baffle performance.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464323.doc:
April 03, 2020
City of Powell River 46 43 23
Consolidated Wastewater Treatment Plant DENSITY CURRENT BAFFLE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 6

.4 The panels shall be designed such that adjacent panels fit together without
overlapping or cutting, and the completed baffle when installed, has a well-
engineered and professional appearance.
.2 Design:
.1 The inclination angle of the baffle to be 30 degrees as measured from the
horizontal
.2 Horizontal projection of the baffle to defined by the following equation:
.1 Horizontal Projection (mm) = 457 mm + 25 mm/m x (clarifier diameter
(m) – 9.14).
.3 Density Current Baffle horizontal projection and vertical mounting (height above
clarifier floor) to be such that the relative percent solids removed, to a “no baffle”
benchmark, be greater than 75% under peak hour flow scenario and
corresponding solids loading.
.4 Provision to be made to attach the panels to the clarifier wall and support them at
the proper angle using a triangular panel bracket. The panel and bracket to be
molded as an integral part of each panel, forming a baffle module. A specially
formed “free-end” bracket to be provided to support the free end of the last panel
where the run of panels is interrupted by an obstruction.
.5 If separate panels and brackets are supplied, the panels shall be molded of
fiberglass and shall meet the specifications of this section. The brackets shall be
fabricated of 75 mm x 75 mm x 6 mm stainless steel angle and shall be triangular
in shape, with the corners welded. Brackets shall be installed at a maximum
spacing of 1200 mm. The panels shall be fastened to the brackets with stainless
steel nuts, bolts and lock washers every 200 mm.
.6 Secondary Clarifier to possess inboard launders. Supply Contractor to coordinate
placement of the Density Current Baffles with other sections in the
specifications.
.1 If there is sufficient vertical clearance between the top of the blanket and
the bottom of the launder to position the bottom of the baffle at least two
feet above the top of blanket, then the baffle shall be mounted directly to
the tank wall at or above that position.
.2 Where the clearance is more restricted, the baffle shall be mounted to the
lower inboard corner of the launder trough. In this case, the width of the
trough shall be taken into account when calculating the horizontal
projection of the baffle, and the horizontal projection shall not be less
than 610 mm.
.7 A method of interconnecting adjacent panels is to be provided such that the entire
assembly forms a completely rigid structure capable of supporting its own weight
plus snow and wind loads, in accordance with environmental conditions outlined
in BCBC 2018. The baffle is to also be designed to withstand a buoyant force
load equal to the weight of the water displace from the volume beneath the
baffle. The angled working surface of each baffle is to be sufficient in pitch and
width to divert the flow and to create a self-cleaning action of the baffle itself.
.8 Provision shall also be made to vent gases that may form beneath the baffle
through 75 mm diameter half-round openings molded into the panel at its highest

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464323.doc:
April 03, 2020
City of Powell River 46 43 23
Consolidated Wastewater Treatment Plant DENSITY CURRENT BAFFLE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 6

point. The vents should aim radially towards the center of the tank, such that any
bubbling and/or bypassing current is directed away from the weir, preventing
short-circuiting. Specially in cases where the panels are to be launder-mounted,
with the vents sitting directly below the weir and scum baffle.
.3 Materials:
Component Material
Fasteners Bolts: ASTM F593 GR2 for Type 316/316L
Nuts: ASTM F594 GR2 for Type 316/316L
Washer: ASTM A193 for Type 316/316L
Resin Corezyn COR75-AQ-010
Surfacing Mat Type C Veil
Glass Reinforcement 357-211 PLN CTC chopped strand roving
.4 Each baffle panel to be molded of fiberglass-reinforced plastic. The resins and fiberglass
reinforcing material to be consistent with the environmental conditions and structural
requirements of the system.
.5 Each baffle panel to have the following minimum physical properties:
Property Minimum Values
Tensile Strength 12,000 PSI (ASTM D638)
Flexural Strength 20,000 PSI (ASTM D790)
Flexural Modulus 1x106 PSI (ASTM D790)
Notched Izod Impact 12 ft-lbs/inch (ASTM D256)
Barcol Hardness 40 (ASTM D2583)
Water Adsorption 0.2 % (ASTM D570)
.6 The resin to be an isophthalic polyester resin with corrosion-resistant properties, suitable
for use in submerged waste treatment applications. The resin shall not contain fillers
except as required for viscosity control. For viscosity control, a thixotropic agent up to
5% by weight may be added to the resin.
.7 The resin to be treated to provide UV protection utilizing an UV inhibitor.
.8 Glass reinforcement to consist of chemically bonded surfacing mat and chopped strand
roving. The glass content of the finished laminate shall not be less than 30% by weight.
The nominal thickness of each baffle panel shall be 6 mm ± 1.5 mm thick with resin rich
surfaces and edges to prevent migration of moisture and fiber “blooming”.
.9 Colour: Grey.
.10 The upper surface of each panel to be mold smooth will no exposed glass fibers.
Laminations shall be dense and free of voids, dry spots, cracks or crazes. The upper
surface of the baffle to be reinforced with one layer of surfacing veil followed by 2
ounces or more of chopped strand roving. In addition, the vertical mounting flange
(return flange on launder mount applications) shall be reinforced with one layer of 24 oz
woven roving.
.11 No other glass product is permitted between these layers. All factory-trimmed edges to be
“hot coated” with resin to prevent wicking.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464323.doc:
April 03, 2020
City of Powell River 46 43 23
Consolidated Wastewater Treatment Plant DENSITY CURRENT BAFFLE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 5 of 6

Part 3 Execution

3.1 SUPPLY CONTRACTOR’S REPRESENTATIVE


.1 The Supply Contractor’s representative is required to attend site and ensure the
equipment is installed as intended.
.2 The minimum site attendance is identified as a day along with the form that is required to
be completed on each of these trips. A “day” is defined as eight working hours on site.

3.2 WARRANTY
.1 The Supply Contractor to provide a warranty period in accordance with GC 4.4 Warranty
and Guarantee, in Section 00 72 00 – General Conditions.

3.3 DELIVERY, STORAGE, AND HANDLING


.1 Deliver, store, and handle equipment in accordance with Section 01 65 00 – Shipment,
Protection, and Storage. Coordinate with Contractor as necessary.
.2 Ship equipment pre-assembled to the degree which is practicable; equipment to be
appropriately crated and delivered to protect against damage during shipment.
.3 Provide storage instructions indicated specific requirements to ensure there is no
weathering, corrosion, contamination, mechanical damage, distortion, or any other
deterioration of the components.
.4 Identify all other special storage requirements and ensure requirements are clearly
communicated to and understood by the General Contractor.

3.4 INSTALLATION
.1 Conform to the requirements of Section 01 87 13 – Equipment, System Performance, and
Operational Testing.
.2 The General Contractor to field verify existing dimensions and install the baffle in
accordance with the contract drawings, reviewed shop drawings and manufacturer’s
written requirements.
.3 Mounting holes to be factory drilled. Field cutting of baffle panels will be allowed to
complete the structure and accommodate in-tank obstructions upon written approval from
the Density Current Baffle manufacturer. All field cut or drilled edges to be repaired per
the manufacturer’s requirements to prevent fiber blooming or fraying.
.4 All field modifications to the FRP structure to be recorded via written report outlining
outstanding issue, modification to FRP structure required, and FRP repair methodology.
Provide photographs showing FRP structure prior to field modification, post field
modification, and after field repairs of FRP structure.
.5 All of the fasteners required for installation to be supplied by the Supply Contractor. The
baffle panels to be attached to the wall using a minimum 9.5 mm bolts with washers, and
hex nuts. Adjacent baffle panels are fastened together using a minimum 6 mm bolts, two
(2) flat washers, lock washer, and hex nut. All fasteners shall to be stainless steel as per
the specifications.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464323.doc:
April 03, 2020
City of Powell River 46 43 23
Consolidated Wastewater Treatment Plant DENSITY CURRENT BAFFLE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 6 of 6

.6 The density current baffle to extend completely around the tank and shall be level, rigid
and free of sway that could work anchors loose or cause undue wear.

