Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation ....

223
Procurement Services 450 Cowie Hill Rd. PO Box 8388, RPO CSC Halifax, NS B3K 5M1 Telephone: (902) 490-4998 Tender #T04.2021 Bruce Street Pump Station Relocation Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in pdf format on the attached bid form ONLY via email: Tender# T04.2021 – Bruce Street Pump Station Relocation Addressed to: Halifax Water Attn: Brent Hickman Procurement Services Email:[email protected] Will be received until 2:00 p.m. Atlantic Time, Tuesday, March 9th, 2021, for the above Tender as per the specifications and terms and conditions. Check for changes to this request - Before submitting your bid, visit the Provincial Government Web Portal at www.novascotia.ca/tenders or contact our office to see if any Addenda detailing changes have been issued on this tender. Changes may be posted up until the tender closing time. It is the bidders’ responsibility to acknowledge and take into account all Addenda. Bidders shall be solely responsible for the delivery of their bids in the manner and time prescribed. Bids received after the time and date specified shall be rejected. Hard copy and facsimile bids are not accepted. The lowest or any submission will not necessarily be accepted.

Transcript of Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation ....

Page 1: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Procurement Services 450 Cowie Hill Rd. PO Box 8388, RPO CSC Halifax, NS B3K 5M1 Telephone: (902) 490-4998

Tender #T04.2021

Bruce Street Pump Station Relocation

Tender Issue Date – Tuesday, February 16, 2021.

Bids submitted electronically in pdf format on the attached bid form ONLY via email:

Tender# T04.2021 – Bruce Street Pump Station Relocation

Addressed to:

Halifax Water

Attn: Brent Hickman Procurement Services

Email:[email protected]

Will be received until 2:00 p.m. Atlantic Time, Tuesday, March 9th, 2021, for the above Tender as per the specifications and terms and conditions.

Check for changes to this request - Before submitting your bid, visit the Provincial Government Web Portal at

www.novascotia.ca/tenders or contact our office to see if any Addenda detailing changes have been issued on this tender. Changes may be posted up until the tender closing time. It is the bidders’ responsibility to acknowledge

and take into account all Addenda.

Bidders shall be solely responsible for the delivery of their bids in the manner and time prescribed. Bids received after the time and date specified shall be rejected.

Hard copy and facsimile bids are not accepted.

The lowest or any submission will not necessarily be accepted.

Page 2: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in
Page 3: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation T04.2021 Table of Contents February 2021 Section No. of Pages Proponent’s Submission Sheet 00 20 00 Overview ............................................................................................................... 1 Page 00 21 00 Information to Tenderers .................................................................................... 6 Pages 00 41 43 Tender Form........................................................................................................ 7 Pages 00 43 00 Supplementary Tender Information .................................................................... 5 Pages 00 53 43 Form of Agreement ............................................................................................. 7 Pages 00 74 00 Supplementary Specifications ............................................................................. 9 Pages 01 00 00 General Requirements ....................................................................................... 25 Pages 01 22 00 Measurement and Payment ................................................................................. 4 Pages 02 41 10 Demolition, Removals and Modifications .......................................................... 5 Pages 26 05 00 Electrical General Requirements ...................................................................... 13 Pages 26 05 20 Wire and Box Connectors (0 – 1000V) .............................................................. 2 Pages 26 05 21 Wires and Cables (0 – 1000V) ............................................................................ 2 Pages 26 05 28 Grounding – Secondary ...................................................................................... 3 Pages 26 05 29 Fastenings and Supports ..................................................................................... 2 Pages 26 05 31 Splitters, Junction Pull Boxes and Cabinets ....................................................... 2 Pages 26 05 32 Outlet Boxes, Conduit Boxes and Fittings .......................................................... 2 Pages 26 05 34 Conduits, Conduit Fastenings and Conduit Fittings ........................................... 4 Pages 26 05 44 Installation of Cables in Trenches and Ducts ..................................................... 3 Pages 26 27 26 Wiring Devices ................................................................................................... 3 Pages

Page 4: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation T04.2021 Table of Contents February 2021 Section No. of Pages 26 28 14 Fuses – Low Voltage .......................................................................................... 2 Pages 26 28 21 Moulded Case Circuit Breakers .......................................................................... 2 Pages 26 33 53 Uninterruptible Power Supply (UPS) ................................................................. 2 Pages 26 43 13 Surge Protection Devices .................................................................................... 3 Pages 26 50 00 Lighting Equipment ............................................................................................ 3 Pages 26 90 00 Primary Process Instrumentation Devices ........................................................ 11 Pages 26 95 00 Process Control System Equipment .................................................................. 10 Pages 33 32 11 Supplemental Standard Specification Wastewater Pump Station ..................... 26 Pages 39 00 00 Standard Specifications– Standard Details* ..................................................... 89 Pages Appendix A – Halifax Water Contractor Health and Safety Forms ..................................... 9 Pages Appendix B – Police Record Check ....................................................................................... 1 Page Appendix C – Geotechnical Report and Existing Drawings .............................................. 21 Pages

* indicates a Section that is not included in this document but can be accessed at https://www.halifaxwater.ca/doing-business

Page 5: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation T04.2021 Table of Contents February 2021

Tender Drawings

Drawing No. Drawing Name

000 Cover Sheet C01 Force Mains and Sewer Plan and Profile C02 Site Plans, Removals and Details C03 Civil Details C04 Pump Station Plan and Sections C05 Pump Station Details 1 C06 Pump Station Details 2 E01 Siteplan & Sections E02 SLD, Block Diagrams, I/O List, & Schedules E03 Schematics E04 Electrical Details 1 E05 Electrical Details 2

Page 6: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation T04.2021

Signatures February 2021

Staff Signature Date

Manager Stormwater Wastewater Infrastructure

Project Engineer

Original Signed By Ray Rice

Original Signed By Renee Roberge

February 16, 2021

February 16, 2021

Page 7: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

PROPONENT’S SUBMISSION SHEET The undersigned hereby acknowledges that he/she, as an officer of the stated corporation, has read and understands the specifications, requirements, and proposed agreement regarding the BRUCE STREET PUMP STATION RELOCATION to Halifax Water. He/she further acknowledges that the seller’s proposed product, equipment, materials, and services fully meet or exceed those as specified in Halifax Water’s Tender. Additionally, the Proponent agrees that all its bid documents and responses to the aforementioned Tender will, at the option of Halifax Water, become a legally binding and essential portion of the final contract between the successful Proponent and Halifax Water. The following information must be completed to ensure tender acceptance.

*ADDENDA No. to INCLUSIVE WERE CAREFULLY EXAMINED.

DATED THIS DAY OF , 2021

PROPONENT’S COMPANY NAME:

ADDRESS:

CITY/PROVINCE: POSTAL CODE:

PHONE NO.: FAX NO.:

EMAIL ADDRESS:

WEBSITE:

CONTACT NAME (PLEASE PRINT)

TITLE (please print):

AUTHORIZED SIGNATURE:

HST REGISTRATION NO.:

NS WCB COVERAGE: YES

NO

* The proponent shall list and initial all addenda received during the period and shall take them into consideration when preparing their bid submission. A signed copy of each Addendum must be included with the bid submission. Failure to comply may be cause for rejection of bid submission. HALIFAX WATER RESERVES THE RIGHT TO REJECT ANY OR ALL SUBMISSIONS. THE LOWEST OR ANY SUBMISSION

WILL NOT NECESSARLIY BE ACCEPTED.

This tender will adhere to Halifax Water’s Standard Terms & Conditions. They can be found on our website at https://www.halifaxwater.ca/doing-business

Page 8: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Overview

Page 9: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation Section: 00 20 00 T04.2021 Page 1 Overview February 2021

2017

OVERVIEW This document is a Supplementary Specification to the Standard Specification for Municipal Services, developed by the Nova Scotia Roadbuilders - Consulting Engineers of Nova Scotia Joint Committee on Contract Documents. The Halifax Regional Water Commission (Halifax Water), in response to a need to standardize their specification practices, reduce review and approval time, and regulate the specifications produced by their consultants, have adopted the Standard Specification for Municipal Services. As an active member on the Joint Committee during the Standard Specification’s development, Halifax Water became familiar with, and contributed input to, the Standard Specification’s development. Whereas the Standard Specification is intended for both sewer and water projects throughout the province of Nova Scotia, Halifax Water’s concern is limited to water and wastewater systems within the limits of the Halifax Regional Municipality, additional specification requirements will be provided as supplementary specifications. These project documents have been prepared for use with and require being read in conjunction with the 2020 updated version of The Standard Specifications for Municipal Services as published by the Nova Scotia Roadbuilders – Consulting Engineers of Nova Scotia Joint Committee on Contract Documents. Copies of The Standard Specification for Municipal Services are available from:

The Joint Committee on Contract Documents 18 Laurier Street

Dartmouth, NS, B3A 2G7 Telephone (902) 233-9362

OR Email: [email protected].

*****End of Section 00 20 00*****

Page 10: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Information to Tenderers

Page 11: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation Section: 00 21 00 T04.2021 Page 1 Information to Tenderers February 2021

BRUCE STREET PUMP STATION RELOCATION CONTRACT NO. T04.2021

Owner: Halifax Regional Water Commission 450 Cowie Hill Road Halifax, Nova Scotia 1. Tender Submission .1 Submit completed Section 00 41 43 - Tender Form and

Section 00 43 00 - Supplementary Tender Information for above project electronically marked as follows:

TENDER

BRUCE STREET PUMP STATION RELOCATION

T04.2021 Closing at 2:00 p.m., Atlantic time, Tuesday, March 9th, 2021 and addressed to: Halifax Water Attn: Brent Hickman Procurement Services Email:[email protected] 2. Tender Opening .1 Tenders will be opened immediately after closing, at the

offices of the Halifax Regional Water Commission 450 Cowie Hill Road, Halifax, NS. Opening will not be public.

3. Document Deposit .1 Deposit for Project Documents is non-refundable. 4. Accuracy of Referencing .1 Indexing and cross-referencing are for convenience only. 5. Conditions of Tendering .1 Take full cognizance of content of all Contract Documents in

preparation of Tender. Refer to Section 00 41 43 – Tender Form, Subsection 3.10 for a complete list of Contract Documents.

6. Tenderers to Investigate .1 Tenderers will be deemed to have familiarized themselves

with existing site and working conditions and all other conditions which may affect performance of the Contract.

Page 12: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation Section: 00 21 00 T04.2021 Page 2 Information to Tenderers February 2021

No plea of ignorance of such conditions as a result of failure to make all necessary examinations will be accepted as a basis for any claims for extra compensation or an extension of time.

7. Clarification and Addenda .1 Notification of omissions, errors or ambiguities found in the

Contract Documents must be sent in writing not less than two (2) working days before Tender Closing to:

Brent Hickman, S.C.M.P. Procurement Officer Halifax Water [email protected] If it is deemed that correction, explanation or interpretation is

necessary, a written addendum will be issued and distributed through the Provincial Procurement Web Portal (novascotia.ca/tenders). All addenda will form part of the Contract Documents.

.2 Confirm that all addenda have been received. 8. Preparation of Tender .1 Complete Tender Form provided with Project Documents electronically. Tender all items and fill in all blanks. Have

corrections initialed by person signing Tender. 9. Taxes .1 Include all taxes except Harmonized Sales Tax in tender unit

prices. .2 The Contractor will indicate on each application for payment,

as a separate amount, the appropriate Harmonized Sales Tax the Owner is legally obliged to pay. This amount will be paid to the Contractor in addition to the amount certified for payment under the Contract.

10. Tender Security .1 Provide Tender Security in amount of 10% of the Estimated

Contract Price with Tender, in the form of a Certified Cheque or Money Order payable to the Owner, or a Bid Bond on CCDC Form 220.

11. Contract Security .1 Refer to Section 00 74 00 Supplementary Specifications,

GC11.2 – Contract Security.

Page 13: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation Section: 00 21 00 T04.2021 Page 3 Information to Tenderers February 2021

12. Insurance .1 Refer to Section 00 72 45 (General Conditions) subsection GC11.1 – Insurance and Section 00 73 00 (Supplementary General Conditions), for insurance required.

13. Agreement .1 Agreement is attached for information purposes only. 14. Return of Tender Security .1 Tender will be returned to:

.1 all except the three lowest acceptable Tenderers within 7 days of Tender Opening.

.2 two remaining unsuccessful Tenderers within 7 days of

date of the executed Agreement. .3 successful Tenderer following receipt by Owner of

executed Agreement, specified Contract Security, and Insurance documents.

15. Amendment or Withdrawal of Tender .1 Tenders may be amended or withdrawn by email to

[email protected] or facsimile at 902-490-1583.

.2 Amendment of individual unit prices is the only acceptable price amendment. Amendments shall not disclose either original or revised total price.

.3 Head amendment or withdrawal as follows:

“[Amendment]/[Withdrawal] of Tender for Bruce Street Pump Station Contract Number T04.2021”. Sign as required for Tender, and submit at address given for receipt of Tenders prior to time of Tender Closing.

16. Informal or Unbalanced Tenders .1 Tenders which in the opinion of the Owner are considered to

be informal or unbalanced may be rejected. 17. Right to Accept or Reject any Tender .1 Owner reserves right to accept or reject any or all Tenders,

including without limitation the lowest Tender, and to award the Contract to whomever OWNER in its sole and absolute discretion deems appropriate notwithstanding any custom of the trade nor anything contained in the Contract Documents or herein. OWNER shall not, under any circumstances, be

Page 14: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation Section: 00 21 00 T04.2021 Page 4 Information to Tenderers February 2021

responsible for any costs incurred by the Tenderer in preparing of its Tender.

Without limiting the generality of the foregoing, the OWNER

reserves the right, in its sole and absolute discretion, to accept or reject any Tender which in the view of the OWNER is incomplete, obscure, or irregular, which has erasures or corrections in the documents, which contains exceptions and variations, which omits one or more prices, which contains prices the OWNER consider unbalanced, or which is accompanied by a Bid Bond or Consent or Surety issued by a surety not acceptable to the OWNER.

Criteria which may be used by the OWNER in evaluating

tenders and awarding the Contract are in the OWNER’s sole and absolute discretion and, without limiting the generality of the foregoing, may include one or more of: price, total cost to OWNER; the amount of Nova Scotia content; the amount of Canadian content; reputation; claims history of Tenderer; qualifications and experience of the Tenderer and its personnel; quality of services and personnel proposed by the Tenderer; ability of the Tenderer to ensure continuous availability of qualified and experienced personnel; the Construction Schedule and Plan; the proposed Labour and Equipment; and the proposed Supervisory Staff.

Should the OWNER not receive any tender satisfactory to the

OWNER in its sole and absolute discretion, the OWNER reserves the right to re-tender the Project, or negotiate a contract for the whole or any part of the Project with anyone or more persons whatsoever, including one or more of the Tenderers.

18. Safety Certification .1 Upon award, the successful tenderer will provide a current

and valid Letter of Good Standing issued jointly by the Nova Scotia Construction Safety Association and the Province of Nova Scotia Department of Labour.

.2 Upon award, out of province companies will provide a

current and valid Letter of Good Standing from their province of origin or from a recognized Safety Association which utilizes an external audit element.

.3 Out of province companies may obtain a Letter of Good

Standing from the Nova Scotia Construction Safety

Page 15: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation Section: 00 21 00 T04.2021 Page 5 Information to Tenderers February 2021

Association upon submission of documentation verifying training and compliance with the NS OH&S Act and Regulations.

.4 In any event, out of province Tenderers will have to satisfy

the Nova Scotia Construction Safety Association in respect to their safety status prior to being awarded a contract.

19. Security Clearance .1 The successful tenderer must submit proof of security

background clearances for all staff proposing to work on the project.

.2 The HRWC reserves the right not to award the contract based

on the results of the security background clearance. 20. Workers’ Compensation Board .1 The Contractor shall provide to the Commission’s

representative a clearance certificate from the Nova Scotia Workers’ Compensation Board at the following project milestones:

.1 Prior to award of the contract. .2 Every month during the progress of the project. .3 Prior to release of Holdback. 21. Disruption to Existing Services .1 Tenderers are advised that disruption to existing water

services will have certain restrictions, and scheduling and sequencing requirements.

22. Tender Award .1 Award of the tender is contingent on project funding approval

from the Nova Scotia Utility Review Board. 23. Site Meeting .1 No Site meeting is scheduled to take place for this project. 24. Subsurface Investigation .1 A subsurface investigation has been carried out at the site of

the works. Subsurface investigation was carried out to determine the character of the sub-soil for design purposes. The report is being provided for information only and the Owner and Engineer assume no responsibility for this information.

Page 16: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation Section: 00 21 00 T04.2021 Page 6 Information to Tenderers February 2021

25. Covid-19 .1 Be advised that during COVID-19 pandemic, various travel restrictions and safety precautions have been implemented by the Nova Scotia and Canadian governments, as well as Halifax Water. Travel to, from and within Halifax Water facilities may be restricted during this time and will be subject to enhanced safety measures and procedures.

25. Existing Information .1 The following existing information is available for

information in Appendix C. .1 Drawings: Bruce Street Sewage Forcemain Upgrade by

CBCL Limited, dated January 18, 2003. .2 Report: “Geotechnical Investigation Report – Bruce

Street Pump Station – 9 Bruce Street, Dartmouth, NS” by Conquest Engineering dated June 10, 2020.