END OF SECTION

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464323.doc:
April 03, 2020
P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\cover_ld_sheets.docx 

 
 
 
 
 
 
City of Powell River 

APPENDIX A ‐ DRAWING PACKAGE 
 

A‐1 
IF NOT 50 mm ADJUST SCALES
50 mm SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE

3.1 3.2
3.3 3.4
BIOREACTOR 1
BIOREACTOR 2
TPR
LAUN
E A.3
FLOW FLOW

SECONDARY
CLARIFIER 1
SECONDARY ROTATION
ROTATION DIRECTION
AEROBIC DIGESTER 1 CLARIFIER 2 DIRECTION

B.3

PROCESS GALLERY
\\S-edm-fs-01\projects\20172098\00_Pwll_Rvr_WWTP\Working_Dwgs\400_Process_Mech\Revit 2017\2098-00-d-PW WWTP_for RFP-20191202_detached V2.rvt

C.3

ROTATION
DIRECTION ROTATION
DIRECTION

AEROBIC DIGESTER 2
SECONDARY
CLARIFIER 3 SECONDARY
CLARIFIER 4

FLOW
FLOW

D.3
DATE: 2020-04-01 10:41:55 AM

BIOREACTOR 3 BIOREACTOR 4

1 PLAN 1 : 150
-
GENERAL PLAN AT
16.00

PRELIMINARY/ CITY OF POWELL RIVER


FOR DISCUSSION
NOT FOR CONSTRUCTION
CONSOLIDATED WWTP
DRAFT
GENERAL PLAN AT 16.00
A 2020MAR31 T. ROBINSON J.ZHOU ISSUED FOR RFP
20172098-00
REV DATE DESIGN DRAWN DESCRIPTION SCALE: AS SHOWN DRAWING REVISION SHEET

2098-00-P001 A
IF NOT 50 mm ADJUST SCALES
50 mm SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE

3.1 3.2 3.3 3.4

BIOREACTOR 2 BIOREACTOR 1

A.3
FLOW FLOW

SECONDARY SECONDARY
CLARIFIER 2 CLARIFIER 1
ROTATION
ROTATION DIRECTION
AEROBIC DIGESTER 1 DIRECTION

B.3
\\S-edm-fs-01\projects\20172098\00_Pwll_Rvr_WWTP\Working_Dwgs\400_Process_Mech\Revit 2017\2098-00-d-PW WWTP_for RFP-20191202_detached V2.rvt

C.3

ROTATION
DIRECTION ROTATION
DIRECTION

AEROBIC DIGESTER 2

SECONDARY SECONDARY
CLARIFIER 3 CLARIFIER 4

FLOW FLOW

D.3
DATE: 2020-04-01 10:41:57 AM

BIOREACTOR 3 BIOREACTOR 4
1 PLAN 1 : 150
-
GENERAL PLAN AT
22.50

PRELIMINARY/ CITY OF POWELL RIVER


FOR DISCUSSION
NOT FOR CONSTRUCTION
CONSOLIDATED WWTP
DRAFT
GENERAL PLAN AT 22.50
A 2020MAR31 T. ROBINSON J. ZHOU ISSUED FOR RFP
20172098-00
REV DATE DESIGN DRAWN DESCRIPTION SCALE: AS SHOWN DRAWING REVISION SHEET

2098-00-P002 A
IF NOT 50 mm ADJUST SCALES
50 mm SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE

3.3 3.4 3.3 3.4


2 _
______
P302
STEEL PLATE DIVIDING WALL 1
STEEL PLATE DIVIDING WALL 1 2 _
______ BETWEEN ANOXIC ZONE AND
BETWEEN ANOXIC ZONE AND 1 P302 BIOREACTOR 1 (BY S.C.)
BIOREACTOR 1 BIOREACTOR 1 (BY S.C.), SEE DETAIL P503
21000 ANOXIC ZONE
BIOREACTOR 1 ANOXIC ZONE

A.3 A.3

1500
BOTTOM FLANGE (BY S.C.)

1500
EFFLUENT LAUNDER
SECONDARY CLARIFIER TANK (BY S.C.)
WALL (BY S.C.)
450Ø FLAP GATE EFFLUENT V-NOTCH WEIR
(BY S.C., TYP. OF 2) (BY S.C.)

SCUM BAFFLE
760Ø ACCESS (BY S.C.)
HATCH
(BY S.C.)

FLOCCULATION WELL

ENERGY DISSIPATING INLET


CENTER PIER BASE
(BY S.C.)
SECONDARY CLARIFIER 1
DIVIDING WALL 2 BETWEEN 0
SECONDARY CLARIFIER 1 800
0
ø1
800 DIVIDING WALL 2 BETWEEN
ø1 ANOXIC ZONE AND
BIOREACTOR 1 c/w ANOXIC ZONE AND
CENTER PIER BIOREACTOR 1 c/w
CONCRETE WALL AND
STEEL PLATE (CONCRETE CONCRETE WALL AND
1500 STEEL PLATE (CONCRETE
WALL BY G.C., STEEL
PLATE BY S.C.), SEE WALL BY G.C., STEEL

21000
DETAIL PLATE BY S.C.)
3
P503

25.1°
\\S-edm-fs-01\projects\20172098\00_Pwll_Rvr_WWTP\Working_Dwgs\400_Process_Mech\Revit 2017\2098-00-d-PW WWTP_for RFP-20191202_detached V2.rvt

500Ø SECONDARY
CLARIFIER INFLUENT
PIPE (BY G.C.)
45.

300Ø S.S. APPROX.


DEWATERING PIPE 7.7°
C/W TIDEFLEX VALVE
(BY S.C., TYP. OF 6)

300Ø WAS/RAS
PIPE
(BY G.C.)
760Ø ACCESS
HATCH (BY S.C.)
1155
.0°
135

BIOREACTOR

1220
OUTLET BOX
(BY S.C.), SEE
2145 DETAIL ON
1
P502
SECONDARY EFFLUENT
LAUNDER OUTLET (BY S.C.)
SCUM HOPPER
500Ø SECONDARY EFFLUENT PIPE (BY S.C.)
1 _
______ 1 _
______
(BY S.C.)
P301 GROOVED COUPLINGS (BY G.C.)
P301

B.3 B.3

500Ø SECONDARY EFFLUENT PIPE (BY G.C.)


DATE: 2020-04-01 10:41:59 AM

2 PLAN 1 : 75
NOTE:
1 PLAN 1 : 75 -
BIOREACTOR/CLARIFIER DIMENSIONS OF FABRICATED COMPONENTS (WITH THE EXCEPTION OF
-
BIOREACTOR/CLARIFIER NO. 1 - PLAN AT 20.45 TOP ELEVATIONS AND THE CLARIFIER PARTITION DIAMETER) ARE MEANT
NO. 1 - PLAN AT 16.70 TO BE INDICATIVE OF WHAT IS EXPECTED. SUPPLIERS ARE TO FINISH THE
PROCESS/HYDRAULIC DESIGN AND THE STRUCTURAL DESIGN AND
PROPOSE THEIR PRODUCTS THAT BEST FIT THIS APPLICATION.

PRELIMINARY/ CITY OF POWELL RIVER


FOR DISCUSSION
NOT FOR CONSTRUCTION
CONSOLIDATED WWTP
DRAFT
BIOREACTOR/CLARIFIER NO. 1 - PLANS (1)
A 2020MAR31 T. ROBINSON J. ZHOU ISSUED FOR RFP
20172098-00
REV DATE DESIGN DRAWN DESCRIPTION SCALE: AS SHOWN DRAWING REVISION SHEET

2098-00-P101 A
IF NOT 50 mm ADJUST SCALES
50 mm SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE

3.3 3.4

2 _
______
P302

BIOREACTOR 1

A.3

WALKWAY
(BY S.C.)