******End of Section 00 21 00*****

Page 17: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Tender Form

Page 18: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation Section: 00 41 43 T04.2021 Page 1 Tender Form February 2021

1. SALUTATION:

.1 To: Halifax Regional Water Commission

450 Cowie Hill Road, P.O. Box 8388 RP0 CSC,

Halifax, NS B3K 5M1

.2 For: Bruce Street Pump Station Relocation

Contract No. T04.2021

.3 From:

2. TENDERER DECLARES:

.1 That this tender was made without collusion or fraud. .2 That the proposed work was carefully examined. .3 That the Tenderer was familiar with local conditions.

.4 That Contract Documents and Addenda No. to inclusive were carefully examined.

.5 That all the above were taken into consideration in preparation of this Tender.

3. TENDERER AGREES:

.1 To enter into a contract to supply all labour, materials and equipment and to do all

work necessary to construct the Work as described and specified herein for the unit prices stated in Subsection 4 hereunder, Schedule of Quantities and Unit Prices.

.2 That the total tendered price shall be the sum of the products of the tendered unit

prices times the estimated quantities in Subsection 4 hereunder. .3 That this Tender is valid for acceptance for 90 days from the time of Tender Closing.

Page 19: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation Section: 00 41 43 T04.2021 Page 2 Tender Form February 2021

.4 That measurement and payment for items listed in Subsection 4 hereunder shall be in

accordance with corresponding items in Section 01 22 00 Measurement and Payment. .5 The value of the liquidated damages payable to the Owner for the duration of the

Period of Delay is $1,000.00 per day as detailed in Section 00 73 00 Supplementary Specifications, GC6.5.

.6 In addition to the information required to be submitted by Section 00 43 00, Halifax

Water may require further information to be provided within 7 days of request, which information may include: experience in similar work, work currently under contract, senior supervisory staff available for the project, equipment available for use on project, and financial resources.

.7 To execute in triplicate the Agreement and forward same together with the specified

contract security and insurance documents to the Owner within 14 days of written notice of award.

.8 That failure to enter into a formal contract and give specified insurance documents

and contract security within time required will constitute grounds for forfeiture of certified cheque or enforcement of bid bond.

.9 That if certified cheque is forfeited, Owner will retain difference in money between

amount of Tender and amount for which Owner legally contracts with another party to perform the Work and will refund balance, if any, to Tenderer.

.10 That the Contract Documents include:

.1 The 2020 updated version of the Standard Specifications for Municipal Services.

.2 Project Documents:

.1 00 20 00 Overview

.2 00 21 00 Information to Tenderers

.3 00 41 43 Tender Form

.4 00 43 00 Supplementary Tender Information

.5 00 53 43 Form of Agreement

.6 00 74 00 Supplementary Specifications

.7 01 00 00 General Requirements

.8 01 22 00 Measurement and Payment

.9 02 41 10 Demolition, Removals and Modifications

.10 26 05 00 Electrical General Requirements

.11 26 05 20 Wire and Box Connectors (0 – 1000V)

Page 20: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation Section: 00 41 43 T04.2021 Page 3 Tender Form February 2021

.12 26 05 21 Wires and Cables (0 – 1000V)

.13 26 05 28 Grounding – Secondary

.14 26 05 29 Fastenings and Supports

.15 26 05 31 Splitters, Junction Pull Boxes and Cabinets

.16 26 05 32 Outlet Boxes, Conduit Boxes and Fittings

.17 26 05 34 Conduits, Conduit Fastenings and Conduit Fittings

.18 26 05 44 Installation of Cables in Trenches and Ducts

.19 26 27 26 Wiring Devices

.20 26 28 14 Fuses – Low Voltage

.21 26 28 21 Moulded Case Circuit Breakers

.22 26 33 53 Uninterruptible Power Supply (UPS)

.23 26 43 13 Surge Protection Devices

.24 26 50 00 Lighting Equipment

.25 26 90 00 Primary Process Instrumentation Devices

.26 26 95 00 Process Control System Equipment

.27 33 32 11 Supplemental Standard Specification Wastewater Pump Station

.28 39 00 00 Standard Details

.29 Appendix A –Halifax Water Contractor Health and Safety Policy Forms

.30 Appendix B – Police Record Check

.31 Drawings

Drawing No. Drawing Name

000 Cover Sheet C01 Force Mains and Sewer Plan and Profile C02 Site Plans, Removals and Details C03 Civil Details C04 Pump Station Plan and Sections C05 Pump Station Details 1 C06 Pump Station Details 2 E01 Siteplan & Sections E02 SLD, Block Diagrams, I/O List, & Schedules E03 Schematics E04 Electrical Details 1 E05 Electrical Details 2

.3 Addenda as issued and as confirmed in subsection 2.4 of this section.

Page 21: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation Section: 00 41 43 T04.2021 Page 4 Tender Form February 2021

4. SCHEDULE OF QUANTITIES AND UNIT PRICES

Item No. Description Unit of

Measurement Estimated Quantity

Unit Price

$ Amount

1. Demolitions and Removals LS 1

2. Abandonment of 250mm Sanitary Sewer LS 1

3. Sanitary Sewer Gravity Pipe

.1 250mm dia. PVC DR35 m 4

.2 300mm dia. PVC DR35 m 110

4. Reconnection of Existing Sanitary Services Ea 2

5. 150mm dia. Twin Forcemain m 80

6. Connection to Existing Twin Forcemains L.S. 1

7. Sanitary Manholes

.1 1050mm dia. Precast Ea 2

.2 1050mm dia. Cast-in-Place Base Ea 1

.3 1050mm dia. Precast c/w Internal Drop Ea 1

4. 1050mm dia. Precast Overflow Ea 1

8. Street Construction

.1 Gravels .1 150mm thick Type 1 (Bruce Street)

m2 450

.2 300mm thick Type 2 (Bruce Street) m2 450

.3 200mm thick Type 1 (Portland Street) m2 170

Page 22: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation Section: 00 41 43 T04.2021 Page 5 Tender Form February 2021

Item No. Description Unit of

Measurement Estimated Quantity

Unit Price

$ Amount

.4 550mm thick Type 2 (Portland Street) m2 170

.2 Asphalt .1 50mm thick Type B-HF (Bruce Street)

m2 450

.2 40mm thick Type C-HF (Bruce Street) m2 720

.3 100mm thick Type B-HF Asphalt (Portland Street) m2 170

.4 50mm thick Type C-HF Asphalt (Portland Street) m2 320

.3 New Curb and Gutter m 7

9. New Lift Station L.S. 1

SCHEDULE OF QUANTITIES AND UNIT PRICES

SUMMARY

Total Tendered Price (Excluding HST) $

Add HST (15% of Total Tendered Price) $

Add Streets & Services Permit Fee * $ 10,000.00

Estimated Contract Price $

*The Streets & Services Permit Fee listed above is an estimate. Payment of this amount will be based on the actual fee (as determined by HRM) which may be higher or lower than the estimate. Contractors are to submit a separate invoice for the actual fee. The invoice is to state that the fee is exempt of tax and shall be accompanied by the payment receipt. This Fee excludes the refundable deposit which is the responsibility of the Contractor. Tenderer’s HST Registration No.

5. COMPLETION TIME

Page 23: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation Section: 00 41 43 T04.2021 Page 6 Tender Form February 2021

.1 Tenderer agrees to complete the Work within 30 weeks of the issuance of an order to start work. Halifax Water will issue an order to start work no later than May 3rd 2021 if not requested by the Contractor prior to this date.

Page 24: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation Section: 00 41 43 T04.2021 Page 7 Tender Form February 2021

6. SIGNATURE*

DATED THIS DAY OF , 2021. [Seal]

Name of Firm Tendering

Witness Signature of Signing Officer

Name and Title (printed)

Witness Signature of Signing Officer

Name and Title (printed)

Company Address

Telephone No.

Fax No.

*NOTE: Tenders submitted by or on behalf of any Corporation must be signed and sealed in the

name of such Corporation by a duly authorized officer or agent.

*****End of Section 00 41 43*****

Page 25: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Supplementary Tender Information

Page 26: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation Section: 00 43 00 T04.2021 Page 1 Supplementary Tender Information February 2021

1. This Section is required to be completed and submitted at the time of tendering with all information requested completed in full. Failure to submit the information requested in this Section will be cause for Halifax Water to treat your Tender as non-compliant.

2. Submit with Tender the following: .1 Name and address of the chartered Canadian bank or reputable financial institutions

to vouch for firm’s financial status. .2 Name and address of the company who has agreed to underwrite the bonds for

Performance and for Labour and Material Payment. .3 Name and address of the company who will underwrite the contract insurance

required. .4 Particulars of recent contracts successfully completed or progressing towards

completion. .5 A list of equipment to be used. .6 A list of project personnel. .7 A list of subcontractors. .8 A program of the work. 3. Submittals .1 Confirmation of Tenderer’s financial status. Name

Address

Contact Person Telephone

.2 Name and address of company who has agreed to underwrite the bonds for

Performance and for Labour and Material Payment. These bonds shall be issued by a duly licensed surety company authorized to transact the business of suretyship in the Province of Nova Scotia.

Page 27: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation Section: 00 43 00 T04.2021 Page 2 Supplementary Tender Information February 2021

Name

Address

Contact Person Telephone

.3 Name and address of company who has agreed to underwrite insurance, the type and

amount. This insurance shall be issued by a company having insurance adjusting representation in the Halifax metropolitan area.

Name

Address

Contact Person Telephone

Type of Insurance Amount

.4 Particulars of recent contracts. Furnish particulars of a minimum of three contracts

successfully carried out or in the process of being constructed. Projects listed shall be approximate in nature to the work being tendered for and be comparable or greater in size.

Authority Description Date Contract Value from to

Page 28: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation Section: 00 43 00 T04.2021 Page 3 Supplementary Tender Information February 2021

from to from to from to from to from to

.5 List of equipment to be used on this project.

.6 List of project personnel. Include below the names, qualifications and previous experience of those employees

who will be directly involved with the project. Include project engineer or manager, superintendent, foreman, and other senior staff.

Name Position Related Experience

Page 29: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation Section: 00 43 00 T04.2021 Page 4 Supplementary Tender Information February 2021

.7 List of Subcontractors Enter the name and address of each Subcontractor used in making up this Tender.

Only name one Subcontractor for each part of the Work to be sublet. Upon acceptance of a Tender by the Commission, the Contractor shall not substitute

another Subcontractor in place of the one named without the written approval from the Commission’s Representative.

Refer to Standard Specification Section 00 72 45 – General Conditions of the Civil

Work Contract, Subsection GC 3.8 – SUBCONTRACTORS AND SUPPLIERS. Subtrade Subcontractor Extent of Work Value of Work

Name and Address

Page 30: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation Section: 00 43 00 T04.2021 Page 5 Supplementary Tender Information February 2021

.8 Program of the Works Insert a brief description of the proposed method of operation and phasing to ensure

completion in the period set forth in Section – 00 41 43 – Tender Form, Subsection 5 – COMPLETION TIME.

*****End of Section 00 43 00*****

Page 31: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Form of Agreement

Page 32: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation Section: 00 53 43 T04.2021 Page 1 Form of Agreement February 2021

This Agreement made on the day of in the year 2021. BY AND BETWEEN

Halifax Regional Water Commission, 450 Cowie Hill Road, P.O. Box 8388 RP0 CSC Halifax, Nova Scotia B3K 5M1 hereinafter called the “Owner” and hereinafter called the “Contractor”. The Owner and the Contractor agree as follows: ARTICLE A1 – THE WORK The Contractor shall: .1 Perform the Work required by the Contract Documents for Bruce Street Pump Station Relocation located within the Halifax Regional Municipality for which the Agreement has been signed by the parties, and for which CBCL Limited

(Insert above the name of the Engineer)

is acting as and is hereinafter called the “Engineer” and .2 do and fulfill everything indicated by this Agreement, and .3 Tenderer agrees to complete the Work within 30 weeks of the issuance of an order

to start work. Halifax Water will issue an order to start work no later than May 3rd, 2021 if not requested by the Contractor prior to this date

Page 33: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation Section: 00 53 43 T04.2021 Page 2 Form of Agreement February 2021

ARTICLE A2 – AGREEMENTS AND AMENDMENTS The Contract supersedes all prior negotiations, representations or agreements, either

written or oral, relating in any manner to the work, including the bidding documents that are not expressly listed in Article 3 of the Agreement.

ARTICLE A3 – CONTRACT DOCUMENTS The following is an exact list of the Contract Documents referred to in subsection 1.1 of

this Agreement and as defined in subsection 2 of Section 00 71 00 DEFINITIONS. This list is subject to subsequent amendments in accordance with the provisions of the Contract Documents.

.1 2020 version of the Standard Specifications for Municipal Services. .2 Project Documents .1 00 20 00 Overview .2 00 21 00 Information to Tenderers .3 00 41 43 Tender Form .4 00 43 00 Supplementary Tender Information .5 00 53 43 Form of Agreement .6 00 74 00 Supplementary Specifications

.7 01 00 00 General Requirements

.8 01 22 00 Measurement and Payment

.9 02 41 10 Demolition, Removals and Modifications

.10 26 05 00 Electrical General Requirements

.11 26 05 20 Wire and Box Connectors (0 – 1000V)

.12 26 05 21 Wires and Cables (0 – 1000V)

.13 26 05 28 Grounding – Secondary

.14 26 05 29 Fastenings and Supports

.15 26 05 31 Splitters, Junction Pull Boxes and Cabinets

.16 26 05 32 Outlet Boxes, Conduit Boxes and Fittings

.17 26 05 34 Conduits, Conduit Fastenings and Conduit Fittings

.18 26 05 44 Installation of Cables in Trenches and Ducts

.19 26 27 26 Wiring Devices

.20 26 28 14 Fuses – Low Voltage

.21 26 28 21 Moulded Case Circuit Breakers

.22 26 33 53 Uninterruptible Power Supply (UPS)

.23 26 43 13 Surge Protection Devices

.24 26 50 00 Lighting Equipment

.25 26 90 00 Primary Process Instrumentation Devices

.26 26 95 00 Process Control System Equipment

.27 33 32 11 Supplemental Standard Specification Wastewater Pump Station

.28 39 00 00 Standard Details

.29 Appendix A –Halifax Water Contractor Health and Safety Policy Forms

.30 Appendix B – Police Record Check

Page 34: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation Section: 00 53 43 T04.2021 Page 3 Form of Agreement February 2021

.31 Drawings

Drawing No. Drawing Name

000 Cover Sheet C01 Force Mains and Sewer Plan and Profile C02 Site Plans, Removals and Details C03 Civil Details C04 Pump Station Plan and Sections C05 Pump Station Details 1 C06 Pump Station Details 2 E01 Siteplan & Sections E02 SLD, Block Diagrams, I/O List, & Schedules E03 Schematics E04 Electrical Details 1 E05 Electrical Details 2

.3 Addenda as issued and as confirmed. ARTICLE A4 – CONTRACT PRICE .1 The Estimated Contract Price is the sum of the products of the estimated quantities

multiplied by the appropriate Unit Prices in the Tender Form plus the amount of Harmonized Sales Tax.

.2 The Estimated Contract Price is $ .3 The amount shall be subject to adjustment as provided in the Contract Documents. .4 The Contract Price shall be the sum of the products of the actual final quantities that

are incorporated in, or made necessary by the Work, as confirmed by count and measurement, multiplied by the appropriate Unit Prices from the Tender Form together with any adjustments that are made in accordance with the provisions of the Contract Documents plus the amount of Harmonized Sales Tax.

ARTICLE A5 – PAYMENT .1 The Owner shall pay the Contractor in Canadian funds for the performance of the

Contract. .2 The Owner shall make monthly payments on account to the Contractor for the Work

performed, as certified by the Engineer, subject to a 10% holdback. .3 The amount of the monthly payments shall be calculated as follows:

Page 35: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation Section: 00 53 43 T04.2021 Page 4 Form of Agreement February 2021

.1 The quantity for each pay item on which actual work has been performed shall be measured.

.2 For each Unit Price item this quantity shall be multiplied by the applicable Unit

Price as provided in the Tender Form. .3 For each lump sum item, multiply the percent complete by the value of the lump

sum item. .4 The total value of work completed for the payment period shall be calculated

by adding the total of the products for all pay items from subsection 3.2 and 3.3 of this section.

.5 The amount of the monthly payment shall be determined by deducting the 10%

holdback and the total of all previous payments from the total value of such completed work as determined under subsection 3.4 of this section.

.6 To the amount calculated above, the Harmonized Tax will be added. .4 The last day of the payment period shall be the last Friday of the month.

.5 Upon Substantial Performance of the Work as certified by the Engineer the Owner shall pay to the Contractor the holdback monies then due in accordance with the provisions of Section 00 72 45 – General Conditions, subsection GC5.8 – PAYMENT OF HOLDBACK UPON SUBSTANTIAL PERFORMANCE OF THE WORK.