EFFLUENT LAUNDER
COVER PANELS (BY S.C.)

9125
950

SECONDARY
CLARIFIER 1
2765 DIVIDING WALL 2 STEEL
PLATE
(BY S.C.)
\\S-edm-fs-01\projects\20172098\00_Pwll_Rvr_WWTP\Working_Dwgs\400_Process_Mech\Revit 2017\2098-00-d-PW WWTP_for RFP-20191202_detached V2.rvt

2750
BIOREACTOR OUTLET BOX
(BY S.C.)

SCUM HOPPER (BY S.C.) 9125

B.3
DATE: 2020-04-01 10:42:00 AM

NOTE:

1 PLAN 1 : 75 DIMENSIONS OF FABRICATED COMPONENTS (WITH THE EXCEPTION OF


TOP ELEVATIONS AND THE CLARIFIER PARTITION DIAMETER) ARE MEANT
- TO BE INDICATIVE OF WHAT IS EXPECTED. SUPPLIERS ARE TO FINISH THE
BIOREACTOR/CLARIFIER PROCESS/HYDRAULIC DESIGN AND THE STRUCTURAL DESIGN AND
NO. 1 - PLAN AT 21.75 PROPOSE THEIR PRODUCTS THAT BEST FIT THIS APPLICATION.

PRELIMINARY/ CITY OF POWELL RIVER


FOR DISCUSSION
NOT FOR CONSTRUCTION
CONSOLIDATED WWTP
DRAFT
BIOREACTOR/CLARIFIER NO. 1 - PLAN AT 21.75
A 2020MAR31 T. ROBINSON J. ZHOU ISSUED FOR RFP
20172098-00
REV DATE DESIGN DRAWN DESCRIPTION SCALE: AS SHOWN DRAWING REVISION SHEET

2098-00-P102 A
IF NOT 50 mm ADJUST SCALES
50 mm SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE

FLOCCULATION WELL
WALKWAY
ENERGY DISSIPATING INLET

BIOREACTOR OUTLET BOX

EFFLUENT LAUNDER COVER PANEL DIVIDING WALL 2

EFFLUENT LAUNDER c/w


V-NOTCH WEIR AND
SCUM BAFFLE

DENSITY CURRENT
BAFFLE

CENTER PIER

CENTER PIER BASE c/w


SLUDGE SUCTION
MANIFOLD

T/CONCRETE
21.50
WALKWAY (BY S.C.) T/PLATFORM 21.90
3.3 3.4
B/V-NOTCH WEIR 20.65

BIOREACTOR
\\S-edm-fs-01\projects\20172098\00_Pwll_Rvr_WWTP\Working_Dwgs\400_Process_Mech\Revit 2017\2098-00-d-PW WWTP_for RFP-20191202_detached V2.rvt

T/PERIMETER WALL 21.00 OUTLET BOX (BY


S.C.), SEE DETAIL
T/SCUM BAFFLE 20.78 1 2 SCHEMATIC
P502 BIOREACTOR/CLARIFIER
NO. 1 - SECTION 1
EDGE OF LAUNDER COVER PANEL EDGE OF LAUNDER COVER PANEL

GROOVED COUPLING
(BY G.C.)
B/LAUNDER
19.61 2145 500Ø S.S. PIPE
1160 (BY G.C.)

DIVIDING WALL 2
STEEL PLATE (BY S.C.)

DENSITY CURRENT BAFFLE


500Ø S.S. SECONDARY
B/LAUNDER AT OUTLET
3
CLARIFIER EFFLUENT PIPE P503
(BY S.C.) INVERT EFFLUENT PIPE EL. 19.12

760Ø ACCESS DIVIDING WALL 2


HATCH (BY S.C.) CONCRETE PORTION
300Ø S.S. DEWATERING
(BY G.C.)
PIPE C/W TIDEFLEX VALVE
(TYP. OF 6, BY S.C.)
CL. EL.

2450
16.00 FLANGE CONNECTION
(BY G.C.)
15.50 15.50 15.50
BIOREACTOR
GROUND FLR
15000
DATE: 2020-04-01 10:42:04 AM

NOTE:
1 1 SECTION 1 : 50
DIMENSIONS OF FABRICATED COMPONENTS (WITH THE EXCEPTION OF
P102 P101 TOP ELEVATIONS AND THE CLARIFIER PARTITION DIAMETER) ARE MEANT
BIOREACTOR/CLARIFIER
TO BE INDICATIVE OF WHAT IS EXPECTED. SUPPLIERS ARE TO FINISH THE
NO. 1 SECTION 1 PROCESS/HYDRAULIC DESIGN AND THE STRUCTURAL DESIGN AND
PROPOSE THEIR PRODUCTS THAT BEST FIT THIS APPLICATION.

PRELIMINARY/ CITY OF POWELL RIVER


FOR DISCUSSION
NOT FOR CONSTRUCTION
CONSOLIDATED WWTP
DRAFT
BIOREACTOR/CLARIFIER NO. 1 - SECTION AND
3D VIEW (1)
A 2020MAR31 T. ROBINSON J. ZHOU ISSUED FOR RFP
20172098-00
REV DATE DESIGN DRAWN DESCRIPTION SCALE: AS SHOWN DRAWING REVISION SHEET

2098-00-P301 A
IF NOT 50 mm ADJUST SCALES
50 mm SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE

BIOREACTOR OUTLET BOX


(BY S.C.)
500Ø S.S. SECONDARY
EFFLUENT LAUNDER AND COVER PANEL CLARIFIER EFFLUENT PIPE
WALKWAY (BY S.C.) (BY S.C.) (BY S.C.)
SCUM BAFFLE (BY S.C.) GROOVED COUPLINGS
(BY G.C.)
DENSITY CURRENT BAFFLE (BY S.C.)

500Ø S.S. SECONDARY


450Ø FLAP GATE (BY S.C.) CLARIFIER EFFLUENT PIPE
(BY G.C.)
760Ø ACCESS HATCH (BY S.C.)

300Ø DEWATERING PIPE c/w TIDEFLEX VALVE (BY S.C.) SCUM HOPPER
(BY S.C.)

T/TANK PERIMETER WALL 21.00


A.3 B.3 3 SCHEMATIC
B/LAUNDER 19.61 BIOREACTOR/CLARIFIER
NO. 1 - SECTION B
T/PLATFORM 21.90 WALKWAY (BY S.C.) STAIRS (BY S.C.)
T/CONCRETE B/V-NOTCH WEIR 20.65
21.50

T/SCUM BAFFLE 20.78


500Ø S.S. SECONDARY
CLARIFIER EFFLUENT
\\S-edm-fs-01\projects\20172098\00_Pwll_Rvr_WWTP\Working_Dwgs\400_Process_Mech\Revit 2017\2098-00-d-PW WWTP_for RFP-20191202_detached V2.rvt

PIPE (BY G.C.)

BIOREACTOR TOP
21500
ADJUSTABLE WEIR
(BY S.C.), SEE DETAIL
2
P503

FLOCCULATION WELL (BY S.C.)


DIVIDING WALL 1
STEEL PLATE (BY S.C.) DENSITY CURRENT BAFFLE
(BY S.C.)

DENSITY CURRENT
BAFFLE (BY S.C.)

6500
ENERGY DISSIPATING INLET
(BY S.C.)

CENTER PIER (BY S.C.)

GROOVED COUPLINGS
2 (BY G.C.)
1 CENTER PIER BASE (BY S.C.), SEE DETAIL
P503 P501
SLUDGE SUCTION MANIFOLD
(BY S.C.) 500Ø S.S. SECONDARY
SEE NOTE 2 CLARIFIER EFFLUENT PIPE
(BY S.C.)
300Ø S.S. WAS/RAS PIPE (BY G.C.)
500Ø S.S. SECONDARY CLARIFIER BIOREACTOR
INFLUENT PIPE (BY G.C.)
GROUND FLR
15000
NOTES:

1. DIMENSIONS OF FABRICATED COMPONENTS (WITH THE EXCEPTION OF


TOP ELEVATIONS AND THE CLARIFIER PARTITION DIAMETER) ARE
DATE: 2020-04-01 10:42:09 AM

MEANT TO BE INDICATIVE OF WHAT IS EXPECTED. SUPPLIERS ARE TO


FINISH THE PROCESS/HYDRAULIC DESIGN AND THE STRUCTURAL
DESIGN AND PROPOSE THEIR PRODUCTS THAT BEST FIT THIS
APPLICATION.
2 2 SECTION 1 : 50 2. ANCHORING SYSTEM INCLUDING LEVELING BOLTS / NUTS, ~ 50mm
GROUT BETWEEN THE ANCHORING FLANGE AND THE CONCRETE
P102 P101 FLOOR. ANCHOR BOLTS TO BE SS316 AND MUST c/w POLYETHYLENE
BIOREACTOR/CLARIFIER ISOLATION SLEEVES WITH INTEGRAL ISOLATING WASHERS.
NO. 1 SECTION 2

PRELIMINARY/ CITY OF POWELL RIVER


FOR DISCUSSION
NOT FOR CONSTRUCTION
CONSOLIDATED WWTP
DRAFT
BIOREACTOR/CLARIFIER NO. 1 - SECTION AND
3D VIEW (2)
A 2020MAR31 T. ROBINSON J. ZHOU ISSUED FOR RFP
20172098-00
REV DATE DESIGN DRAWN DESCRIPTION SCALE: AS SHOWN DRAWING REVISION SHEET

2098-00-P302 A
IF NOT 50 mm ADJUST SCALES
50 mm SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE

NUMBER, SIZE AND BASE SEAL PLATES


SPACING BY S.C.
(TYP.)
500Ø CENTER PIER

SLUDGE SUCTION MANIFOLD

NUMBER, SIZE AND


SPACING BY S.C.
(TYP.)

0
58

300Ø WAS/RAS PIPE

00
CONNECTION

92
GE
AN
FL

0
R

00
TE

.9
OU

I.D
00 A A
83
R
EI
W
CH
N OT 0
V- E 810
L
FF
BA
UM PLAN
SC
500Ø CENTER PIER
SCUM BAFFLE
BASE SEAL PLATE SLUDGE SUCTION MANIFOLD
EFFLUENT LAUNDER

CENTER PIER BASE


\\S-edm-fs-01\projects\20172098\00_Pwll_Rvr_WWTP\Working_Dwgs\400_Process_Mech\Revit 2017\2098-00-d-PW WWTP_for RFP-20191202_detached V2.rvt

BASE SEAL PLATE


SECONDARY CLARIFIER BASE SLAB

EFFLUENT LAUNDER COVER PANELS

300Ø S.S. WAS/RAS PIPE


(BY G.C.)

500Ø S.S. SECONDARY


CLARIIFIER INFLUENT PIPE
(BY G.C.)

SECTION A-A

2 DETAIL
1 DETAIL SECONDARY
SECONDARY CLARIFIER CENTER
EDGES OF EFFLUENT LAUNDER PIER BASE (N.T.S.)
DATE: 2020-04-01 10:42:10 AM

COVER PANEL, SEE P301 FOR CLARIFIER SHELL NOTE:


SECTION VIEW (N.T.S.)
(COVER DOES NOT EXTEND OVER
DIMENSIONS OF FABRICATED COMPONENTS (WITH THE EXCEPTION OF
LAUNDER OUTLET)
TOP ELEVATIONS AND THE CLARIFIER PARTITION DIAMETER) ARE MEANT
TO BE INDICATIVE OF WHAT IS EXPECTED. SUPPLIERS ARE TO FINISH THE
PROCESS/HYDRAULIC DESIGN AND THE STRUCTURAL DESIGN AND
PROPOSE THEIR PRODUCTS THAT BEST FIT THIS APPLICATION.

PRELIMINARY/ CITY OF POWELL RIVER


FOR DISCUSSION
NOT FOR CONSTRUCTION
CONSOLIDATED WWTP
DRAFT
BIOREACTOR/CLARIFIER NO. 1 - DETAILS (1)
A 2020MAR31 T. ROBINSON J. ZHOU ISSUED FOR RFP
20172098-00
REV DATE DESIGN DRAWN DESCRIPTION SCALE: AS SHOWN DRAWING REVISION SHEET

2098-00-P501 A
IF NOT 50 mm ADJUST SCALES
50 mm SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE

2800
OUTLET BOX WALL FLANGE (BY S.C.)

LAUNDER COVER PANEL


OUTLET BOX WALL (BY S.C.) (BY S.C.)

A
SUPPORT BRACKET AS REQ'D
SLOTTED HOLE (TYP.) T/PERIMETER WALL EL. 21.00 (BY S.C.)
12
(BY S.C.) 0.0
°

500
SCUM BAFFLE TOP EL. 20.78
(BY S.C.)
1400

B/V-NOTCH WEIR EL. 20.65


(BY S.C.)

300
SCUM BAFFLE SUPPORT BRACKET AS REQ'D
(BY S.C.)
EFFLUENT LAUNDER EL. 19.61
(BY S.C.)

2800
HORIZONTAL STIFFENER AS REQ'D (BY S.C.)
EFFLUENT LAUNDER
SUPPORT BRACE AS REQ'D
SECTION A-A SUPPORT BRACKET (BY S.C., TYP. OF 2) (BY S.C.)

790
500Ø PLAIN-END PIPE (BY S.C.)
1400
DENSITY CURRENT DENSITY CURRENT BAFFLE
BAFFLE SUPPORT BRACE (BY S.C.)
AS REQ'D (BY S.C.)
1400
\\S-edm-fs-01\projects\20172098\00_Pwll_Rvr_WWTP\Working_Dwgs\400_Process_Mech\Revit 2017\2098-00-d-PW WWTP_for RFP-20191202_detached V2.rvt

500

300
A B B 2 DETAIL
EFFLUENT LAUNDER
DETAIL (N.T.S.)

PLAN

SLOT LENGTH 100 TBD BY S.C.

SECTION B-B
1 DETAIL

200
BIOREACTOR SS316/316L ANCHOR ROD c/w
SS316/316L NUT AND WASHER
OUTLET BOX (N.T.S.)
PERIMETER WALL FLANGE

ANCHOR DEPTH DETERMINED BY S.C.


TANK PERIMETER WALL
GROUT PAD
STAINLESS STEEL 316
FRP V-NOTCH WEIR FASTENERS c/w WASHER & NUT NOTE:

SIKAFLEX 1A ALL AROUND SS316 ANCHOR BOLTS MUST HAVE A POLYETHYLENE


156 90.0°
54

FASTENERS (TYP.) ISOLATION SLEEVE WITH INTEGRAL ISOLATING WASHER.

GASKET (TYP.)
BOTTOM OF V-NOTCH PERIMETER WALL (TYP.)
5
6 DETAIL
178

WEIR EL. 20.650


POLYETHYLENE BOLTING
SLEEVE w/ INTEGRAL PERIMETER WALL
WASHER LENGTH TO SUIT FLANGE DETAIL
(N.T.S.)
CONCRETE FLOOR
DATE: 2020-04-01 10:42:10 AM

OVERSIZED HOLES FOR 50mm


VERTICAL AND HORIZONTAL EPOXY ANCHOR
ADJUSTMENT
4
5 DETAIL NOTE:
3 DETAIL 4
1 DETAIL SUPPLY CONTRACTOR TO DESIGN BRACKETS TO SUPPORT THE DRY
PERIMETER WALL
V-NOTCH WEIR BOLTED JOINTS WEIGHT OF THE BIOREACTOR EFFLUENT TROUGH PLUS 50mm OF WATER,
ANCHOR DETAIL AS WELL AS WITHSTAND THE WORST CASE SCENARIO FLOTATION FORCE.
DETAIL (N.T.S.) DETAIL (N.T.S.) (N.T.S.)