.6 Upon the issuance of the final certificate for payment, the Owner shall pay to the

Contractor the balance of monies then due in accordance with the provision of Section 00 72 45 – General Conditions, subsection GC5.10 – FINAL PAYMENT, subject to the provisions of GC5.8 – PAYMENT OF HOLDBACK UPON SUBSTANTIAL PERFORMANCE OF THE WORK.

.7 In the event of loss or damage occurring where payment becomes due under the

property and boiler insurance policies, payment shall be made to the Contractor in accordance with the provisions of Section 00 72 45 – General Conditions, subsection GC11.1 INSURANCE.

.8 If the Owner fails to make payments to the Contractor as they become due under the

terms of the Contract, interest shall be payable as follows: .1 The annual interest rate applicable to the contract is [7] % compounded semi-

annually. .2 Interest shall be calculated on the overdue balance from the due date.

Page 36: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation Section: 00 53 43 T04.2021 Page 5 Form of Agreement February 2021

.9 The Streets & Services Permit Fee listed in the Section 00 41 43 – Form of Tender, Section 4 is an estimate. Payment of this amount will be based on the actual fee (as determined by HRM) which may be higher or lower than the estimate. Contractors are to submit a separate invoice for the actual fee. The invoice is to state that the fee is tax exempt and shall be accompanied by the payment receipt.

ARTICLE A6 – RECEIPT OF AND ADDRESSES FOR NOTICES .1 Communications in writing between the parties or between them and the Engineer shall

be considered to have been received by the addressee on the date of delivery if delivered by hand to the individual, or to a member of the firm, or to an officer of the corporation for whom they are intended, or if sent by post or by facsimile, to have been delivered within five (5) working days of the date of the mailing, dispatch or of delivery to the company when addressed as follows:

.1 The Owner at 450 Cowie Hill Road, P.O. Box 8388 RP0 CSC, Halifax, Nova Scotia, B3K 5M1

.2 The Contractor at .3 The Engineer at ARTICLE A7 – QUANTITIES AND MEASUREMENT

.1 The quantities shown in Section 00 41 43 Tender Form – Schedule of Quantities and Unit Prices are estimated.

.2 Measurement for the actual quantities used to determine payments and Contract Price

shall be in accordance with Section 01 22 00 – Measurement and Payment. ARTICLE A8 – SUCCESSION

The aforesaid Contract Documents are to be read into and form part of the Agreement and the whole shall constitute the Contract between the parties and subject to law and the provisions of the Contract Documents shall ensure to the benefit of and be binding upon the parties hereto, their respective heirs, legal representatives, successors and assigns.

Page 37: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation Section: 00 53 43 T04.2021 Page 6 Form of Agreement February 2021

ARTICLE A9 – RIGHTS AND REMEDIES

.1 No action or failure to act by the Owner, Engineer, or Contractor shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing.

ARTICLE A10 – TIME Time shall be construed as being of the essence of the Contract. ARTICLE A11 – EXECUTION This Agreement may be executed in multiple counterparts, each of which shall be deemed

to be an original for all purposes. This Agreement may be executed by facsimile or reproductive signature and the Parties shall recognize such execution as valid and binding execution

(Where either the Halifax Regional Water Commission or Contractor calls for proof of

authority to execute this document, proof of such authority in the form of a certified copy of a resolution naming the person or persons in question as authorized to sign the Agreement for and on behalf of the corporation or partnership, parties to this Agreement, should be attached.)

Page 38: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation Section: 00 53 43 T04.2021 Page 7 Form of Agreement February 2021

In witness whereof the parties hereto have executed this Agreement and by the hands of their duly authorized representatives.

SIGNED, SEALED AND DELIVERED CONTRACTOR [Seal] in the presence of: company name witness signature of signing officer name and title (printed) witness signature of signing officer name and title (printed) HRWC [Seal] Halifax Regional Water Commission company name witness signature of signing officer name and title (printed) witness signature of signing officer name and title (printed)

*****End of Section 00 53 43*****

Page 39: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Supplementary Specifications

Page 40: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation

T04.2021 Section: 00 74 00

Page 1 Supplementary Specifications February 2021

INTENT .1 The Work of this Contract is to be constructed in accordance with the 2020 updated version

of the Standard Specifications for Municipal Services, as developed and published by the Nova Scotia Road Builders Association and Nova Scotia Consulting Engineers Association Joint Committee on Contract Documents, except as modified herein.

.2 These Supplementary Specifications modify the specification sections to which they refer. .3 The Supplementary Specifications take precedence over the specification to which they

refer. SECTION 00 21 00 – INFORMATION TO TENDERERS Delete in its entirety and replace with new section included in this document. SECTION 00 41 43 – TENDER FORM Delete in its entirety and replace with new section included in this document. SECTION 00 53 43 – FORM OF AGREEMENT Delete in its entirety and replace with new section included in this document. SECTION 00 71 00 - DEFINITIONS Add new definitions as follows: 28. SPECIALIST

CONTRACTOR .1 Specialist Contractor means a firm or person with whom the Owner has or will enter into a Contract or has placed or will place a purchase order for items or plant and equipment for incorporation in the Work.

SECTION 00 72 45 – GENERAL CONDITIONS GC 3.5 – CONSTRUCTION SCHEDULE Delete Subsections GC 3.5.1.1 and replace with the following:

Page 41: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation

T04.2021 Section: 00 74 00

Page 2 Supplementary Specifications February 2021

3.5.1.1 The Contractor shall prepare and submit to the Owner and the Consultant not later

than seven (7) days after receipt of the letter of authorization to proceed with the Work, a construction schedule that indicates the timing of the major activities of the Work and provides sufficient detail of the critical events and inter-relationship to demonstrate the Work will be performed in conformity with the Contract Time;

GC 5.4 – BASIS OF PAYMENT FOR COST PLUS WORK Add the following Subsections to GC 5.4: 5.4.1.1 The fee for Contractor’s overhead and profit shall be 10% of the cost of the work. 5.4.1.2 The cost for Contractor’s equipment shall be the current published Nova Scotia Road

Builders Association Suggested Rental Rates for Construction Equipment. These rates are assumed to include overhead and profit and thus the percentage amount indicated in 5.4.1.1 shall not apply

GC 5.7 – SUBSTANTIAL PERFORMANCE OF THE WORK Add the following Subsection to GC 5.7: 5.7.5 In addition to the requirements for Substantial Completion of the Work (see

definition 20) the successful completion of all testing and CCTV inspection relating to water, sanitary sewer, and storm sewer infrastructure must also be achieved in order for substantial completion of the work to be deemed achieved.

GC 5.8 – PAYMENT OF HOLDBACK UPON SUBSTANTIAL PERFORMANCE OF THE WORK Delete Subsection GC 5.8.4 and replace with the following: 5.8.4.1 Sixty (60) days after the issue by the Engineer of the Certificate of Substantial

Performance of the Works, provided that the Contractor has by then signed the Final Measure, and has provided the Engineer with the following documents:

.1 A statutory declaration to the effect that all expenses incurred by him in

carrying out the Contract have been paid and releasing the Owner from any and all further claims relating to the Contract.

.2 A certificate from a barrister stating that there are no Builders’ Liens filed

relating to the Contract Works.

Page 42: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation

T04.2021 Section: 00 74 00

Page 3 Supplementary Specifications February 2021

.3 A clearance certificate from the Nova Scotia Worker’s Compensation Board.

Then the Owner shall release to the Contractor seventy-five percent (75%) of the Holdback. If, however, the Final Measure is not signed within the sixty (60) days following the issue of the Certificate of Substantial Performance or if the Contractor has failed to provide the required documents as listed above, then the Owner shall release seventy-five percent (75%) of the Holdback within two (2) weeks following the date on which the Contractor meets these requirements.

5.8.4.2 The Owner will retain an amount equal to 25% of the Holdback as security and not

as holdback. The Owner will utilize this security towards rectification of deficiency or warranty items that have not been addressed prior to the end of the warranty period. The use of these security funds does not relieve the Contractor from any obligations or requirements identified in GC12 Warranty. Within 21 days of the one year anniversary date of Substantial Performance, the Owner will release to the Contractor all monies and surety still retained, less the amount of any funds utilized by the Owner to rectify deficiencies as noted above.

5.8.4.3 The Owner may retain out of the holdback amount, any sums required by law to

satisfy any liens against the Work or, if permitted by the lien legislation applicable to the Place of Work, other third party monetary claims against the Contractor which are enforceable against the Owner.

GC 6.5 – DELAYS Add the following Subsection to GC 6.5: 6.5.6 Notwithstanding the above subsections, time shall be construed as being of the

essence of the Contract. The date of expiring of the time allowed in accordance with the Contract for substantial performance of the Work shall be termed the Date for Completion. Should the Contractor fail to substantially perform the Work by the Date of Completion, the period of time from the Date for Completion to the date of Substantial Performance of the Work as determined by the Engineer, shall be termed the Period of Delay.

6.5.7 In the event of there being a Period of Delay, the Contractor shall be liable for and

shall pay to the Owner the cost of continuance of supervision during the Period of Delay, and all additional fees, disbursements and costs incurred by the Owner by reason of there being such period of delay. The said sum or sums in view of the difficulty of ascertaining the losses which the Owner may suffer by reason of delay in the performance of the said Works, is hereby agreed upon, fixed and determined

Page 43: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation

T04.2021 Section: 00 74 00

Page 4 Supplementary Specifications February 2021

by the parties hereto as liquidated damages that the Owner will suffer by reason of said delay and default and not as a penalty. The value of the liquidated damages shall be $1000.00 per day for the duration of the Period of Delay. The Owner may deduct the amount of such liquidated damaged from any monies payable to the Contractor under the Contract.

GC 9.1 – PROTECTION OF WORK AND PROPERTY Add the following Subsection to GC 9.1: 9.1.5 Replace any survey markers, monuments, and survey pins disturbed during

construction activities under the direction of a qualified provincial land surveyor. Include costs for these services in the Contract Price.

GC 10.2 – LAWS, NOTICES, PERMITS AND FEES Add the following Subsections to GC 10.2: 10.2.8 In addition to the permits required under GC 10.2.3, the Contractor shall obtain and

pay for permits related to sedimentation and erosion control approvals and temporary watercourse control and diversion approvals, as required to complete the work, from Nova Scotia Environment.

10.2.9 The Contractor shall obtain and pay for Watercourse Alteration permits, as required

to complete the work, from Nova Scotia Environment. Include the costs for these permits in the Contract Price.

10.2.10 The Contractor shall be responsible for providing any refundable deposits associated

with obtaining HRM Streets and Services Permits. GC 11.2 – CONTRACT SECURITY Delete Subsection GC 11.2 and replace with the following:

11.2.1 The Contractor shall provide to the Owner within fourteen (14) days of acceptance

of his Tender a Performance Bond and a Labour and Material Payment Bond each in the amount of 50% of the Estimated Contract Price, or alternatively, provide an unconditional irrevocable letter of credit for 100% of the Estimated Contract Price.

11.2.2 The bonds shall be issued by a duly licensed surety company authorized to transact a

business of suretyship in the Province of Nova Scotia and shall be maintained in good standing until the fulfillment of the Contract. The form of the bonds shall be in accordance with the latest edition of the CCDC approved bond forms.

Page 44: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation

T04.2021 Section: 00 74 00

Page 5 Supplementary Specifications February 2021

11.2.3 The letter of credit shall be issued by a chartered Canadian Bank and shall be valid

until the conditions of GC 5.8.4.1 are fulfilled. GC 12.3 – WARRANTY Delete Subsection GC 12.3.1 and replace with the following: 12.3.1 Except for extended warranties as described in paragraph 12.3.6, the warranty period

under the Contract is two (2) years from the date of Substantial Performance of the Work.

Add the following to Subsection GC 12.3: 12.3.7 The Contract requires an operational combination of several components comprising

the Work which are customarily guaranteed by their suppliers. Under the terms of this Contract, the Contractor shall provide a guarantee for the Works for a period of two (2) years following the date of continuous operation. The terms of the guarantee shall be as follows:

.1 Where failure or incipient failure of the material is apparent, the Contractor

shall actively commence repair or other remedy not more than twenty-four (24) hours after receiving due notice of trouble.

.2 If the Contractor on being notified does not for any reason commence repairs

within twenty-four (24) hours, the Owner shall have the right to have repairs made by others as necessary to restore or continue service. The cost of such repairs by others is to be borne by the Contractor. The Owner shall at all times inform or attempt to inform the Contractor before hiring others to effect any repairs and it shall be at all times the Contractor’s right to be informed as soon as possible of difficulties and proposed remedial action by others and to make or where practical to complete such repairs at any other time of the guarantee period in preference to others.

.3 The employment of some other person or persons for reasons set out shall in

no wise affect the Contractor’s obligations or liability hereunder or relieve him of the performance and fulfillment of any or all of his covenants, undertakings, obligations, or duties under the Contract.

.4 After the acceptance by the Engineer and during the guarantee period, the

burden of maintenance shall fall upon the Halifax Water as Owner. In the event of damage, failure or incipient failure of any part or parts directly attributable to inadequate or improper maintenance, the Contractor shall be

Page 45: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation

T04.2021 Section: 00 74 00

Page 6 Supplementary Specifications February 2021

responsible for remedial action but the cost of all such repairs will be reimbursed by the Owner.

.5 If the Contractor arranges that the manufacturer of some component or some

other party approved by the Engineer provide the guarantee on a sub-contract basis, he may designate the direct implementer of the guarantee as his agent under the Contract in which case due notice to the agent will be taken as due notice to the Contractor. This will be a matter for Contractor’s convenience only, and shall in no way affect the Contractor’s obligations and liabilities hereunder or relieve him from the performance and fulfillment of any or all of his covenants, undertakings, or duties under this Contract.

.6 In emergency situations the Owner reserves the right to make appropriate

repairs at the Contractor’s expense. .7 All work of repair or replacement carried out during the Warranty period shall

be maintained for a period of two (2) years from the date of the Owner’s acceptance of the work of repair or replacement notwithstanding that the Warranty period expires before the expiration of the said year. This requirement does not apply to normal operational maintenance, which will be carried out by the Owner.

After Section 12, add the following new Section: GC 13 – RIGHT-OF-WAYS AND EASEMENTS 13.1.1 The acquisition or obtaining of easements in respect of the lands comprising the Site

will be effected by the Owner. If the Contractor deems it advisable to acquire the right or rights to use, enjoy or occupy any additional or adjacent land or lands in order to facilitate the execution of the Work, he shall obtain such right or rights at his own expense and shall, at all times, indemnify and save harmless the Owner from any and all claims arising from the acquisition of such right or rights or the use, enjoyment or occupancy of such lands or land.

13.1.2 No building shall be constructed nor will any change in final grade be permitted on

Halifax Regional Water Commission easements. SECTION 01 10 00 – GENERAL REQUIREMENTS Delete Section 01 10 00 in its entirety and replace with new Section 01 00 00, attached.

Page 46: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation

T04.2021 Section: 00 74 00

Page 7 Supplementary Specifications February 2021

SECTION 01 22 00 – MEASUREMENT AND PAYMENT Delete Section 01 22 00 – Measurement and Payment in its entirety and replace with new Section 01 22 00, attached. SECTION 33 31 00 – WASTEWATER MAINS Delete in its entirety and replace with Halifax Water’s Section 33 31 00 found at https://www.halifaxwater.ca/halifax-water-specifications-forms with the following supplement: Add new subsection 2.10 as follows: 2.10 Check Valve

.1 Inline Check Valve: .1 Inline check valve suitable for municipal sewer applications and

compatible for installation with PVC inlet pipe. .1 Acceptable Product: Tideflex CheckMate UltraFlex Inline Check Valve or approved equal.