PRELIMINARY/ CITY OF POWELL RIVER


FOR DISCUSSION
NOT FOR CONSTRUCTION
CONSOLIDATED WWTP
DRAFT
BIOREACTOR/CLARIFIER NO. 1 - DETAILS (2)
A 2020MAR31 T. ROBINSON J. ZHOU ISSUED FOR RFP
20172098-00
REV DATE DESIGN DRAWN DESCRIPTION SCALE: AS SHOWN DRAWING REVISION SHEET

2098-00-P502 A
IF NOT 50 mm ADJUST SCALES
50 mm SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE

A.3

3.4
T/CONCRETE 21.50

1500
BIOREACTOR TOP BIOREACTOR TOP
21500 21.00
21500
20.67

ADJUSTABLE 20.57
BAFFLE, SEE MOUNT STEEL PLATE ON
DETAIL TANK WALL (MOUNTING
2 MATERIALS BY S.C.,
INSTALLATION BY G.C.)
P503

STEEL PLATE
(BY S.C.)

STEEL PLATE
(BY S.C.)

3550
PLATE MOUNTED ON
CONCRETE WALL
(MOUNTING MATERIALS BY
S.C., INSTALLATION BY G.C.)

6000
5570
STEEL PLATE MOUNT ON
CONCRETE WALL
(MOUNTING MATERIALS BY
REINFORCED CONCRETE
S.C., INSTALLATION BY G.C.)
(BY G.C.)
\\S-edm-fs-01\projects\20172098\00_Pwll_Rvr_WWTP\Working_Dwgs\400_Process_Mech\Revit 2017\2098-00-d-PW WWTP_for RFP-20191202_detached V2.rvt

STEEL PLATE MOUNT ON


SECONDARY CLARIFIER WALL
(MOUNTING MATERIALS BY
S.C., INSTALLATION BY G.C.)

1500

150 RADIUS OPENINGS


T/WEIR AT EL. 20.670

100
BIOREACTOR BIOREACTOR
T/O SLAB GROUND
GROUND FLR GROUND FLR

100

300
15000 15000

100

100mm ADJUSTABLE RANGE


STEEL PLATE MOUNT ON
FLOOR (MOUNTING
MATERIALS BY S.C.,
INSTALLATION BY G.C.)
DATE: 2020-04-01 10:42:12 AM

1 DETAIL 1 : 25 2 DETAIL 3 DETAIL 1 : 25


P302 P301
ADJUSTABLE WEIR
(N.T.S.)

PRELIMINARY/ CITY OF POWELL RIVER


FOR DISCUSSION
NOT FOR CONSTRUCTION
CONSOLIDATED WWTP
DRAFT
BIOREACTOR/CLARIFIER NO. 1 - DETAILS (3)
A 2020MAR31 T. ROBINSON J. ZHOU ISSUED FOR RFP
20172098-00
REV DATE DESIGN DRAWN DESCRIPTION SCALE: AS SHOWN DRAWING REVISION SHEET

2098-00-P503 A
IF NOT 50 mm ADJUST SCALES
50 mm SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE

No.1
RUN ALARM RUN ALARM SPEED SPEED
PI RUN ALARM AUTO CNTRL IND
XR XA XR XA
215 XR XA UA SC SI
215 215 216 216
217 217 217 217 217

SCADA

S
25 - PPSW - E1
E 1 VFD -217 (TYPICAL FOR VFD -218)
NO TO STARTER IN MCC
SERVICE
WATER

SEE PROJECT COVER SHEET


1
FOR HOLD ITEM DESCRIPTIONS
(HOLD)

CDM-2101
M
SUBMERGED IN GALLERY

500 - SE - H1
A D-024

TO UV

CLS-2101
PI PIT
SECONDARY NC 215 215
PI
CLARIFIER 1
216
NC

NOTE 5
PLV-2121 NO

NO
NC
1 M NO
100 - SC - B3
F D-027

UNDER
FLOOR
CHV-2121 PLV-2122
SCUM TO

NC
NOTE 3 TO SCADA VC VC
SMP-2121 SCUM HEADER 1
PI
500 - ML - H1 217
A D-016

GALLERY
NOTE 3
FROM

300 - RAS - H1
VFD 217 FE
BIO-REACTOR 1

DN50
217
NC
NO
NO
M NO
300 - RAS - H1 300 - RAS - H1
300 - RAS - H1 M D D-016
FBS CHV-2102 PLV-2102 PLV-2103

DN50
PLV-2101 FBS NC DJ DJ NC RAS TO
DJ BIO-REACTOR 1
RASP-2101
300 150
TO SCADA
PI
218
D1
LC

300
VFD 218 FE
218

DN50
NC

100
D1
M NO 100 - WAS - H1
NO 100 - WAS - H1
DWG PATH: p:\20172098\00_pwll_rvr_wwtp\working_dwgs\400_process_mech\2098-00-d-020.dwg

100 - WAS - H1 M A D-026


FBS CHV-2112 PLV-2112 PLV-2113

DN50
PLV-2111 FBS NC VC VC NO VC VC NC VF TO DAF
DJ
WASP-2111 THICKENER

100 - DR - E2
D1 E D-014

PLANT RECYCLE

NOTES:
1. INSULATE AND HEAT SERVICE PIPE OUTSIDE AND ABOVE FROST LEVEL. DRAIN
SAVE DATE: 2020-03-10 3:14:09 PM SAVED BY: BRACHOC

THE SERVICE WATER LINE WHEN NOT USE.


2. CLARIFIER LOCATED WITHIN BIOREACTOR. BIOREACTOR OMITTED FOR CLARITY.
3. CONCRETE ENCASED.
4. REFER TO STANDARD DETAILS FOR PIPE PENETRATIONS.
5. REFER TO CLARIFIER SCHEDULE FOR COMPLETE LIST OF CHECK VALVES.
CDM-2101 CLARIFIER DRIVE No. 1 SMP-2121 SCUM PUMP No. 1 RASP-2101 RAS PUMP No. 1 WASP-2111 WAS PUMP No. 1
PLOT DATE: 2020-03-10 3:23:23 PM

MAN: ENVIREX MAN: HAYWARD GORDON MAN: MAN:


TYPE: MOTOR DRIVE TYPE: CENTRIFUGAL CHOPPER TYPE: TYPE:
SIZE: TYPE H SIZE: SIZE: SIZE:
CAP: FLOW: 8 L/S FLOW: FLOW:
MAT: HEAD: 15 m HEAD: HEAD:
POWER: 0.5 HP / 600 V / 0.04 RPM DRIVE: 5HP/600V DRIVE: DRIVE:
NOTES: NOTES: NOTES: VFD NOTES: VFD

PRELIMINARY/ CITY OF POWELL RIVER


FOR DISCUSSION
NOT FOR CONSTRUCTION
CONSOLIDATED WWTP
DRAFT
PROCESS
B 2019MAR29 J. LEONG C. BRACHO ISSUED FOR 90% DESIGN PIPING AND INSTRUMENTATION DIAGRAM
A 2019JAN14 T. ROBINSON K. LUI ISSUED FOR 60% DESIGN
20172098-00 SECONDARY CLARIFIER 1
REV DATE DESIGN DRAWN DESCRIPTION SCALE: DRAWING REVISION SHEET

2098-00-D-020 B
IF NOT 50 mm ADJUST SCALES
50 mm SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE

SPEED SPEED
No.1
RUN ALARM RUN ALARM RUN ALARM AUTO CNTRL IND
PI
XR XA XR XA XR XA UA SC SI
225
225 225 226 226 227 227 227 227 227