SECTION 32 12 16 – ASPHALT CONCRETE PAVING Delete Section 32 12 16 – Asphalt Concrete Paving and replace with Section S1 – Specification for Hot Mix Asphalt Concrete, C-2 Specification for Performance Graded Asphalt Binder, S-3 Asphaltic Concrete and Portland Cement Concrete (Planning/Profiling), and S-4 Pavement Markings as found on HRM’s website (https://www.halifax.ca/business/doing-business-halifax/procurement/terms-conditions )

SECTION 33 32 11 - WASTEWATER PUMP STATIONS Add new Section 33 32 11 – Wastewater Pumping Stations, attached. The following supplements apply: Delete clause 2.2.2 and replace with the following: .2 Pump characteristics:

.1 Duty point #1: 17.5 L/s (277 USgpm) flow and 14.3 m (47 ft) head

.2 Pump speed: 1750 (rpm) rated speed

.3 Inlet size: 100 mm diameter

.4 Outlet size: 100 mm diameter

.5 Pump motor power: 7.5 HP rated power

.6 Pump controlled on VFD: No

Page 47: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation

T04.2021 Section: 00 74 00

Page 8 Supplementary Specifications February 2021

.7 Pump model/Number: Flygt NP 3127 HT 489 SECTION 39 00 00 – STANDARD DETAILS

Delete in its entirety and replace with Halifax Water’s Section 39 00 00 found at https://www.halifaxwater.ca/halifax-water-specifications-forms NEW SECTIONS TO BE INCLUDED

The following new sections are included and form part of the Project Documents: SECTION 00 20 00 OVERVIEW SECTION 00 21 00 INFORMATION TO TENDERERS SECTION 00 41 43 TENDER FORM SECTION 00 43 00 SUPPLEMENTARY TENDER INFORMATION SECTION 00 53 43 FORM OF AGREEMENT SECTION 00 74 00 SUPPLEMENTARY SPECIFICATIONS SECTION 01 00 00 GENERAL REQUIREMENTS SECTION 01 22 00 MEASUREMENT AND PAYMENT SECTION 02 41 10 DEMOLITION, REMOVALS AND MODIFICATIONS SECTION 26 05 00 ELECTRICAL GENERAL REQUIREMENTS SECTION 26 05 20 WIRE AND BOX CONNECTORS (0 – 1000V) SECTION 26 05 21 WIRES AND CABLES (0 – 1000V) SECTION 26 05 28 GROUNDING – SECONDARY SECTION 26 05 29 FASTENINGS AND SUPPORTS SECTION 26 05 31 SPLITTERS, JUNCTION PULL BOXES AND CABINETS SECTION 26 05 32 OUTLET BOXES, CONDUIT BOXES AND FITTINGS SECTION 26 05 34 CONDUITS, CONDUIT FASTENINGS AND CONDUIT FITTINGS SECTION 26 05 44 INSTALLATION OF CABLES IN TRENCHES AND DUCTS SECTION 26 27 26 WIRING DEVICES SECTION 26 28 14 FUSES – LOW VOLTAGE SECTION 26 28 21 MOULDED CASE CIRCUIT BREAKERS SECTION 26 33 53 UNINTERRUPTIBLE POWER SUPPLY (UPS) SECTION 26 43 13 SURGE PROTECTION DEVICES SECTION 26 50 00 LIGHTING EQUIPMENT SECTION 26 90 00 PRIMARY PROCESS INSTRUMENTATION DEVICES SECTION 26 95 00 PROCESS CONTROL SYSTEM EQUIPMENT SECTION 33 32 11 SUPPLEMENTAL STANDARD SPECIFICATION WASTEWATER

PUMP STATION SECTION 39 00 00 STANDARD DRAWINGS

Page 48: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Bruce Street Pump Station Relocation

T04.2021 Section: 00 74 00

Page 9 Supplementary Specifications February 2021

APPENDIX A –HALIFAX WATER CONTRACTOR HEALTH AND SAFETY POLICY

FORMS APPENDIX B – POLICE RECORD CHECK

*****End of Section 00 74 00*****

Page 49: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water GENERAL REQUIREMENTS Section 01 00 00

Bruce Street Pump Page 1Station RelocationTender No. T04.2021 February 2021

PART 1 - GENERAL

1.1 GENERAL .1 The Work generally consists of the relocation of theDESCRIPTION OF THE Bruce Street Pumping Station from the north westWORK corner of the intersection of Portland Street and

Bruce Street to 9 Bruce Street, Dartmouth, NS. TheWork includes but is not neccessarily limited to thedemolition of the existing pumping station includingthe removal of overflow piping, overflow manholes,valve chamber, wet well, the removal and partialabandonment of existing sanitary piping, as well asthe salvage of select items from the existing pumpstation, and the reinstatement of the site; theconstruction of a new wastewater pumping stationcomplete with new wet well and valve chamber, pumpsand related piping, valves, as well as electricaland mechanical equipment. The Work also includes thesupply and installation of twin forcemains, sanitarysewer, and overflow piping as well as new manholes,new driveway, new electrical service, and provisionof maintaining sanitary flows and avoiding sewerbackups for the duration of the work.

.2 Commissioning of constructed works and the provisionof record information and O&M Manuals.

.3 Provision of environmental protection, whererequired.

.4 The Work includes traffic control as per HalifaxRegional Municipality requirements and themanagement of a safe work site.

.5 Protection of all existing utilities, includingnotification and coordination with all relevantutilities (including, but not limited to, HeritageGas, Nova Scotia Power, Bell Aliant, Eastlink,Halifax Water and the Halifax RegionalMunicipality), and obtaining all related approvals.

.6 The work includes obtaining approval and necessarypermits from appropriate authorities of the HalifaxRegional Municipality, including but notneccessarily limited to, a Street and ServicesPermit, and their associated costs.

Page 50: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water GENERAL REQUIREMENTS Section 01 00 00

Bruce Street Pump Page 2Station RelocationTender No. T04.2021 February 2021

1.1 GENERAL .7 The tender award is contingent on the approval fromDESCRIPTION OF THE the Halifax Water Board and the Nova Scotia UtilityWORK and Review Board. (Cont'd)

1.2 DRAWINGS .1 The whole of the work must agree in all particularswith the levels, measurements and details containedin the Drawings accompanying this Specification, andwith such other drawings or information as may fromtime to time be supplied by the Engineer, or may besupplied by the Contractor and reviewed by theEngineer.

1.3 SETTING OUT THE .1 Set out the Work. Before the Work of the ContractWORK starts, the Engineer will once only provide the data

for sufficient reference points to identify the Siteon the ground. Establish reference points on-site bya licensed surveyor at own cost. Maintain these,and/or re-establish points as required during theContract period.

1.4 ORIGINAL GROUND .1 Before commencing any work, agree to all levels ofELEVATIONS the original ground surface with the Engineer.

1.5 PROGRAM OF .1 As soon as it is practicable, in any case not laterWORKS AND WORK than two (2) weeks after the Award, submit to theSCHEDULES Engineer for review and approval, a program and

construction schedule showing the order ofprocedure, significant Contract dates, and method inwhich the Contractor proposes to carry out andcomplete the Works within time period required byContract Documents.

.2 Provide information regarding the implementation ofthe Works and of the Construction Equipment,temporary works, labour and construction crews whichthe Contractor intends to supply, use or constructas the case may be.

.3 Construction Schedule: standard "bar" type, showingcommencement, duration and completion of activitiesof all trades and suppliers involved.

Page 51: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water GENERAL REQUIREMENTS Section 01 00 00

Bruce Street Pump Page 3Station RelocationTender No. T04.2021 February 2021

1.5 PROGRAM OF .4 Construction Schedule is subject to review byWORKS AND WORK Engineer and will be revised and resubmitted asSCHEDULES directed. (Cont'd)

.5 Update schedules periodically and submit updatedConstruction Schedule in duplicate with each requestfor payment. Where work has fallen behind theoriginal schedule times, indicate methods proposedto correct such loss of time, to maintain the statedCompletion Time.

1.6 SEQUENCE OF .1 Plan to make all necessary provisions to maintainWORK flow and prevent sanitary system backup and/or

overflow. Maintain the existing pump station inoperation until the new system is fullycommissioned. The following description of thesequencing is provided herein for Contractorconsideration.

.2 Provide a sequencing plan and including timelinesand make every effort to complete the work withinthe proposed timeframe.

.3 The following is the general expected sequencing ofthe work:.1 Build the new pumping station, new twinforcemains, and new sewer, but do not complete theconnections to existing piping..2 Complete the connection of one new forcemain tothe existing forcemain. Use isolation within thevalve chamber to allow the old and new pump stationsto both operate with one forcemain each..3 Test and start-up the new station with cleanwater..4 After the new pump station is ready foroperation, complete connections of gravity sewers toexisting sewers on Bruce Street and Portland Streetand allow sewage to flow to the new pump station.Confirm new station is in good operation and obtainapproval from Halifax Water to proceed..5 Once pumping from the new station is confirmedand reliable, the second forcemain can be connectedto the existing forcemain. Confirm the new stationis in good operation with both forcemains connected.

Page 52: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water GENERAL REQUIREMENTS Section 01 00 00

Bruce Street Pump Page 4Station RelocationTender No. T04.2021 February 2021

1.6 SEQUENCE OF .3 (Cont'd)WORK .6 The old pump station and associated (Cont'd) infrastructure can be decommissioned and removed.

The old sewer on Bruce Street can be mostly removed;a short section of old sewer crossing above the newsewer and below the new forcemains will be filledwith flowable fill and abandoned.

.4 If temporary pumping is required, use pumper trucksat upstream sewer manholes or in wet wells to manageflows as required. Provide and pay for all costsassociated with the supply, installation andoperation of pumps, pumper trucks, controls, pipingsystems, and traffic control for the purpose ofbypassing the existing sanitary system forcompletion of the upgrades. Night work may beaccepted if the Contractor presents benefits ofworking at night that are accepted by Halifax Water.

1.7 PHOTOGRAPHS .1 Prior to commencement of the Works, the Engineer mayarrange for photographs to be taken of the site andthose properties adjacent to the site.

.2 Accompany Engineer during the taking of photographsto make any comments on the conditions of the siteor adjacent properties.

.3 Engineer will retain photographs, together with awritten report, on the condition of existing roads,sidewalks, trees, lawns, and adjacent properties asdetermined by mutual agreement as a record ofexisting conditions prior to the start of Work.

1.8 ASSISTANCE TO .1 During the continuance of the Contract, provideTHE ENGINEER AND necessary labour and tools to assist the EngineerTHE ENGINEER'S and the Engineer's Representative in measuring,REPRESENTATIVE checking, testing and examining the work for the

setting out and measurement of the Works, the costof all such being deemed to be covered by andincluded in the Contract Price.

Page 53: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water GENERAL REQUIREMENTS Section 01 00 00

Bruce Street Pump Page 5Station RelocationTender No. T04.2021 February 2021

1.9 SHOP DRAWINGS .1 Submit shop detail or working drawings andmanufacturer's data for all items requiringfabrication, on or off the Site, and for allproprietary equipment to the Engineer for reviewbefore any such items or equipment are incorporatedinto the Works. This review of Shop Drawings byEngineer is for the sole purpose of ascertainingconformance with the general design concept. Thisreview does not mean that Engineer approves thedetailed design inherent in the Shop Drawings,responsibility for which remains with the Contractorsubmitting them, and such review shall not relievethe Contractor of responsibility for errors oromissions in Shop Drawings or of responsibility formeeting all requirements of the Construction andContract Documents. The Contractor is responsiblefor dimensions to be confirmed and correlated at thejob site, for information that pertains solely tofabrication processes or to techniques ofconstruction and installation, and for co-ordinationof the work of all sub-trades.

.2 Submit electronic copies of all relevant shopdrawings to the Engineer in PDF format. Where it isnot practical to provide electronic copies and whereapproved by the Engineer, submit three (3) papercopies of shop drawings.

.3 Submit shop drawings with such promptness as not tocause delay in this work, or of the works of anySub-Contractors.

.4 The information submitted clearly show thedimensions, materials or construction, performance,finish, service and installation requirements andother characteristics in sufficient detail to permitthe Engineer to evaluate the suitability of thearticles for the use intended.

.5 Make corrections required by the Engineer as noted,and resubmit corrected copies to the Engineer forreview before fabrication.

.6 The Engineer will mark comments on one (1) copy ofeach drawing or document submitted and will returnthis as an electronic copy for the Contractor'spurposes.

Page 54: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water GENERAL REQUIREMENTS Section 01 00 00

Bruce Street Pump Page 6Station RelocationTender No. T04.2021 February 2021

1.9 SHOP DRAWINGS .7 The Engineer will not review shop drawings and other (Cont'd) material involving a large amount of work in those

instances where it is evident that the Contractorhas not used all the information contained in, orwhere such details are obviously not consistent withthe Contract Documents.

.8 Provide the section number of the specification witheach submitted shop drawing for the purpose ofidentification.

1.10 STANDARD .1 Reference has been made to certain Domestic,SPECIFICATIONS National and International Standard Specifications

throughout the various sections of the Specificationcontained herein. These Standard Specificationsshall be considered an integral part hereof andshall be read in conjunction with the Drawings andSpecifications as if they were reproduced herein.The Contractor shall therefore be completelyfamiliar with their contents and requirements. Thelatest editions of these Standard Specifications atthe time of tendering shall always govern.

1.11 NOISE AND .1 Operate construction equipment such that there is aVIBRATION minimum amount of noise and vibration.

.2 At the discretion of the Engineer, Contractorsworking for Halifax Water may be permitted night andweekend work if provision are followed in accordancewith HRM By-Law (N-200).

1.12 LIGHTING AND .1 Protect persons from injury and avoid propertyBARRICADES damage by providing barricades, construction signs,

torches, flushers, and guards as required during theprogress of the construction work. All materialpiles, equipment, plant or construction equipmentwhich may serve as obstructions shall be enclosed byfences or barricades and shall be protected byproper lights when the visibility is poor.

Page 55: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water GENERAL REQUIREMENTS Section 01 00 00

Bruce Street Pump Page 7Station RelocationTender No. T04.2021 February 2021

1.13 QUALITY .1 Provide Owner and Engineer with access to the Work,CONTROL AND TESTING and to locations where products to be incorporated

into the Work are being prepared.

.2 Cooperate with and assist Engineer in conductingnecessary tests.

.3 Notify Engineer in advance of requirements for testsand inspections.

.4 Arrange for inspections or tests by authoritiesother than the Engineer.

.5 Do not bury pipework and appurtenances or otherportions of the Work until Engineer has advised thatnecessary tests or inspections are completed.

.6 Engineer may order any buried work to be uncoveredfor examination. Defective work shall be repaired byContractor. If work was previously approved and nodefects are found, Owner will reimburse Contractor'scosts.

.7 Owner will appoint and pay for services of testinglaboratory except for:.1 Inspection and testing required by laws,ordinances, rules and regulations..2 Tests specified to be performed by Contractor..3 Inspection and testing performed exclusivelyfor convenience of Contractor..4 Testing, adjustment and balancing of mechanicaland electrical equipment systems.

.8 Arrange and pay for NSP inspection and service feesdirectly. Arrange all inspections and sericeentrance connections.

.9 Provide assistance, labour, and materials, as arenormally required for examining, testing andmeasuring the quality, weight, or quantity of anymaterial used and supply samples of materialrequired before incorporation into the Work fortesting as may be selected and as specified.

.10 Include costs for providing assistance and samplesfor testing and of performing or arranging tests inContract Price.

.11 Provide the Engineer with assistance for tests andinspections where required.

Page 56: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water GENERAL REQUIREMENTS Section 01 00 00

Bruce Street Pump Page 8Station RelocationTender No. T04.2021 February 2021

1.13 QUALITY .12 The Contractor shall have no claim against the OwnerCONTROL AND TESTING or the Engineer in respect of any financial loss (Cont'd) which may be suffered from the rejection of any

materials or equipment due to their failure to meetspecified test requirements, and the Contractorshall also bear the cost of remedying any defectssuch that the material or equipment will meet thespecified tests, or failing this, of removing thematerial or equipment from the Site. The decisiontorepair or replace materials and equipment whichhave failed to meet test requirements will be madethe Engineer.

1.14 UTILITIES AND .1 Where Work involves breaking into or connecting toEXISTING SERVICES existing services, carry out work at times directed

by governing authorities, with minimum ofdisturbance to pedestrian and vehicular traffic.

.2 Before commencing Work, establish location andextent of service lines in area of Work and notifyEngineer of findings.

.3 Submit schedule to and obtain approval from Engineerfor any shut-down or closure of active service orfacility. Adhere to approved schedule and providenotice to affected parties.

.4 Where unknown services are encountered, immediatelyadvise Engineer and confirm findings in writing.

.5 Protect existing utilities and obtain approvals asrequired, including notification and coordination,with all relevant utilities (including but notlimited to Heritage Gas, Nova Scotia Power, BellAliant, Eastlink, Halifax Water and Halifax RegionalMunicipality).

1.15 MAINTENANCE OF .1 During the Contract Period, maintain access to theSITE ACCESS site by the Works as required. Such access to be by

means of existing gravel or unmade roads, or otherexisting tracks wherever these are publicrights-of-way and private rights-of-way. In theabsence of suitable or convenient existing publicaccess, arrange for the use of private rights-of-wayor other means of access in accordance with theContract wherever required.

Page 57: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water GENERAL REQUIREMENTS Section 01 00 00

Bruce Street Pump Page 9Station RelocationTender No. T04.2021 February 2021

1.15 MAINTENANCE OF .2 Maintain access to and within the Site of the WorksSITE ACCESS to permit the execution of the work of the Contract (Cont'd) for own work and for other persons and traffic

properly entitles to such access.

.3 Provide temporary granular materials or rock asnecessary to maintain site access and facilitateconstruction. Finished gravels or geotextile damagedor contaminated during the execution of the workwill not be accepted.

.4 Wherever access over a public right-of-way mustnecessarily be denied because of the work of theContract, obtain, provide and maintain suitabledetours and provide sign-posts; all with theapproval and to the requirements of the authoritieshaving jurisdiction therein.

.5 A public trail passes through the site. Pay specialattention to this and maintain safe access andcontinuity of trail use throughout the Work.

1.16 TRAFFIC .1 Provide traffic control in accordance with TemporaryCONTROL Workplace Traffic Control Manual, latest edition, as

issued by the Nova Scotia Department ofTransportation and Infrastructure Renewal. A trafficcontrol plan is required for all Work performedwithin HRM and NSTIR rights-of- way. Contact HRMTraffic and Right of Way Services for trafficcontrol requirements.

.2 Traffic control and pedestrian management plansshall be submitted to HRM for approval prior tocommencement of the work. A traffic control plan andpedestrian management plan that does not include allof the required elements listed below will be foundincomplete, and returned for revision andre-submittal. Proposed street closures will requireadvanced approval from HRM and the Engineer.