SCADA

S
25 - PPSW - E1
H1
A D-016 E 1
VFD -227 (TYPICAL FOR VFD -228)
NO TO STARTER IN MCC
SERVICE
WATER

SEE PROJECT COVER SHEET


1
FOR HOLD ITEM DESCRIPTIONS
(HOLD)
CDM-2201
M
SUBMERGED IN GALLERY

500 - SE - H1
B D-024

TO UV

CLS-2201

SECONDARY PI PIT
CLARIFIER 2 NC 225 225
PI
226
NC

NOTE 5
PLV-2221 NO

NO
NC
1 M NO
100 - SC - B3
G D-027

UNDER
FLOOR
CHV-2221 PLV-2222
SCUM TO

NC
NOTE 3 TO SCADA VC VC
SMP-2221 SCUM HEADER 1
PI
500 - ML - H1 227
A D-016

GALLERY
NOTE 3
FROM FE
VFD 227

300 - RAS - H1
BIO-REACTOR 1

DN50
227
NC
M NO NO
NO 300 - RAS - H1 300 - RAS - H1
300 - RAS - H1 M D D-016
FBS PLV-2202 PLV-2203

DN50
PLV-2201 FBS NC CHV-2202 DJ DJ RAS TO

NC
DJ BIO-REACTOR 1
RASP-2201
300 150
TO SCADA
PI
228
D1
LC

300
VFD 228 FE
228

DN50
NC
D1

100
M NO NO NO
NO 100 - WAS - H1
DWG PATH: p:\20172098\00_pwll_rvr_wwtp\working_dwgs\400_process_mech\2098-00-d-021.dwg

100 - WAS - H1 M B D-026


FBS CHV-2212 PLV-2212 PLV-2213

DN50
PLV-2211 FBS NC VC VC VC VC NC VF TO DAF
DJ
WASP-2211 THICKENER

100 - DR - E2
D1 C D-020

PLANT RECYCLE

NOTES:
1. INSULATE AND HEAT SERVICE PIPE OUTSIDE AND ABOVE FROST LEVEL. DRAIN
SAVE DATE: 2020-03-10 3:15:54 PM SAVED BY: BRACHOC

THE SERVICE WATER LINE WHEN NOT USE.


2. CLARIFIER LOCATED WITHIN BIOREACTOR. BIOREACTOR OMITTED FOR CLARITY.
3. CONCRETE ENCASED.
4. REFER TO STANDARD DETAILS FOR PIPE PENETRATIONS.
5. REFER TO CLARIFIER SCHEDULE FOR COMPLETE LIST OF CHECK VALVES.
CDM-2201 CLARIFIER DRIVE No. 1 SMP-2221 SCUM PUMP No. 1 RASP-2201 RAS PUMP No. 1 WASP-2211 WAS PUMP No. 1
PLOT DATE: 2020-03-10 3:22:45 PM

MAN: ENVIREX MAN: HAYWARD GORDON MAN: MAN:


TYPE: MOTOR DRIVE TYPE: CENTRIFUGAL CHOPPER TYPE: TYPE:
SIZE: TYPE H SIZE: SIZE: SIZE:
CAP: FLOW: 8 L/S FLOW: FLOW:
MAT: HEAD: 15 m HEAD: HEAD:
POWER: 0.5 HP / 600 V / 0.04 RPM DRIVE: 5HP/600V DRIVE: DRIVE:
NOTES: NOTES: NOTES: VFD NOTES: VFD

PRELIMINARY/ CITY OF POWELL RIVER


FOR DISCUSSION
NOT FOR CONSTRUCTION
CONSOLIDATED WWTP
DRAFT
PROCESS
B 2019MAR29 J. LEONG C. BRACHO ISSUED FOR 90% DESIGN PIPING AND INSTRUMENTATION DIAGRAM
A 2019JAN14 T. ROBINSON K. LUI ISSUED FOR 60% DESIGN
20172098-00 SECONDARY CLARIFIER 2
REV DATE DESIGN DRAWN DESCRIPTION SCALE: DRAWING REVISION SHEET

2098-00-D-021 B
IF NOT 50 mm ADJUST SCALES
50 mm SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE

SPEED SPEED
No.1 AUTO
RUN ALARM RUN ALARM RUN ALARM CNTRL IND
PI
XR XA XR XA XR XA UA SC SI
235
235 235 236 236 237 237 237 237 237

SCADA

S
25 - PPSW - E1
E
1 VFD -237 (TYPICAL FOR VFD -238)
A D-016
NO TO STARTER IN MCC
SERVICE
WATER

SEE PROJECT COVER SHEET


1
FOR HOLD ITEM DESCRIPTIONS
(HOLD)
CDM-2301
M
SUBMERGED IN GALLERY

500 - SE - H1
C D-024

TO UV

CLS-2301

SECONDARY
PI PIT
CLARIFIER 3 235 235
NC
PI
236
NC

NOTE 5
PLV-2321 NO

NO
NC
1 M NO
100 - SC - B3
H D-027

UNDER
FLOOR
CHV-2321 PLV-2322
SCUM TO

NC
NOTE 3 TO SCADA VC VC
SMP-2321 SCUM HEADER 1
PI
500 - ML - H1 237
A D-016

GALLERY
NOTE 3
FROM FE
VFD 237

300 - RAS - H1
BIO-REACTOR 1 237
NC
M NO
NO 300 - RAS - H1 300 - RAS - H1
300 - RAS - H1 M D D-016
FBS PLV-2302 PLV-2303

DN50
PLV-2301 FBS NC CHV-2302 DJ RAS TO

NC
DJ NO
DJ BIO-REACTOR 1
RASP-2301
300 150
TO SCADA
PI
238
D1
LC

300
VFD 238 FE
238

DN50
NC
D1

100
M NO NO NO
NO 100 - WAS - H1
DWG PATH: p:\20172098\00_pwll_rvr_wwtp\working_dwgs\400_process_mech\2098-00-d-022.dwg

100 - WAS - H1 M C D-026


FBS CHV-2312 PLV-2312 PLV-2313

DN50
PLV-2311 FBS NC VC VC VC VC NC VF TO DAF
DJ
WASP-2311 THICKENER

150 - DR - E2
D1 D D-020

PLANT RECYCLE

NOTES:
1. INSULATE AND HEAT SERVICE PIPE OUTSIDE AND ABOVE FROST LEVEL. DRAIN
SAVE DATE: 2020-03-10 3:17:13 PM SAVED BY: BRACHOC

THE SERVICE WATER LINE WHEN NOT USE.


2. CLARIFIER LOCATED WITHIN BIOREACTOR. BIOREACTOR OMITTED FOR CLARITY.
3. CONCRETE ENCASED.
4. REFER TO STANDARD DETAILS FOR PIPE PENETRATIONS.
5. REFER TO CLARIFIER SCHEDULE FOR COMPLETE LIST OF CHECK VALVES.
CDM-2301 CLARIFIER DRIVE No. 1 SMP-2321 SCUM PUMP No. 1 RASP-2301 RAS PUMP No. 1 WASP-2311 WAS PUMP No. 1
PLOT DATE: 2020-03-10 3:22:32 PM

MAN: ENVIREX MAN: HAYWARD GORDON MAN: MAN:


TYPE: MOTOR DRIVE TYPE: CENTRIFUGAL CHOPPER TYPE: TYPE:
SIZE: TYPE H SIZE: SIZE: SIZE:
CAP: FLOW: 8 L/S FLOW: FLOW:
MAT: HEAD: 15 m HEAD: HEAD:
POWER: 0.5 HP / 600 V / 0.04 RPM DRIVE: 5HP/600V DRIVE: DRIVE:
NOTES: NOTES: NOTES: VFD NOTES: VFD