Page 58: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water GENERAL REQUIREMENTS Section 01 00 00

Bruce Street Pump Page 10Station RelocationTender No. T04.2021 February 2021

1.16 TRAFFIC .2 (Cont'd)CONTROL .1 Submit traffic control plan for approval as a (Cont'd) part of the construction schedule submission as

specified in GC 3.5.1.1.Traffic control plan shallindicate construction methods allowing work withinrights-of-way to be completed efficiently andeffectively, while maintaining a safe and organizedmovement of vehicles around and through temporaryworkplaces and, as well, to protect workers andpedestrians from errant vehicles. Traffic controlplans to include details for controlling traffic atany signalized intersections and proposed lengthsand estimated duration of each diversion.Trafficcontrol plans to also indicate how vehicular accesswill be maintained for residents of the affectedstreets during construction..2 Submit a pedestrian management plan forapproval as a part of the construction schedulesubmission as specified in GC3.5.1.1. Pedestrianmanagement plan shall indicate construction methodsallowing work within rights-of-way to be completedefficiently and effectively, while maintaining asafe and organized movement of pedestrians aroundand through temporary workplaces and, as well, toprotect and pedestrians from errant vehicles.

.3 Prior to construction, the Contractor shall surveyall pavement markings. A plan showing the locationof existing pavement markings within the projectlimits is to be prepared and submitted to HRM forreview. All affected pavement markings are to bereinstated as per the submitted plan or as per anymodifications to the plan required by HRM TrafficServices.

.4 Provide trained and certified traffic controlpersonnel, signals, lights and other traffic controlmethods where required by jurisdictional authoritiesand where directed.

.5 Provide and maintain signs, delineators, barricades,and miscellaneous warning devices to indicateconstruction activities or other temporary orunusual conditions.

Page 59: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water GENERAL REQUIREMENTS Section 01 00 00

Bruce Street Pump Page 11Station RelocationTender No. T04.2021 February 2021

1.16 TRAFFIC .6 Refer to the latest edition of HRM's Traffic ControlCONTROL Manual Supplement for additional traffic control (Cont'd) requirements when working in the Halifax Regional

Municipality. This document can be found at:https://www.halifax.ca/sites/default/files/documents business/doing-business-halifax/Traffic_Control_Manual_Supplement- 2018.pdf.Should the Contractor wish to use more restrictivetraffic control measures, the Contractor shallsubmit a request for approval to HRM a minimum oftwo (2) weeks in advance of the proposed work.

.7 A full closure of streets will not be permittedunless approved in advance by HRM.

.8 All existing sidewalks must remain opened duringconstruction. If a sidewalk must be closed, theContractor shall submit a temporary sidewalk closureplan to HRM for approval.

.9 Maintain access to all adjacent properties.

.10 The Contractor shall be responsible for thedetermination and placement of all appropriatesignage.

.11 All costs associated with traffic and pedestrianmanagement, permitting and advertising will be borneby the Contractor.

.12 HRM retains the right to deny requests made by theContractor if such requests are not consideredappropriate by HRM.

1.17 HEALTH AND .1 Observe construction safety measures of ProvincialSAFETY Government, including but not limited to the

Occupational Health and Safety Act, Workers'Compensation Board and Municipal authority providedthat in any case of conflict or discrepancy the morestringent requirement shall apply.

.2 Store volatile waste in closed containers andremoved from premises daily.

Page 60: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water GENERAL REQUIREMENTS Section 01 00 00

Bruce Street Pump Page 12Station RelocationTender No. T04.2021 February 2021

1.17 HEALTH AND .3 WHMIS: Comply with requirements of WorkplaceSAFETY Hazardous Materials Information System (WHMIS) (Cont'd) regarding use, handling, storage, and disposal of

hazardous materials; and regarding labelling andprovision of material safety data sheets acceptableto Labour Canada and Health and Welfare Canada.

.4 Comply with traffic control safety measures asrequired by authorities having jurisdiction in thearea of the Work.

.5 The Contractor and subcontractors, as applicable,shall at all times, have in effect a Letter of GoodStanding of the Certificate of Recognition Programfrom the Nova Scotia Construction SafetyAssociation. The Letter of Good Standing shallindicate the Contractor's or the Sub-Contractor'scurrent standing falls into one of the followingcategories:.1 Certificate of Recognition.2 Audit Pending.3 In the Process

.6 Compliance with Section 5 (Contractor Health andSafety Policy) of Halifax Water's OccupationalHealth & Safety Manual is a project requirement.This document and related forms are included inAppendix A.

.7 Seven (7) days prior to the start of construction,the Contractor shall submit a Site Specific HazardAssessment, and copies of his Safe Work Practices,Utility Locates and Corporate Safety Policy toHalifax Water.

1.18 AS-BUILT .1 Record Drawings:INFORMATION .1 After award of Contract, Engineer will provide

a set of drawings for purpose of maintaining recorddrawings. Accurately and neatly record deviationsfrom Contract Documents caused by site conditionsand changes ordered by Engineer..2 Identify drawings as "Project Record Copy".Maintain in new condition and make available forinspection on site by Engineer..3 On completion of Work and prior to finalinspection, submit record documents to Engineer.

Page 61: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water GENERAL REQUIREMENTS Section 01 00 00

Bruce Street Pump Page 13Station RelocationTender No. T04.2021 February 2021

1.18 AS-BUILT .2 Maintain as-built record drawings on site as theINFORMATION work progresses for all aspects of the work. (Cont'd)

.3 Submit complete, as-built record drawings, as wellas any required survey information, to the Engineerwithin one (1) month after Substantial Performanceof the Work.

1.19 DAMAGE AND .1 Protect the Work and adjacent property from damageINJURY and injury in accordance with Section 00 72 45,

General Conditions, Part 9 - GC 9.1 PROTECTION OFWORK AND PROPERTY.

.2 Operate construction equipment such that there is aminimum amount of noise and vibration.

.3 Relocate survey markers, monuments, and survey pinsdisturbed during construction under the direction ofa qualified provincial land surveyor. Include costsin Contract Price.

.4 Provide a letter, from the utility affected, statingthat any services damaged during construction havebeen repaired to the utility company's approval.

1.20 ENVIRONMENTAL .1 Provide environmental protection in accordance withPROTECTION "Erosion and Sedimentation Control Handbook for

Construction Sites and Construction PracticesSpecifications" issued by the Nova Scotia Departmentof Environment.

.2 Control disposal or runoff of water containingsuspended materials or other harmful substances withuse of siltation fences, sedimentation ponds,sedimentation blanket, slope stabilization and thelike, all in accordance with required environmentalregulations and permits.

.3 Maintain temporary erosion and pollution controldevices installed under this Contract.

Page 62: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water GENERAL REQUIREMENTS Section 01 00 00

Bruce Street Pump Page 14Station RelocationTender No. T04.2021 February 2021

1.21 PUMPING AND .1 De-water excavations, remove accumulations of waterDRAINAGE from excavations prior to backfilling. Pump and

drain as necessary for the proper construction andinspection of the Works.

.2 The disposal of water drained or pumped shall be theresponsibility of the Contractor.

.3 Keep gutters, or make other satisfactory provisionsfor street drainage. Do not obstruct naturalwatercourses, roadside ditches and drainageculverts.

.4 Prevent flotation and flooding during constructionof the Work. Make good any damage to pipes orstructures caused by flotation and flooding at noextra cost to the Contract.

.5 Dispose of water drained or pumped such that theWork and adjacent properties are not damaged.

1.22 EXISTING .1 Do not operate valves, equipment, or other systemsSYSTEMS at the site of the Works. Should it become

necessary to operate or make connection to systems,do so only on the direct instruction of arepresentative of the Owner and carry out such workin accordance with the specific instructions of thesaid representative. When the construction workpasses under and/or in close proximity tounderground utility cables or utility poles, includein the contract price the cost for having arepresentative of the Owner present during the work.

.2 Do not operate valves, electrical and telephonecontrols on existing utility systems.

.3 Apply to the utility having jurisdiction forpermission to operate such systems if it becomesnecessary, and only operate such system inaccordance with, and in the presence of arepresentative of the utility company affected.

.4 Include an amount in the contract price to cover thecost of having a utility company representativepresent when the Work passes under or in closeproximity to underground cables, structures orutility poles.

Page 63: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water GENERAL REQUIREMENTS Section 01 00 00

Bruce Street Pump Page 15Station RelocationTender No. T04.2021 February 2021

1.22 EXISTING .5 Provide a letter from the utility affected statingSYSTEMS that any services damaged during construction have (Cont'd) been repaired to the utility company's approval.

1.23 WATER AND .1 The Owner will make electricity available forELECTRICITY FOR construction and testing purposes, for use in theCONSTRUCTION Works. Water is not available at the site. Pay for

and provide potable water as required for the Work.

1.24 TEMPORARY .1 Arrange and pay for temporary heat used duringHEATING construction and during equipment storage, including

cost of installation, fuel, operation, maintenanceand removal of equipment.

.2 Maintain temperatures of minimum 10°C and to theextent necessary to prevent condensation-formingconditions in areas where construction is inprogress and in areas where materials and equipmentare stored, unless indicated otherwise.

.3 Ventilate heated areas and keep building free ofexhaust or combustion gases.

1.25 POLICE RECORD .1 All Contractor personnel who will be working forCHECKS Halifax Water must obtain a "Police Record Check"

(PRC). Refer to Appendix B. PRC shall be in placeprior to an individual working on the project.

1.26 WEATHER .1 Do not perform work when the weather is unsuitable.CONDITIONS Do not place concrete, paving, or paint during

freezing weather or upon frozen material unlessapproved in writing by the Engineer. When work isperformed during freezing weather, provide necessarymeans for heating and all materials required in thework shall be heated. Do not use frozen materialsfor backfilling and embankment. If there is delay orinterruption in the work due to weather conditions,take the necessary precautions to bond new work toold.

Page 64: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water GENERAL REQUIREMENTS Section 01 00 00

Bruce Street Pump Page 16Station RelocationTender No. T04.2021 February 2021

1.27 FIRST AID .1 During the progress of the Works, provide andmaintain at all times and in easily accessiblepositions on the Works adequate first aid kits equalto those required by the Worker's Compensation Actfor the free use as necessary of all persons on theSite.

1.28 SANITATION .1 Provide and maintain, so long as any workers areemployed on the Works, adequate sanitaryconveniences for their use. Provide, maintain andremove sanitary conveniences in accordance with therequirements of all pertinent health regulations andto the approval of the Engineer.

1.29 MATERIALS AND .1 All equipment, materials and workmanship must be theWORKMANSHIP best of the respective kinds described in the

contract and in accordance with the Engineer'sinstructions and may be subjected from time to timeto such standard tests as the Engineer may direct atthe place of manufacture or fabrication or on theSite.

.2 Before ordering materials for incorporation into theWorks inform the Engineer of the source of thematerials, except as regards trifling andunimportant matters, no order for such materialsshall be given except with the authorization of theEngineer. Notwithstanding the fact that suchauthorization may have been given, the Engineer mayforbid the use of any such materials, if upondelivery, they are found to be defective orunsuitable for incorporation in the Works. TheContractor shall keep the Engineer fully advised ofthe orders and delivery dates of materials.

.3 All material and equipment required to beincorporated into the Work must be new and unused.Any material found during the progress of the workto have cracks, flaws, or other defects will berejected by the Engineer.

Page 65: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water GENERAL REQUIREMENTS Section 01 00 00

Bruce Street Pump Page 17Station RelocationTender No. T04.2021 February 2021

1.29 MATERIALS AND .4 Replace materials and equipment found defective inWORKMANSHIP manufacturer or damaged in handling after delivery (Cont'd) by the manufacturer. This includes the furnishing of

all materials and labour required for thereplacement of installed material and Equipmentdiscovered defective prior to the final acceptanceof the work.

1.30 HANDLING AND .1 All materials furnished by or to the Contractor mustSTORAGE be delivered and distributed at the Site by the

Contractor and will be loaded and unloaded so as toavoid shock or damage or dropping. If, however, anymaterial is damaged, the repair or replacement shallbe made by the Contractor in a manner approved bythe Engineer, at no additional cost to the Contract.

.2 Adequately store materials and equipment intendedfor the work, until it has been incorporated in thecompleted project. Storage of materials andequipment shall be in accordance with themanufacturer's recommendations. Keep interior ofpipe, fittings, and other accessories free from dirtand foreign matter at all times.

1.31 EQUIVALENTS .1 Where any particular brand of manufactured articleAND ALTERNATES is described or specified, it is to be regarded as a

standard, but another brand equally as good may beaccepted, at the discretion of the Engineer. If theContractor wishes to make a substitution after theContract has been awarded, make application, inwriting, otherwise the Contractor will be held tothe terms of the Specifications. No extra cost willbe allowed for approved equivalents.

.2 When the Owner is prepared to permit the use of abrand of manufactured article as an alternative toany specified brand of manufactured article eventhough such alternative may not be equivalent tothat specified, it may be used at the discretion ofthe Engineer but only after price adjustments havebeen negotiated and approved by the Engineer.

Page 66: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water GENERAL REQUIREMENTS Section 01 00 00

Bruce Street Pump Page 18Station RelocationTender No. T04.2021 February 2021

1.31 EQUIVALENTS .3 If the alternative requires modifications,AND ALTERNATES adjustments or additions to the specified works, (Cont'd) submit to the Engineer, drawings and specifications

for these modifications, adjustments or additions inthe same detail as presented in the Contract.Approval in principle by the Engineer of thesemodifications, adjustments or additions in no wayrelieves the Contractor of obligations orliabilities under the Contract to provide forfinished piece of work complete and operational inall essentials.

.4 No change or substitution can be made without thewritten consent of the Engineer.

.5 The Engineer will record the time required toevaluate equivalents and alternates proposed by theContractor including making changes to the ContractDocuments occasioned thereby. Whether or not theEngineer accepts a proposed substitute, reimbursethe Owner for the charges of the Engineer forevaluating any proposed substitute.

1.32 OPERATIONS AND .1 Provide the Owner before the issuance of theMAINTENANCE Certificate of Substantial Performance and beforeMANUALS the Owner takes over the works from the Contractor

unless otherwise directed by the Engineer inwriting, certificates from the manufacturers of theequipment incorporated into the Works (or from theiraccredited agents). Certificate to state that theirqualified representatives have tested the equipmentwhich they supplied and have found everything to besatisfactorily installed and in proper workingorder.

.2 Toward the completion of the Contract, the Engineerwill prepare for the Owner a Manual of Operationsand Maintenance. It will include details of allproprietary equipment incorporated into the Works.

Page 67: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water GENERAL REQUIREMENTS Section 01 00 00

Bruce Street Pump Page 19Station RelocationTender No. T04.2021 February 2021

1.32 OPERATIONS AND .3 Fifteen (15) days before Substantial PerformanceMAINTENANCE provide for this purpose four (4) copies of allMANUALS manufacturer's literature pertaining to such (Cont'd) equipment and which shall include descriptions,

drawings, specifications, assembly, wiring or otherdiagrams, material lists, parts lists, installation,operating and maintenance instructions, names andaddresses of the manufacturer's local or nearestagency, and like information.

.4 Provide four (4) sets of operations, installationand maintenance information for process equipment,mechanical systems, instrumentation systems,electrical power systems and heating and ventilationsystems. Provide two (2) of the sets to the Engineernot less than six (6) weeks prior to commissioning.Obtain additional copies of installation andstart-up instructions as required at no additionalexpense to the Contract.

.5 All such material must be new material. Photocopiesof literature provided by manufacturers will not beaccepted. Drawings to be unfolded and page sizepapers shall be unperforated at the binding edge ifpossible.

1.33 GUARANTEE .1 The Contractor requires an operational combinationof several components comprising the Works which arecustomarily guaranteed by their suppliers. Underthis Contract, however, provide a guarantee for theWorks for a period of two (2) years following theDate of Substantial Performance. The terms of theGuarantee are as follows:.1 Where failure or incipient failure of thematerial is apparent, the Contractor must activelycommence repair or other remedy not more thantwenty-four (24) hours after receiving due notice oftrouble.

Page 68: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water GENERAL REQUIREMENTS Section 01 00 00

Bruce Street Pump Page 20Station RelocationTender No. T04.2021 February 2021

1.33 GUARANTEE .1 (Cont'd) (Cont'd) .2 If the Contractor, on being notified, does not

for any reason commence repairs within twenty-four(24) hours, the Owner shall have the right to haverepairs made by others as necessary to restore orcontinue service. The cost of such repairs by othersshall be borne by the Contractor. The Owner will atall times inform or attempt to inform the Contractorbefore hiring others to effect any repairs. Itshall, at all times, be the Contractor's right to beinformed as soon as possible of difficulties andproposed remedial action by others, to make or wherepractical to complete such repairs at any other timeof the guarantee period in preference to others..3 The employment of some other person or personsfor reasons set out shall in no wise affect theContractor's obligation or liability hereunder orrelieve the Contractor of the performance andfulfilment of any or all covenants, undertakings,obligations, or duties under the Contract..4 After the acceptance by the Engineer and duringthe guarantee period, the burden of maintenanceshall fall upon the Owner. In the event of damage,failure or incipient failure of any part or partsdirectly attributable to inadequate or impropermaintenance, the Contractor shall be responsible forremedial action but the cost of all such repairswill be reimbursed by the Owner..5 If the Contractor arranges that themanufacturer of some component, or some other partyapproved by the Engineer, provide the guarantee ashis agent under the Contract, then due notice to theAgent will be taken as due notice to the Contractor.This will be a matter for Contractor's convenienceonly, and shall in no wise affect the Contractor'sobligations and liabilities hereunder or relieve theContractor from the performance and fulfilment ofany or all of his covenants, undertakings, or dutiesunder this Contract.

1.34 SITE TO BE .1 Keep work, property, road surfaces, etc., inCLEAN vicinity of the Works and in areas where

Contractor's trucks will travel, in a clean andorderly condition, free from dirt, dust, snow, ice,rubbish, etc. at all times during the progress ofthe work.

Page 69: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water GENERAL REQUIREMENTS Section 01 00 00

Bruce Street Pump Page 21Station RelocationTender No. T04.2021 February 2021

1.34 SITE TO BE .2 Maintain trucks so that no spillage will occur.CLEAN Before leaving the Site, trim loads and free wheels (Cont'd) of accumulations of soil.

.3 Keep Site free from accumulations of waste materialand rubbish to prevent an unsightly or hazardouscondition. On the completion of the Works clear awayand remove from the Site all Construction Equipment,surplus materials, rubbish and temporary works ofevery kind and leave the whole of the Site and worksclean in a workmanlike condition to the approval ofthe Engineer.

.4 Do not dispose of volatile fluid wastes (such asmineral spirits, oil, or paint thinner) in storm orsanitary sewer systems or into streams or waterways.

.5 Dispose of debris and waste materials in accordancewith the latest regulations respecting Solid WasteResource Management issued by Nova ScotiaEnvironment, at no additional cost to the Contract.

1.35 DEMONSTRATION .1 Demonstrate scheduled operation and maintenance ofAND TRAINING equipment and systems to Owner's personnel two (2)

weeks prior to Date of Substantial Performance.

.2 Owner will provide list of personnel to receiveinstructions, and will coordinate their attendanceat agreed-upon times.

.3 When specified in individual Sections, requiremanufacturer to provide authorized representative todemonstrate operation of equipment and systems,instruct Owner's personnel, and provide writtenreport that demonstration and instructions have beencompleted.

.4 Provide copies of completed operation andmaintenance manuals for use in demonstrations andinstructions.

.5 Demonstrate start-up, operation, control,adjustment, trouble-shooting, servicing, andmaintenance of each item of equipment at agreed upontimes.

Page 70: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water GENERAL REQUIREMENTS Section 01 00 00

Bruce Street Pump Page 22Station RelocationTender No. T04.2021 February 2021

1.35 DEMONSTRATION .6 Instruct personnel in all phases of operation andAND TRAINING maintenance using operation and maintenance manuals (Cont'd) as the basis of instruction.

.7 Review contents of manual in detail to explain allaspects of operation and maintenance.

.8 Prepare and insert additional data in operations andmaintenance manuals when the need for additionaldata becomes apparent during instructions.

1.36 PROJECT .1 Documents:CLOSEOUT .1 Collect reviewed submittals and assemble

documents executed by Subcontractors, suppliers, andmanufacturers..2 Submit material prior to final Application forPayment..3 Provide warranties fully executed andnotarized..4 Execute transition of Performance, and Labourand Materials Payment Bond to Warranty Periodrequirements..5 Submit a final statement of accounting givingtotal adjusted Contract Price, previous payments,and monies remaining due..6 Engineer will issue a final change orderreflecting approved adjustments to Contract Pricenot previously made.

.2 Inspection/Takeover Procedures:.1 Prior to application for certificate ofSubstantial Performance, carefully inspect the Workand ensure it is complete, that major and minorconstruction deficiencies are complete, defects arecorrected and building is clean and in condition foroccupancy. Notify Engineer in writing, ofsatisfactory completion of the Work and request aninspection..2 During Engineer inspection, a list ofdeficiencies and defects will be tabulated. Correctsame..3 When Engineer considers deficiencies anddefects have been corrected and it appearsrequirements of Contract have been performed, makeapplication for certificate of SubstantialPerformance.

Page 71: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water GENERAL REQUIREMENTS Section 01 00 00

Bruce Street Pump Page 23Station RelocationTender No. T04.2021 February 2021

1.37 COMMISSIONING .1 Submittals:.1 Verification of the performance of the stationwill be done by means of a commissioning process.Four (4) weeks prior to commissioning, providecommissioning plan including schedule of allcommissioning-related activities as specified inindividual sections..2 Prior to start of Work, submit name ofEquipment Supplier's personnel proposed to performservices. Submit documentation to confirm personnelcompliance with quality assurance provision..3 Commissioning services shall be as describedherein and as specified in the individualspecification sections.

.2 Commissioning Plan to consist of:.1 Details regarding the roles andresponsibilities of the design/construction teamduring all phases of commissioning..2 Documentation defining design assumptions andperformance standards of proposed systems..3 Description of systems, intended operation andperformance details..4 Static testing and verification procedures..5 Functional performance testing procedures..6 Documentation requirements for test results..7 Seasonal or deferred commissioning..8 Training plan for operators..9 Preparation of the Interim and FinalCommissioning Reports..10 SCADA tag named.

.3 Contractor's responsibilities:.1 Contractor prepares commissioning plan andmanages commissioning..2 Confirms subcontractors carry out applicabletests, procedures prior to Engineer's review..3 Arranges for walk through and commissioningreports, procedures and demonstration, after workhas been reviewed, tested and commissioned..4 Arranges for training sessions and schedule,including preparation and distribution of materials..5 Performs and documents all preliminary tests,assembles manuals of completed test forms andverification forms..6 Performs component start-up and testing withmanufacturers..7 Manages installation of the systems..8 Performs system start-up and testing.

Page 72: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water GENERAL REQUIREMENTS Section 01 00 00

Bruce Street Pump Page 24Station RelocationTender No. T04.2021 February 2021

1.37 COMMISSIONING .3 (Cont'd) (Cont'd) .9 Is responsible for filling out the

commissioning data sheets and test forms/manual..10 Provides training and instruction and preparesOperating and Maintenance Manual for presentation tothe operating and maintenance personnel..11 Is present for operation of system throughtests with Engineer and Owner..12 Obtains all code-required inspections andcertifications and approvals..13 Prepares record drawings..14 Obtains and submit all warranties to Engineer..15 Organizes and submits Operating and MaintenanceManual from the subcontractors, suppliers andmanufacturers to Engineer..16 Assembles and delivers all spare parts andspecial tools.

.4 Engineer's responsibilities:.1 Inspect installation..2 Certify completion of Contractor'scommissioning..3 Receive all test reports from the Contractorand verify results..4 Participate in the equipment start-up testingconducted by the Contractor and verify results..5 Review shop drawings..6 Communicate apparent deviations from thespecifications..7 Review the equipment operating and maintenancemanuals prepared by the Contractor..8 Participate in the performance testing process..9 Review the Record Drawings.

.5 Owner's responsibilities:.1 The Owner's specific duties include makingstaff available at appointed times for training bymanufacturer's representatives and providing labourto conduct work within existing facilities that isnot included in this Contract.

.6 Commissioning meetings:

Page 73: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water GENERAL REQUIREMENTS Section 01 00 00

Bruce Street Pump Page 25Station RelocationTender No. T04.2021 February 2021

1.37 COMMISSIONING .6 (Cont'd) (Cont'd) .1 All parties must participate in routine (every

two weeks) on-site meetings, specific commissioningmeetings throughout the period that commissioning istaking place or being planned. Commissioningmeetings will be coordinated and chaired by theContractor. The Contractor shall take minutes anddistribute minutes within five (5) working days ofthe subject meeting. The Contractor shall update andcirculate the updated commissioning schedule one (1)working day prior to commissioning meetings.

.7 The Contractor, Engineer and Owner will worktogether in a concerted effort to fully commissionall systems in an organized manner and in a mannerthat will allow all to carry out their ownobligations fully.

.8 General:.1 The Commissioning Objectives are:

.1 To bring the process, mechanical,electrical and other systems and componentsfrom a state of "static completion" to a stateof "dynamic operation"..2 To verify conformance to ContractRequirements..3 To confirm the equipment meets the designintent of the Specifications and function inaccordance with defined operationalrequirements..4 To confirm the completed facility meetsuser stated requirements..5 To provide all testing documents,certification and records..6 To fully train and equip personnel tooperate, maintain and trouble shoot allsystems.

END

Page 74: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water MEASUREMENT AND Section 01 22 00 Bruce Street PAYMENT Page 1 Pump Station Relocation Contract No. T04.2021 February 2021

PART 1 - GENERAL 1. Unit prices for all items in the Schedule of Quantities and Unit

Prices are full compensation for the work necessary to complete each item in the contract and in combination for all work necessary to complete the Work as a whole.

2. For all items as applicable include all of the following as required

where individual quantities are not provided in the Tender Form: traffic control; location of inground services by external utilities and coordination of work by external utilities (Water, Electrical, Gas, etc.); environmental protection and monitoring; protection of existing trees; clearing; grubbing; protection and support of watermain and all other utilities and services; common excavation; shoring; dewatering; backfilling; bedding; compaction; disposal of surplus materials; fittings; tees; bends; valves; protective coatings; marker tape; anodes; connections to existing systems; connection to existing manholes; protection of existing infrastructure; reinstatement of curbs, sidewalks, grading, topsoil, and sodding; reinstatement of all disturbed surfaces with matching materials and thicknesses; testing; pipe cleaning; disinfection; marker stakes; recording as-constructed features; CCTV inspection; and all incidentals.

3. The unit and lump sum prices for all items in the Form of Tender

"Schedule of Quantities and Unit Prices" shall include the cost for furnishing all materials, labour, tools, and equipment necessary to complete the work in accordance with the Contract, the Drawings and Specification, and shall cover all costs of surety, insurance mobilization, remobilization permits, coordination with Owner and/or other contractors on-site, assistance to the Consultant, site offices and other general costs. Each item shall include for all necessary supervision, labour, materials, plant and services, security provisions, survey and all operations and allowances customary and necessary to complete each item and the Contract as a whole notwithstanding the fact that not every such necessary operation is mentioned or included specifically for measurement.

4. All measurement shall be along a horizontal plane unless otherwise

indicated. 5. The numbers of items described below correspond to the numbers of the

items in Section 00 41 43, subsection 4, Schedule of Quantities and Unit Prices.

6. Provisional items shall mean that the unit price as tendered shall be

included in the estimated Contract Price and that the Owner reserves the right to delete all or portions of this item from the estimated Contract Price.

Page 75: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water MEASUREMENT AND Section 01 22 00 Bruce Street PAYMENT Page 2 Pump Station Relocation Contract No. T04.2021 February 2021

PART 2 – ITEMS 1. Demolitions and Removals Unit of Measurement: Lump Sum (L.S.) This item includes: the demolition and off-site disposal of the

existing pumping station, valve chamber, and all associated piping, sewers, overflows, structures, electrical, controls and equipment as identified for removal on the Project Drawings. This item also includes stabilizing structures and the grouting of pipe to remain and turnover of select items identified in Section 02 41 10. This item also includes the removal of a portion of the wet well and abandonment of the rest of the structure as specified in Section 02 41 10.

2. Abandonment of 250mm Sanitary Sewer

Unit of Measurement: Lump Sum (L.S.)

This item includes: locating, filling with flowable fill, and capping the existing sanitary sewer where shown on the Project Drawings.

3. Sanitary Sewer Gravity Pipe

Unit of Measurement: metre (m)

Method of Measurement: along the centreline of pipe through manholes.

This item includes: supply and installation of sanitary pipe complete with all fittings and appurtenances.

4. Reconnection of Existing Sanitary Services Unit of Measurement: Each (Ea) This item includes: locating the existing services, disconnection from the old main and connection to the new main complete with all fittings.

5. 150mm Diameter Twin Forcemain

Unit of Measurement: metre (m)

Method of Measurement: along the centreline of twin pipes through structures.

This item includes: supply and installation of pipes complete with all fittings and appurtenances.

6. Connection to Existing Twin Forcemains

Unit of Measurement: Lump Sum (L.S.) This item includes: locating existing forcemain, supply and installation of all pipe, fittings, valves, couplings, and appurtenance as shown on the Project Drawings. This item also includes: isolation of existing system and any required coordination, sequencing and phasing as required or as directed by the Engineer or

Page 76: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water MEASUREMENT AND Section 01 22 00 Bruce Street PAYMENT Page 3 Pump Station Relocation Contract No. T04.2021 February 2021

Owner. 7. Sanitary Manholes

.1 1050mm Diameter Precast

Unit of Measurement: Each (Ea) This item includes: supply and installation of precast concrete manhole complete with frame, cover, benching, grout and adjustment to grade.

.2 1050mm Diameter Cast-in-Place Base

Unit of Measurement: Each (Ea) This item includes: supply and installation of manhole, complete with frame, cover, grout, benching, adjustment to grade, formwork, and reinforcement.

.3 1050mm Diameter Precast complete with Internal Drop

Unit of Measurement: Each (Ea) This item includes: supply and installation of precast concrete manhole complete with frame, cover, grout, benching, internal drop structure, and adjustment to grade.

.4 1050mm Diameter Precast Overflow

Unit of Measurement: Each (Ea) This item includes: supply and installation of precast concrete manhole complete with frame, cover, grout, check valve, and adjustment to grade.

8. Roadway Construction

.1 Gravels Unit of Measurement: square metre (m2)

Method of Measurement: slope measure of indicated area at specified mean depth.

This item includes: supply, placement and compaction of gravels to the lines and elevations indicated on the Project Drawings.

Page 77: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water MEASUREMENT AND Section 01 22 00 Bruce Street PAYMENT Page 4 Pump Station Relocation Contract No. T04.2021 February 2021

END

.2 Asphalt

Unit of Measurement: square metre (m2)

Method of Measurement: slope measure of indicated area at specified mean depth.

This item includes: milling, removal, and off Site disposal of milled asphalt; supply, placement and compaction of asphalt to the lines and elevations indicated on the Project Drawings. .3 New Curb and Gutter

Unit of Measurement: metre (m)

Method of Measurement: along the top face of curb through curb cuts.

This item includes: supply and installation of concrete curb complete with formwork and reinforcement.

9. New Lift Station

Unit of Measurement: Lump Sum (L.S.) This item includes: supply and installation of a new sewage pumping station complete with wet well valve chamber, pumps, mechanical equipment, electrical equipment, and instrumentation devices all as shown on the Project Drawings and as specified herein. This item also includes all necessary grading, topsoil, sodding, grubbing, clearing, excavation, reinstatement, gravels, paving of driveway, bollards, start-up and commissioning, electrical ductbank, and coordination with NSP.

Page 78: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water DEMOLITION, Section 02 41 10 Bruce Street Pump REMOVALS AND Page 1 Station Relocation MODIFICATIONS Tender No. T04.2021 February 2021

PART 1 - GENERAL

1.1 WORK INCLUDED

.1 This section specifies the requirements for furnishing all materials, labour, tools and equipment and performing all operations necessary to complete the removals and relocations to the existing pump station. The work generally includes, but is not limited to the removal of equipment, chamber, piping, valves, supports, electrical equipment and other equipment as indicated on the drawings.

.2 The Work also includes the removal and turn

over to the Owner of select items including but not necessarily limited to a flow meter and submersible pumps.

1.2 RELATED WORK

.1 Electrical: Division 26

1.3 REFERENCES

.1 Canadian Standards Association (CSA). .1 CSA S350-M1980 (R2003), Code of Practice for Safety in Demolition of Structures.

.2 National Building Code of Canada, Division B, Part 8.

1.4 EXISTING CONDITIONS

.1 Items to be demolished or removed are to be based on their existing conditions.

1.5 PROTECTION

.1 Prevent movement, settlement or damage of adjacent structures and services. Provide bracing and shoring as required. Repair damage caused by demolition as directed by the Engineer.

.2 Support affected structures and, if safety of

structure being demolished or adjacent structures or services appears to be endangered, cease operations and notify the Engineer.

.3 Protect existing items designated to for

Page 79: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water DEMOLITION, Section 02 41 10 Bruce Street Pump REMOVALS AND Page 2 Station Relocation MODIFICATIONS Tender No. T04.2021 February 2021

salvage and turn over to the Owner. In event of damage to such items, immediately replace or make repairs to approval of the Engineer and at no additional cost to the Contract.

.4 Keep noise, dust and inconvenience to

occupants and neighbors to a minimum. .5 Provide temporary dust screens, covers and

other protection as required. Refer to Section 01 00 00.

.6 Prevent debris from blocking surface drainage. .7 Do not allow demolition work to adversely

affect adjacent watercourses, groundwater and wildlife, or contribute to excess air and noise pollution. If demolition affects above areas in the opinion of the Engineer remediate affected areas at no cost to the Contract.

.8 Fires and burning of waste or materials is not

permitted on site. .9 Do not bury waste or materials on site. .10 Prevent extraneous materials from

contaminating air beyond application area, by providing temporary enclosures during demolition work.