PRELIMINARY/ CITY OF POWELL RIVER


FOR DISCUSSION
NOT FOR CONSTRUCTION
CONSOLIDATED WWTP
DRAFT
PROCESS
B 2019MAR29 J. LEONG C. BRACHO ISSUED FOR 90% DESIGN PIPING AND INSTRUMENTATION DIAGRAM
A 2019JAN14 T. ROBINSON K. LUI ISSUED FOR 60% DESIGN
20172098-00 SECONDARY CLARIFIER 3
REV DATE DESIGN DRAWN DESCRIPTION SCALE: DRAWING REVISION SHEET

2098-00-D-022 B
IF NOT 50 mm ADJUST SCALES
50 mm SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE

SPEED SPEED
No.1 AUTO
RUN ALARM RUN ALARM RUN ALARM CNTRL IND
PI
XR XA XR XA XR XA UA SC SI
245
245 245 246 246 247 247 247 247 247

SCADA

S
25 - PPSW - H1 1 VFD -247 (TYPICAL FOR VFD -248)
A D-016 E
NO TO STARTER IN MCC
SERVICE
WATER

SEE PROJECT COVER SHEET


1
FOR HOLD ITEM DESCRIPTIONS
(HOLD)

CDM-2401
M
SUBMERGED IN GALLERY

500 - SE - H1
D D-024

TO UV

CLS-2401

SECONDARY PI PIT
CLARIFIER 4 NC 245 245
PI
246
NC

NOTE 5

PLV-2421 NO

NO
NC
1 M NO
100 - SC -B3
I D-027

UNDER
FLOOR
CHV-2421 PLV-2422
SCUM TO

NC
NOTE 3 TO SCADA VC VC
SMP-2421 SCUM HEADER 1
PI
500 - ML - H1 237
A D-016

GALLERY
NOTE 3
FROM FE
BIO-REACTOR 1 VFD 237

300 - RAS - H1
247
NC
NO
NO
M
300 - RAS - H1 NO 300 - RAS - H1
300 - RAS - H1 M D D-016
FBS CHV-2402 PLV-2402 SB-2402 PLV-2403

DN50
FBS DJ DJ RAS TO

NC
PLV-2401 NC
DJ BIO-REACTOR 1
RASP-2401
300 150
TO SCADA
PI
238
D1
LC

300
VFD 238 FE
248
NC
D1 NO SB-2412 NO

100
M
100 - WAS - H1 NO
NO
DWG PATH: p:\20172098\00_pwll_rvr_wwtp\working_dwgs\400_process_mech\2098-00-d-023.dwg

100 - WAS - H1 M D D-026


FBS CHV-2412 PLV-2412 PLV-2413

DN50
PLV-2411 FBS NC VC VC VC VC NC VF TO DAF
DJ
WASP-2411 THICKENER

150 - DR - E2
D1 E D-020

PLANT RECYCLE

NOTES:
1. INSULATE AND HEAT SERVICE PIPE OUTSIDE AND ABOVE FROST LEVEL. DRAIN
SAVE DATE: 2020-03-10 3:18:26 PM SAVED BY: BRACHOC

THE SERVICE WATER LINE WHEN NOT USE.


2. CLARIFIER LOCATED WITHIN BIOREACTOR. BIOREACTOR OMITTED FOR CLARITY.
3. CONCRETE ENCASED.
4. REFER TO STANDARD DETAILS FOR PIPE PENETRATIONS.
5. REFER TO CLARIFIER SCHEDULE FOR COMPLETE LIST OF CHECK VALVES.
CDM-2401 CLARIFIER DRIVE No. 1 SMP-2421 SCUM PUMP No. 1 RASP-2401 RAS PUMP No. 1 WASP-2411 WAS PUMP No. 1
PLOT DATE: 2020-03-10 3:22:15 PM

MAN: ENVIREX MAN: HAYWARD GORDON MAN: MAN:


TYPE: MOTOR DRIVE TYPE: CENTRIFUGAL CHOPPER TYPE: TYPE:
SIZE: TYPE H SIZE: SIZE: SIZE:
CAP: FLOW: 8 L/S FLOW: FLOW:
MAT: HEAD: 15 m HEAD: HEAD:
POWER: 0.5 HP / 600 V / 0.04 RPM DRIVE: 5HP/600V DRIVE: DRIVE:
NOTES: NOTES: NOTES: VFD NOTES: VFD

PRELIMINARY/ CITY OF POWELL RIVER


FOR DISCUSSION
NOT FOR CONSTRUCTION
CONSOLIDATED WWTP
DRAFT
PROCESS
B 2019MAR29 J. LEONG C. BRACHO ISSUED FOR 90% DESIGN PIPING AND INSTRUMENTATION DIAGRAM
A 2019JAN14 T. ROBINSON K. LUI ISSUED FOR 60% DESIGN
20172098-00 SECONDARY CLARIFIER 4
REV DATE DESIGN DRAWN DESCRIPTION SCALE: DRAWING REVISION SHEET

2098-00-D-023 B
P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\cover_ld_sheets.docx 

 
 
 
 
 
 
 
City of Powell River 

APPENDIX B ‐ NOVATION AGREEMENT 
 

B‐1 
City of Powell River 00 52 61
Consolidated Wastewater Treatment Plant NOVATION AGREEMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 5

NOVATION AGREEMENT

BETWEEN:

THE CITY OF POWELL RIVER (OWNER)

AND:

(CONTRACTOR)

AND:

(SUPPLY CONTRACTOR)

WHEREAS:

A. Owner entered into a Contract with Supply Contractor dated [ ], for the supply of
[ ] (Supply Contract), which is annexed hereto as Appendix "A";

B. It is a requirement of the Supply Contract that the Supply Contractor enter into a
Novation Agreement with the General Contractor selected by the Owner;

C. Owner entered into a contract with Contractor dated [ ], for [ ]


(Construction Contract);

D. It is a requirement of the Construction Contract that the Contractor enter into a


Novation Agreement with Supply Contractor so that Supply Contractor becomes a subcontractor
to Contractor;

NOW THEREFORE in consideration of the premises and of the mutual agreements


hereinafter contained the parties agree as follows;

1. The Contractor and Supply Contractor agree to be bound by the terms of the Supply
Contract, annexed hereto as Appendix "A", with the Contractor assuming all the rights and
obligations of the Owner as set out therein.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\AppendixB_00
5261.doc: April 03, 2020
City of Powell River 00 52 61
Consolidated Wastewater Treatment Plant NOVATION AGREEMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 5

2. Supply Contractor retains all the rights and obligations set out in the Supply Contract
and henceforth accepts the Contractor in place of the Owner.

3. Supply Contractor agrees that henceforth it is a subcontractor to the Contractor in


respect of the Construction Contract.

4. Supply Contractor hereby releases the Owner from all of the Owner's obligations
under the Supply Contract and from all claims of every nature whatsoever arising therefrom,
excepting only those claims, if any, already notified to the Owner in writing, and acknowledges
that it will henceforth look only to the Contractor for the discharge of the Owner's obligations
thereunder and that only the Contractor may exercise the rights of the Owner thereunder.

5. Henceforth, the terms and conditions of the Construction Contract insofar as they can
apply to a subcontract shall govern the relations between the Contractor and the Supply
Contractor; provided nevertheless, that if any term of the Construction Contract is inconsistent
with any payment provision or Special Condition or Special Provision in the Supply Contract
such payment provision, Special Condition or Special Provision of the Supply Contract shall
prevail.

6. The Owner and Supply Contractor agree that the Supply Contract between them has
been terminated.

7. It is agreed that as of the date hereof [$ ___________] is owing to the Supply


Contractor under the Supply Contract.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\AppendixB_00
5261.doc: April 03, 2020
City of Powell River 00 52 61
Consolidated Wastewater Treatment Plant NOVATION AGREEMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 5

IN WITNESS WHEREOF the parties have hereunto affixed their hands and seals this _____ day
of ______ , 20 _____ .