.11 Cover or wet down dry materials and waste to

prevent blowing dust and debris. .12 Protect trees, plants and foliage on site and

adjacent properties.

1.6 REGULATORY REQUIREMENTS

.1 Perform demolition work in compliance with applicable Federal, Provincial and Municipal Regulations and CSA S350.

PART 2 - PRODUCTS

2.1 NOT USED

.1 Not applicable.

Page 80: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water DEMOLITION, Section 02 41 10 Bruce Street Pump REMOVALS AND Page 3 Station Relocation MODIFICATIONS Tender No. T04.2021 February 2021

PART 3 - EXECUTION

3.1 PREPARATION

.1 Inspect site with Engineer and verify extent and location of items designated for removal, disposal, recycling, salvage, and relocation.

.2 Locate and protect utilities. Preserve active

utilities traversing site in operating condition.

.3 Disconnect and remove all existing services.

Disconnect and remove all conduit and wiring back to source.

.4 Shut off, disconnect and cap mechanical and

electrical services where applicable. .5 Notify and obtain approval of Owner before

starting removals. .6 Include any and all charges associated with

coordinating the work by Nova Scotia Power or any utility affected by the Work in the Contract Price.

.7 Where directed to remove existing pipework,

fittings, valves and equipment supported at existing floors, remove associated pipe support structures, anchor bolts and related accessories.

3.2 HAZARDOUS MATERIALS .1 Should any hazardous materials be encountered during the execution of the Work, stop work and inform the Owner and Consultant who will provide guidance regarding disposal instructions.

3.3 SAFETY CODE

.1 Observe construction safety measures of Provincial Government, including but not limited to the Occupational Health and Safety Act, provided that in any case of conflict or discrepancy the more stringent requirement will apply.

.2 Store volatile waste in closed containers and

remove from premises daily.

Page 81: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water DEMOLITION, Section 02 41 10 Bruce Street Pump REMOVALS AND Page 4 Station Relocation MODIFICATIONS Tender No. T04.2021 February 2021

.3 WHMIS:

.1 Comply with requirements of Workplace Hazardous Materials Information System (WHMIS) regarding use, handling, storage, and disposal of hazardous materials; and regarding labelling and provision of material safety data sheets acceptable to Labour Canada and Health Canada.

.4 Exercise pollution and environmental control measures as specified and as required during the Work.

.5 At the end of each day's work, leave work in

safe and stable condition.

3.4 REMOVAL FROM SITE

.1 At end of each day's work, leave work in a safe and stable condition.

.2 Stockpiling of demolition debris is permitted

on a temporary basis as approved by the Engineer.

.3 Removal of temporary stockpiled material will

be required, if it is deemed by the Engineer, to interfere with operations of Owner.

.4 Complete demolition in a manner to minimize

dust. Keep materials wetted as directed by the Engineer.

.5 Only remove the top 2m (minimum) of the wet

well and abandon the remaining structure below by filling with type C5 clear stone gravel. Drill four 19mm holes in the spaced equally bottom of the structure prior to filling with gravel.

3.5 PIPE REMOVAL .1 Remove pipe and dispose of off site where indicated.

.2 Where pipes are removed up to an existing

manhole or structure to remain, cut the pipe 300mm from the edge of the structure and fill the remaining piece of pipe penetrating through the structure with grout.

Page 82: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water DEMOLITION, Section 02 41 10 Bruce Street Pump REMOVALS AND Page 5 Station Relocation MODIFICATIONS Tender No. T04.2021 February 2021

END

3.6 ELECTRICAL REMOVALS 3.7 SALVAGE AND DISPOSAL OF MATERIALS

.1 Maintain power, control, instrumentation, and

communication in the existing plant services as required to maintain plant operation during construction.

.2 De-energize all electrical devices scheduled

for removal before commencing removal operations.

.1 Dispose of items not designated for reuse or

relocation off site at authorized facilities. Confirm with the Owner prior to disposal, in case the Owner wishes to retain said items for spare parts.

.2 Pay all costs and fees associated with the

removal from site and disposal.

3.8 ITEMS FOR TURN OVER TO OWNER

.1 Turn over the following equipment: .1 Flow meter .2 Level transmitter .3 Control panel .4 Antenna .5 Submersible pumps .2 Transport items scheduled for turn over to the

Owner’s garage facility at 455 Cowie Hill Road.

3.9 RESTORATION

.1 Restore areas and existing works outside areas of demolition to match condition of adjacent, undisturbed areas.

.2 Touch up paint on walls and floors where

surfaces are marred during construction or where remove equipment leaves a surface exposed which does not match adjacent surfaces.

3.10 CLEANUP

.1 Upon completion of work, remove debris, trim surfaces and leave work site clean.

Page 83: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water ELECTRICAL GENERAL Section 26 05 00

Bruce Street Pump REQUIREMENTS Page 1Station RelocationTender No. T04.2021 February 2021

PART 1 - GENERAL

1.1 GENERAL .1 This Section covers items common to Sections ofDivision 26 and parts of Division 33.

1.2 RELATED WORK .1 Demolition, Removals and Modifications: Section 0241 10

.2 Primary Process Instrumentation Devices: Section 2691 00.

.3 Process Control Systems Equipment: Section 26 95 00

1.3 REFERENCES .1 CSA C22.1:21, Canadian Electrical Code, Part 1.

.2 CSA C22.2 No. 0.1-2019, General Requirements forDouble-Insulated Equipment.

.3 CSA C22.3 No. 7-20, Underground Systems.

.4 CSA C235-2019, Preferred Voltage Levels for ACSystems, 0 to 50 000 V.

.5 EEMAC Y1-2-1979, Standard for PerformanceSpecification for Finishing Systems for OutdoorElectrical Equipment.

.6 EEMAC 2Y-1-1958, Standard for CEMA Light Gray Colourfor Indoor Switchgear.

1.4 SCOPE OF WORK .1 The Work to be done under this contract consists offurnishing all materials, tools, equipment andlabour, and performing the electrical services asindicated and as specified herein and on theElectrical Drawings.

.2 Remove existing electrical, control andinstrumentation equipment as indicated on thedrawings. Refer to Section 02 41 10 for additionalrequirements. Prior to removal of the existing pumpstation, allow the Owner to salvage selectedcomponents from the Station.

Page 84: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water ELECTRICAL GENERAL Section 26 05 00

Bruce Street Pump REQUIREMENTS Page 2Station RelocationTender No. T04.2021 February 2021

1.4 SCOPE OF WORK .3 Arrange for the power utility to supply and install (Cont'd) one (1) 600/347V, three phase, four-wire

overhead/underground service to the new PumpStation.

.4 Coordinate with the power utility to have a completeand fully functioning system and to includeconnections to the incoming mains of the powerutility.

.5 Supply and install new underground electricalductbanks as indicated on the drawings and specifiedin Sections 33 65 73 and 33 65 76.

.6 Supply and install one (1) pump station controlpanel and concrete mounting structure for the newPump Station.

.7 Supply and install new power distribution andlighting equipment as indicated on the drawings.

.8 Supply and install new instruments and controlsequipment as indicated on the drawings and asspecified herein.

.9 Supply and install power distribution, controls, andinstrumentation wiring and cables.

.10 Supply and install required junction boxes, pullboxes, cable glands, conduit, conduit fittings andrequired mounting hardware.

.11 Supply and install grounding necessary to meet therequirements of the CEC - Part 1 and the localprovincial inspection authority.

.12 Install and interwire electrical/instrumentation formechanical and process systems specified in otherdivisions including provision and installation ofall power, control cabling and required conduit andmounting hardware, in accordance with thesespecifications and shop drawings/manufacturerrequirements.

.13 Document, test and calibrate to satisfaction of theEngineer, electrical, instrumentation and controlsequipment as specified herein and on the drawings.

.14 Safely store electrical, instrumentation andcontrols equipment awaiting installation.

Page 85: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water ELECTRICAL GENERAL Section 26 05 00

Bruce Street Pump REQUIREMENTS Page 3Station RelocationTender No. T04.2021 February 2021

1.4 SCOPE OF WORK .15 Protect installed electrical, instrumentation and (Cont'd) controls equipment.

.16 Repair/replace equipment damaged duringconstruction, or otherwise deemed defective ornon-compliant with this specification at no expenseto the Contract. These expenses include allmaterial, labour and other fees.

.17 Coordinate/schedule with other trades to ensure thatthe construction proceeds in a timely and efficientmanner. Minimize disturbance to existing systems andprovide access for plant operator for routinemaintenance and inspection.

.18 A number of areas noted on the drawings arehazardous locations as defined in Section 18 of theCEC. Complete all electrical installations in theseareas in accordance with Section 18 of the CanadianElectrical Code for the specified classification.These areas contain hydrogen sulphide (NorthAmerican Gas Group C, IEC Gas Group IIB) and methane(North American Gas Group D, IEC Gas Group IIA)gases. These areas are also a Category 2 location inaccordance with Section 22 of the CanadianElectrical Code and the electrical installationshall be completed as per the requirements of aCategory 2 location.

.19 Owner to supply a radio (SCADA) and antenna forinstallation in the Work. Refer to Section 01 00 00for additonal information.

1.5 CODES AND .1 Do complete installation in accordance with theSTANDARDS Canadian Electrical Code, CSA C22.1, and local

regulations except where specified otherwise.

.2 Do overhead systems in accordance with the CanadianElectrical Code, CAN/CSA-C22.3 No. 1 and undergroundsystems in accordance with CSA C22.3 No. 7, exceptwhere specified otherwise.

.3 Comply with all CSA electrical bulletins in force atthe time of tender submission. While not identifiedor specified by reference number in this division,the bulletins shall be considered to form part ofthe related CSA part II standard.

Page 86: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water ELECTRICAL GENERAL Section 26 05 00

Bruce Street Pump REQUIREMENTS Page 4Station RelocationTender No. T04.2021 February 2021

1.5 CODES AND .4 Abbreviations for electrical terms: to CSA Z85.STANDARDS (Cont'd)

1.6 CARE, OPERATION .1 Instruct operating personnel in the operation, careAND START-UP and maintenance of equipment.

.2 Arrange and pay for services of manufacturer'sfactory service engineer to supervise start-up ofinstallation, check, adjust, balance and calibratecomponents, including but not limited to pumpstation control panel, instruments, and controls.

.3 Provide these services for such period, and for asmany visits as necessary to put equipment inoperation, and confirm operating personnel areconversant with all aspects of its care andoperation.

1.7 VOLTAGE RATINGS .1 Operating voltages: to CSA-C235.

.2 Motors, control and distribution devices andequipment to operate satisfactorily at 60 Hz withinnormal operating limits established by abovestandard. Equipment to operate in extreme operatingconditions established in above standard withoutdamage to equipment.

1.8 PERMITS, FEES .1 Submit to the Electrical Inspection Department,AN INSPECTION Municipal Authority and Supply Authority the

necessary number of drawings and specifications forexamination and approval prior to commencement ofWork. Submit information within thirty (30) workingdays of the award of Tender and provide the Engineerwith written notice at the time this has beensubmitted.

.2 Provide the Engineer with a copy of the ElectricalInspection Department and Supply Authority PlansReview Report immediately upon receipt. No shopdrawings will be reviewed prior to receipt of thePlans Review Report from the Contractor.

Page 87: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water ELECTRICAL GENERAL Section 26 05 00

Bruce Street Pump REQUIREMENTS Page 5Station RelocationTender No. T04.2021 February 2021

1.8 PERMITS, FEES .3 Obtain all necessary permits including an ElectricalAN INSPECTION Wiring Permit for electrical work and Communications (Cont'd) Cabling Permit for communications cabling work from

the authority having jurisdiction prior tocommencement of Work. Provide a copy of each permitto the Engineer upon receipt. Display permits on thework site.

.4 Upon specific request, the Engineer will provide tothe Contractor, up to a maximum of three (3) copiesof the drawings and specifications required forsubmittal to the Electrical Inspection Departmentand Supply Authority. These drawings andspecifications will be provided to the Contractor atno cost, unless specified otherwise.

.5 Arrange for all required inspections to be conductedby the authority having jurisdiction. Provide a copyof all inspection reports to the Engineerimmediately upon receipt. Notify the Engineerimmediately of changes required by the authorityhaving jurisdiction prior to making changes. Allchanges must be approved by the Engineer.

.6 Furnish Certificates of Acceptance from authoritieshaving jurisdiction upon completion of Work. Includea copy in the Operations and Maintenance Manual.

.7 Pay all associated fees.

1.9 MATERIALS AND .1 Equipment and material to be CSA certified orEQUIPMENT certified by an agency recognized by the Electrical

Inspection Department having jurisdiction. Wherethere is no alternative to supplying equipment whichis not certified, obtain special approval fromElectrical Inspection Department and the Engineer.

.2 Factory assemble control panels and componentassemblies.

1.10 ELECTRIC .1 Coordinate supplier and installer responsibility forMOTORS EQUIPMENT mechanical and process equipment specified in otherAND CONTROLS specification divisions with the Contractor to

confirm complete and functioning systems.

Page 88: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water ELECTRICAL GENERAL Section 26 05 00

Bruce Street Pump REQUIREMENTS Page 6Station RelocationTender No. T04.2021 February 2021

1.10 ELECTRIC .2 Confirm location of mechanical and process equipmentMOTORS EQUIPMENT and associated control devices specified in otherAND CONTROLS divisions. Device locations may not be necessarily (Cont'd) shown on the electrical drawings.

1.11 FINISHES .1 Shop finish metal enclosure surfaces by applicationof rust resistant primer inside and outside, and atleast two (2) coats of finish enamel..1 Paint indoor switchgear and distributionenclosures light grey to EEMAC 2Y-1.

.2 Clean and touch up surfaces of new shop-paintedequipment scratched or marred during shipment orinstallation, to match original paint to thesatisfaction of the Engineer. If not acceptable,replace equipment at no additional cost to theContract.

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

1.12 FASTENERS AND .1 Fastening devices for all equipment and components,EQUIPMENT MOUNTING including bolts, nuts, washers, and screws to be

stainless steel.

1.13 EQUIPMENT .1 Identify electrical equipment with nameplates andIDENTIFICATION labels as specified herein.

.2 Identification:.1 Provide equipment with lamicoid nameplates asfurther described herein. Affix all plates true andlevel, and plumb in all instances..2 Affix nameplates to all "metal" surfaces withsteel type "pop-rivets"..3 Affix nameplates to other types of surfaceswith contact type cement..4 Affix nameplates to concrete surfaces withexpandable inserts and self tapping screws unlessspecifically indicated otherwise..5 Apply contact type cement to complete rear sideof plate (buttered), as opposed to several locationsor areas on same..6 Lamicoid nameplates installed on control panelsto contain the following information:

Page 89: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water ELECTRICAL GENERAL Section 26 05 00

Bruce Street Pump REQUIREMENTS Page 7Station RelocationTender No. T04.2021 February 2021

1.13 EQUIPMENT .2 (Cont'd)IDENTIFICATION .6 (Cont'd) (Cont'd) .1 Designated name of control panel.

.2 Voltage(s) and phase.

Bruce Street Pump Station600V, 3Ø, 4W

.7 Lamicoid nameplates installed on fusible typedisconnect switches to also indicate the maximumdesignated/designed fuse size and type..8 Install lamicoid nameplates on all junction andpull boxes sized 150 mm x 150 mm and largerindicating name of system, designated panel name andelectrical characteristics where applicable..9 Install lamicoid nameplates adjacent to eachovercurrent device located in control panels. Theyneed only indicate designated name and/or number ofequipment they feed. Identify unused O.C. devices asspare(s)..10 Install lamicoid nameplates above all types ofreceptacles and abutted directly to tops of theirrespective device plates. Identification is toindicate respective panel source complete withassociated circuit breaker number(s). Lamicoid plateto be 1.5 mm thick x 13 mm high complete with 6 mmblack letters on white core, directly above allflush receptacles. Plate to be identical width asfinish device plate and the top left and rightcorners are to be rounded off..11 Identify lamicoid nameplates above 120Vreceptacles protected by GFCI circuit breakers, orGFCI type receptacles as per the following:

.1 1.5mm thick x 19mm wide complete with 6 mmblack letters on white core above allreceptacles. Identical width as finish deviceplate (EXAMPLE: GFCI Protected Panel H-26).

.12 Allow for an "average" of 40 letters for eachlamicoid nameplate..13 Lamicoid to be 3 mm thick plastic engravingsheet, white face, black core, for all electricalsystems..14 Lettering on lamicoid nameplates must not"start", nor "end" nearer than 9 mm from either, orboth ends of said plates..15 Size of lettering, including overall lengths ofvarious plates must be as indicated in the followingchart:

Page 90: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water ELECTRICAL GENERAL Section 26 05 00

Bruce Street Pump REQUIREMENTS Page 8Station RelocationTender No. T04.2021 February 2021

1.13 EQUIPMENTIDENTIFICATION (Cont'd)

NOMINAL NAMEPLATE SIZES

Size 1 10mm x 50mm 1 line 5mm high lettersSize 2 13mm x 75mm 1 line 6mm high lettersSize 3 16mm x 75mm 2 lines 5mm high lettersSize 4 19mm x 90mm 1 line 10mm high lettersSize 5 50mm x 90mm 2 lines 13mm high lettersSize 6 25mm x 100mm 1 line 13mm high lettersSize 7 25mm x 100mm 2 lines 6mm high lettersSize 8 50mm x 150mm 2 lines 13mm high lettersSize 9 50mm x 100mm 3 lines 10mm high letters

.3 Have wording on nameplates and labels approved bythe Engineer prior to manufacture.