For Corporate Owner:

The Corporate Seal of:

Owner (please print full corporate name) Seal

was hereunto affixed in the presence of:

Authorized Signing Officer Title

Authorized Signing Officer Title

For Individual Owner:

Owner (please print) Signature

Signature of Witness

Address of Witness

Occupation

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\AppendixB_00
5261.doc: April 03, 2020
City of Powell River 00 52 61
Consolidated Wastewater Treatment Plant NOVATION AGREEMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 5

For Individual or Partnership:


SIGNED, SEALED AND DELIVERED by:

Contractor (please print) Signature


in the presence of:
Title
Name

Address

City/Prov/PC Seal

Occupation

For Limited Company:

The Corporate Seal of:

l Contractor (please print)

was hereunto affixed in the presence of:

Authorized Signing Officer Title Seal

Authorized Signing Officer Title

NOTE: If Contractor is a joint venture, add additional forms of execution for each
member of the joint venture in the appropriate form or forms as above.

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\AppendixB_00
5261.doc: April 03, 2020
City of Powell River 00 52 61
Consolidated Wastewater Treatment Plant NOVATION AGREEMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 5 of 5

For Individual or Partnership:


SIGNED, SEALED AND DELIVERED by:

Supply Contractor (please print) Signature


in the presence of:
Title
Name

Address

City/Prov/PC Seal

Occupation

For Limited Company:

The Corporate Seal of:

Supply Contractor (please print)

was hereunto affixed in the presence of:

Authorized Signing Officer Title Seal

Authorized Signing Officer Title

NOTE: If Supply Contractor is a joint venture, add additional forms of execution for each
member of the joint venture in the appropriate form or forms as above.

END OF DOCUMENT

\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\AppendixB_00
5261.doc: April 03, 2020
P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\cover_ld_sheets.docx 

 
 
 
 
 
 
 
City of Powell River 

APPENDIX C ‐ CLARIFIER SCHEDULE 
 

C‐1 
Powell River WWTP - Clarifier 1 Tank - Schedule of Accessories

Distance from
Centreline of Item
Accessory Top of Slab to
Tank Opening Description Size (mm) (clockwise degrees
ID Centreline of
from top of page)
Item (mm)

101 Clarifier 1 Dividing Wall 1 1500 x 5570 0 / 360 2785


102 Clarifier 1 Relief 1 into Clarifier (flange on inside) 450 dia. 30 1000
103 Clarifier 1 Manway 1 (flange on inside) 760 dia. 45 1000
104 Clarifier 1 Relief 1 to Bioreactor 300 dia. 60 500
105 Clarifier 1 Dividing Wall 2 1500 x 3550 90 4225
106 Clarifier 1 Relief 2 to Bioreactor 300 dia. 120 500
107 Clarifier 1 Relief 3 to Bioreactor 300 dia. 150 500
108 Clarifier 1 Secondary Effluent Launder Hopper & Pipe 500 dia. 180 4370
109 Clarifier 1 Relief 2 into Clarifier (flange on inside) 450 dia. 210 1000
110 Clarifier 1 Manway 2 760 dia. 225 1000
111 Clarifier 1 Relief 4 to Bioreactor 300 dia. 240 500
112 Clarifier 1 Relief 5 to Bioreactor 300 dia. 300 500
113 Clarifier 1 Relief 6 to Bioreactor 300 dia. 330 500
114 Clarifier 1 Scum Hopper Outlet/Pipe 100 dia. 172 3500
Powell River WWTP - Clarifier 2 Tank - Schedule of Accessories

Distance from
Centreline of Item
Accessory Top of Slab to
Tank Opening Description Size (mm) (clockwise degrees
ID Centreline of
from top of page)
Item (mm)

201 Clarifier 2 Dividing Wall 1 1500 x 55570 0 / 360 2785


202 Clarifier 2 Relief 1 to Bioreactor 300 dia. 30 500
203 Clarifier 2 Relief 2 to Bioreactor 300 dia. 60 500
204 Clarifier 2 Relief 3 to Bioreactor 300 dia. 120 500
205 Clarifier 2 Manway 1 760 dia. 135 1000
206 Clarifier 2 Relief 1 into Clarifier (flange on inside) 450 dia. 150 1000
207 Clarifier 2 Secondary Effluent Launder Hopper & Pipe 500 dia. 180 4370
208 Clarifier 2 Relief 4 to Bioreactor 300 dia. 210 500
209 Clarifier 2 Relief 5 to Bioreactor 300 dia. 240 500
210 Clarifier 2 Dividing Wall 2 1500 x 3550 270 4225
211 Clarifier 2 Relief 6 to Bioreactor 300 dia. 300 500
212 Clarifier 2 Manway 2 (flange on inside) 760 dia. 315 1000
213 Clarifier 2 Relief 2 into Clarifier (flange on inside) 450 dia. 330 1000
214 Clarifier 2 Scum Hopper Outlet/Pipe 100 dia. 172 3500
Powell River WWTP - Clarifier 3 Tank - Schedule of Accessories

Distance from
Centreline of Item
Accessory Top of Slab to
Tank Opening Description Size (mm) (clockwise degrees
ID Centreline of
from top of page)
Item (mm)

301 Clarifier 3 Secondary Effluent Launder Hopper & Pipe 500 dia. 0 / 360 4370
302 Clarifier 3 Relief 1 into Clarifier (flange on inside) 450 dia. 30 1000
303 Clarifier 3 Manway 1 760 dia. 45 1000
304 Clarifier 3 Relief 1 to Bioreactor 300 dia. 60 500
305 Clarifier 3 Relief 2 to Bioreactor 300 dia. 120 500
306 Clarifier 3 Relief 3 to Bioreactor 300 dia. 150 500
307 Clarifier 3 Dividing Wall 1 1500 x 5570 180 2785
308 Clarifier 3 Relief 2 into Clarifier (flange on inside) 450 dia. 210 1000
309 Clarifier 3 Manway 2 (flange on inside) 760 dia. 225 1000
310 Clarifier 3 Relief 4 to Bioreactor 300 dia. 240 500
311 Clarifier 3 Dividing Wall 2 1500 x 3550 270 4225
312 Clarifier 3 Relief 5 to Bioreactor 300 dia. 300 500
313 Clarifier 3 Relief 6 to Bioreactor 300 dia. 330 500
314 Clarifier 3 Scum Hopper Outlet/Pipe 100 dia. 8 3500
Powell River WWTP - Clarifier 4 Tank - Schedule of Accessories

Distance from
Centreline of Item
Accessory Top of Slab to
Tank Opening Description Size (mm) (clockwise degrees
ID Centreline of
from top of page)
Item (mm)

401 Clarifier 4 Secondary Effluent Launder Hopper & Pipe 500 dia. 0 / 360 4370
402 Clarifier 4 Relief 1 to Bioreactor 300 dia. 30 500
403 Clarifier 4 Relief 2 to Bioreactor 300 dia. 60 500
404 Clarifier 4 Dividing Wall 2 1500 x 3550 90 4225
405 Clarifier 4 Relief 3 to Bioreactor 300 dia. 120 500
406 Clarifier 4 Manway 1 (flange on inside) 760 dia. 135 1000
407 Clarifier 4 Relief 1 into Clarifier (flange on inside) 450 dia. 150 1000
408 Clarifier 4 Dividing Wall 1 1500 x 55570 180 2785
409 Clarifier 4 Relief 4 to Bioreactor 300 dia. 210 500
410 Clarifier 4 Relief 5 to Bioreactor 300 dia. 240 500
411 Clarifier 4 Relief 6 to Bioreactor 300 dia. 300 500
412 Clarifier 4 Manway 2 760 dia. 315 1000
413 Clarifier 4 Relief 2 into Clarifier (flange on inside) 450 dia. 330 1000
414 Clarifier 4 Scum Hopper Outlet/Pipe 100 dia. 352 3500

You might also like