.4 Identification to be English.

.5 Supply and install lamicoid nameplates on, oradjacent to, all various systems' control panelsand/or cabinets complete with information asindicated.

.6 Co-ordinate names of equipment and systems withother trades to make equipment identificationconsistent.

.7 Provide clearly visible marking on electricalequipment to warn persons of potential electricalshock and arc flash hazards as specified in theCanadian Electrical Code.

.8 Provide electrical equipment fed from two or moresources with a warning nameplate prominentlydisplayed: "CAUTION - MORE THAN ONE SOURCE VOLTAGE".

.9 Provide terminal boxes, panels and miscellaneouswire ways containing intrinsically safe circuitswith a warning nameplate prominently displayed:"INTRINSICALLY SAFE CIRCUIT".

Page 91: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water ELECTRICAL GENERAL Section 26 05 00

Bruce Street Pump REQUIREMENTS Page 9Station RelocationTender No. T04.2021 February 2021

1.14 WIRING .1 Identify wiring with permanent indelible identifyingIDENTIFICATION markings, either numbered or coloured plastic tapes,

on both ends of phase conductors of feeders andbranch circuit wiring. Labels to be installed in a"flagged" manner around individual conductors.

.2 Maintain phase sequence and colour codingthroughout.

.3 Colour code: to CSA C22.1.

.4 Use colour coded wires in communication cables,matched throughout system.

1.15 WIRING .1 Use lugs and terminals for termination of conductorsTERMINATIONS that are suitable for either copper or aluminum

conductors.

1.16 MANUFACTURERS .1 Visible and legible after equipment is installed.AND CSA LABELS

1.17 WARNING SIGNS .1 As specified and to meet requirements of ElectricalInspection Department.

.2 Treated polyethylene plastic or coated rust freealuminum signs, minimum size 180mm x 250mm.

1.18 LOCATION OF .1 Locate outlets in accordance with the Drawings andEQUIPMENT these Specifications.

.2 Change location of equipment at no extra cost orcredit, providing distance does not exceed 1.0 m andinformation is given before installation.

1.19 MOUNTING .1 Mounting height of equipment is from finished floorHEIGHT to centreline of equipment unless specified or

indicated otherwise.

Page 92: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water ELECTRICAL GENERAL Section 26 05 00

Bruce Street Pump REQUIREMENTS Page 10Station RelocationTender No. T04.2021 February 2021

1.19 MOUNTING .2 If mounting height of equipment is not specified orHEIGHT indicated, verify before proceeding with (Cont'd) installation.

.3 Install electrical equipment at following heightsunless indicated otherwise..1 Local switches: 1350mm AFF or as indicated ondrawings..2 Wall receptacles:

.1 General: 450mm AFF.

.2 Elevated mounting in process areas: 1200mmAFF..3 Outdoors: 1200mm above finished grade.

.3 Control panels: as indicated on the Drawings.

1.20 CONDUIT AND .1 Install conduit and sleeves prior to pouring ofCABLE INSTALLATION concrete. Sleeves through concrete: plastic, sized

for free passage of conduit, and protruding 50 mm.

.2 If plastic sleeves are used in fire rated walls orfloors, remove before conduit installation.

1.21 FIELD QUALITY .1 Conduct and pay for following tests:CONTROL .1 Power distribution system including phase

rotation, voltage, grounding..2 Circuits originating from control panels..3 Motors, heaters and associated controlequipment including sequenced operation of systemswhere applicable..4 Lighting and its control..5 Pump station control panel.

.2 Furnish manufacturer's certificate or letterconfirming that entire installation as it pertainsto each system has been installed to manufacturer'sinstructions.

.3 Insulation resistance testing:.1 Megger circuits, feeders and distributionequipment up to 350 V with a 500 V instrument..2 Megger 350-600 V circuits, feeders anddistribution equipment with a 1000 V instrument..3 Check resistance to ground before energizing..4 Provide a type written tabular reportindicating test results.

Page 93: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water ELECTRICAL GENERAL Section 26 05 00

Bruce Street Pump REQUIREMENTS Page 11Station RelocationTender No. T04.2021 February 2021

1.21 FIELD QUALITY .4 Provide a type written tabular report indicating theCONTROL normal field measured load current for all motors, (Cont'd) indicating the motor circuit protector trip setting

or fuse type/rating, the overload heater elementsizes and/or settings. Indicate the motor nameplatecurrent.

.5 Advise the Engineer of dates when testing will takeplace. Provide five (5) days notice of such tests.

.6 Provide instruments, meters, equipment and personnelrequired to conduct tests during and at conclusionof project.

.7 Submit test results for the Engineer's review andapproval.

1.22 COORDINATION .1 Confirm circuit protective devices such asOF PROTECTIVE overcurrent trips, relays and fuses are installed toDEVICES required values and settings in accordance with the

CEC.

1.23 QUALITY .1 Instructions:ASSURANCE .1 Interferences: electrical drawings are

generally of a diagrammatic nature. Plan andcoordinate the Work to eliminate interferences withother trades. Provide all necessary raceway offsets,fittings, and boxes, adjust all fixture andequipment boxes, adjust all fixture and equipmentlocations and provide all supporting materialsrequired for a planned, coordinated and neatinstallation. Where interferences occur, theEngineer's authorized representative will decidewhich item must be relocated regardless of which wasinstalled first..2 Electrical workmanship: provide workmanship ofthe highest quality. Sub-standard Work will not beaccepted. Use only persons skilled in the tradesinvolved..3 Electrical materials: provide all materialsused in this Work, unless particularly specifiedotherwise, that are new, free from flaws, orimperfections..4 Sleeves and inserts: furnish and locate allsleeves and inserts required for this work inaccordance with drawings.

Page 94: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water ELECTRICAL GENERAL Section 26 05 00

Bruce Street Pump REQUIREMENTS Page 12Station RelocationTender No. T04.2021 February 2021

1.23 QUALITY .2 Applicable standards:ASSURANCE .1 All electrical work must conform with the (Cont'd) requirements and recommendations of the latest

edition of the Canadian Electrical Code and alllocal codes and ordinances. In conflicts betweencodes, the more stringent requirements shall govern..2 In no instance will the standard established bythis specification be reduced by any of the codes orstandards referred to in this specification..3 Standards: the specifications and standards ofthe following organizations are by reference made aspart of these specifications and all electricalWork, unless otherwise indicated, to comply withtheir requirements and recommendations whereverapplicable..4 Canadian Standard Association (CSA)..5 Institute of Electrical and ElectronicsEngineers (I.E.E.E.)..6 Instrument Society of America (I.S.A.)..7 American Society for Testing Materials(A.S.T.M.)..8 Insulated Power Cable Engineers Association(I.P.C.E.A.)..9 National Electrical Manufacturers' Association(N.E.M.A.).10 National Fire Protection Association(N.F.P.A.)..11 Underwriter's Laboratories of Canada (U.L.C.)..12 Joint Industrial Council (J.I.C.).

1.24 PROCESS/ .1 Coordinate electrical work with the process andMECHANICAL mechanical system vendors.EQUIPMENT PACKAGES

.2 Verify connection details and requirements forinterwiring between vendor supplied process andmechanical equipment packages specified under otherDivisions.

.3 Refer to manufacturer's shop drawings for connectiondetails and recommended installation details.

.4 Provide all cable, conduit, cable channel/trough,supports and miscellaneous hardware as per therequirements of this specification.

Page 95: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water ELECTRICAL GENERAL Section 26 05 00

Bruce Street Pump REQUIREMENTS Page 13Station RelocationTender No. T04.2021 February 2021

1.25 RECORD .1 Record Drawings:DRAWINGS .1 After award of Contract, Engineer will provide

a set of full-sized drawings for purpose ofmaintaining record drawings. Accurately and neatlyrecord deviations from Contract Documents caused bysite conditions and changes ordered by the Engineer..2 Identify drawings as "Project Record Copy".Maintain in new condition and make available forinspection on site by the Engineer..3 On completion of Work and prior to finalinspection, submit record documents to the Engineer.

1.26 WASTE .1 Remove from site and dispose of all debris and wasteMANAGEMENT AND materials at appropriate disposal/recyclingDISPOSAL facilities.

.2 Separate and recycle waste materials in accordancewith applicable Construction/Demolition WasteManagement And Disposal Regulations.

PART 2 - PRODUCTS

2.1 NOT USED .1 Not applicable.

PART 3 - EXECUTION

3.1 NOT USED .1 Not applicable.

END

Page 96: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water WIRE AND BOX Section 26 05 20

Bruce Street Pump CONNECTORS (0 - Page 1Station Relocation 1000V)Tender No. T04.2021 February 2021

PART 1 - GENERAL

1.1 REFERENCES .1 CSA C22.2, No. 65-2019, Wire Connectors.

.2 CSA C22.2, No. 197-2018, PVC Insulating Tape.

PART 2 - PRODUCTS

2.1 WIRE AND BOX .1 Pressure type wire connectors: with current carryingCONNECTORS parts of copper sized to fit copper conductors as

required.

.2 Tin-plated copper, colour keyed, crimp typecompression connectors, (long barrel, two hole) witha straight, 45° or 90° lug tongue configuration asrequired..1 Acceptable products: Thomas & Betts"Color-keyed" compression connectors or approvedeqivalent.

.3 Clamps or connectors for pump cables, liquid tight,flexible conduit, as required.

.4 Wire connectors to be rated for operating voltageindicated.

2.2 ELECTRICAL TAPE .1 Vinyl Electrical Tape:.1 Minimum 0.178mm thick, vinyl insulating tapeper CSA standard C22.2 No. 197..2 Temperature rating up to 105°C continuous..3 Tape to be conformable for cold weatherapplication down to -18°C.4 Pressure sensitive rubber based adhesive..5 Suitable for wet and dry locations..6 Rated for 600V circuits and below..7 Flame retardant and UV resistant..8 Colour: Black..9 Acceptable Materials: 3M Scotch 33+ or approvedequivalent.

Page 97: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water WIRE AND BOX Section 26 05 20

Bruce Street Pump CONNECTORS (0 - Page 2Station Relocation 1000V)Tender No. T04.2021 February 2021

PART 3 - EXECUTION

3.1 WIRE AND BOX .1 Make connections and terminations electrically andCONNECTORS mechanically secure. Sizes of connectors to be perINSTALLATION manufacturer's recommendations for various sizes and

combinations of wire sizes.

.2 Make joints in branch wiring utilizing "twist-on"type connectors as manufactured by "Ideal" (colourcoded wirenut) or "Marrettes" #31, #33 or #35, orapproved equivalents.

.3 Plier tighten "twist-on" type connectors.

.4 For connections to equipment not provided with lugs,install colour keyed, crimp type compressionconnectors (long barrel, two hole, tin-platedcopper, straight lug tongue) complete withmanufacturer approved compression tools. Alternatelug tongue configurations (45° and 90°) will beaccepted where required by application.

END

Page 98: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water WIRES AND CABLES Section 26 05 21

Bruce Street Pump (0 - 1000V) Page 1Station RelocationTender No. T04.2021 February 2021

PART 1 - GENERAL

1.1 SUBMITTALS .1 Submit shop drawings, and product data in accordancewith Section 01 00 00.

1.2 RELATED .1 Conduits, Conduit Fastenings and Conduit Fittings:SECTIONS Section 26 05 34

.2 Wire and Box Connectors (0 - 1000V): Section26 05 20

1.3 REFERENCES .1 CSA C22.1:21, Canadian Electrical Code.

PART 2 - PRODUCTS

2.1 POWER WIRES .1 Conductors: soft drawn, stranded, copper (of 98%conductivity). Minimum size #12 AWG.

.2 Copper conductors: size as indicated, with 600 Vinsulation of chemically cross-linked thermosettingpolyethylene material rated RW90-XLPE.

.3 Copper conductors: size as indicated, with 1000Vinsulation of chemically cross-linked thermosettingpolyethylene material rated RWU90-XLPE.

.4 Colour code wiring in accordance with the Canadianelectrical Code.

2.2 CONTROL CABLES .1 Analog circuits: stranded annealed tinned coppermulti-conductors, minimum #16AWG size, quantity asindicated..1 Insulation: XLPE insulation..2 Shielding: foil tape shield over conductors..3 Overall covering: PVC jacket (moistureresistant and fire retardant), grey colour, FT4rated, UV resistant..4 Voltage rating: 300V or 600V to suitapplication.

Page 99: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water WIRES AND CABLES Section 26 05 21

Bruce Street Pump (0 - 1000V) Page 2Station RelocationTender No. T04.2021 February 2021

2.2 CONTROL CABLES .1 (Cont'd) (Cont'd) .5 CSA type CIC.

.2 Digital circuits: stranded copper, minimum size #14AWG with 600V chemical cross-linked thermosettingpolyethylene material rated RW90.

.3 120Vac control cables:.1 Conductors: stranded copper, minimum size#14AWG, type RW90..2 Voltage rating: 600V.

PART 3 - EXECUTION

3.1 INSTALLATION OF .1 Support cables independently of supports used forCABLES: GENERAL equipment of other trades; do not support from or

secure cables to ductwork and piping.

.2 Install cables in a neat and professional manner, soas to conserve headroom.

.3 Support pump and instrumentation cables in pumpstation as indicated on the drawings.

.4 Twist together stranded conductors at eachtermination.

.5 Terminate conductors/cables.

3.2 INSTALLATION OF .1 Install wiring in conduit systems in accordance withBUILDING WIRES AND Section 26 05 34.CONTROL CABLES

END

Page 100: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water GROUNDING - Section 26 05 28

Bruce Street Pump SECONDARY Page 1Station RelocationTender No. T04.2021 February 2021

PART 1 - GENERAL

1.1 RELATED WORK .1 Electrical General Requirements: Section 26 05 00

PART 2 - PRODUCTS

2.1 EQUIPMENT .1 Clamps for grounding of conductor, size as requiredto grounding electrodes.

.2 Direct buried grounding conductors: bare strandedcopper of minimum 98% conductivity, un-tinned, softannealed, size as indicated.

.3 Insulated grounding and bonding conductors:soft-drawn, stranded copper of minimum 98%conductivity, un-tinned, type RW90 (green colouredinsulation). Conductors to be FT4 rated wheninstalled in free-air.

.4 Make ground connections on the ground bus asfollows:.1 For wire sizes 6 AWG and smaller: copper,one-hole, short barrel (single crimp) lugs..2 Wire larger than 6 AWG to be two-hole, longbarrel (dual crimp) lugs.

.5 Non-corroding accessories necessary for groundingsystem, type, size, material as indicated, includingbut not necessarily limited to:.1 Grounding and bonding bushings..2 Protective type clamps..3 Bolted type conductor connectors..4 Thermit welded type conductor connectors..5 Bonding jumpers, straps..6 Pressure wire connectors.

.6 Copper crimp type compression connectors, (longbarrel, two hole).

.7 Copper crimp type compression connectors (cable tocable, cable to ground rod, etc.)

.8 Rod electrodes, copper clad steel, 21mm diameter, 3mlong.

Page 101: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water GROUNDING - Section 26 05 28

Bruce Street Pump SECONDARY Page 2Station RelocationTender No. T04.2021 February 2021

2.2 MANUFACTURERS .1 Acceptable manufacturers: FCI - Burndy Corporation,Erico Inc., Thomas & Betts, Ilsco.

PART 3 - EXECUTION

3.1 INSTALLATION .1 Install complete permanent, continuous, system andGENERAL circuit, equipment, grounding systems including,

conductors, connectors, accessories, as indicated,to conform to requirements of the Engineer, andlocal authority having jurisdiction overinstallation.

.2 Install connectors in accordance with manufacturer'sinstructions.

.3 Protect exposed grounding conductors from mechanicalinjury.

.4 Make buried connections and connections toelectrodes using exothermic welding process orinspectable copper crimp type compressionconnectors.

.5 Use mechanical connectors for grounding connectionsto equipment provided with grounding lugs.

.6 Soldered joints not permitted.

.7 Make grounding connections in radial configurationsonly, with connections terminating at singlegrounding point. Avoid loop connections.

.8 Provide insulated copper bonding conductor in allconduit runs. Minimum size #14AWG or as indicated inTable 16 of the CEC, whichever is larger.

.9 Use copper, crimp type compression connectors forgrounding connections to equipment not provided withconnectors.

3.2 ELECTRODES .1 Bond separate, multiple electrodes together.

.2 Use direct buried grounding conductors, size asindicated, for connections to electrodes.

Page 102: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water GROUNDING - Section 26 05 28

Bruce Street Pump SECONDARY Page 3Station RelocationTender No. T04.2021 February 2021

3.3 SYSTEM AND .1 Install system and circuit grounding connections toCIRCUIT GROUNDING neutral of secondary systems.

3.4 EQUIPMENT .1 Install grounding connections to typical equipmentGROUNDING included in, but not necessarily limited to

following list: Service equipment, transformers,frames of motors, control panels, outdoor lighting,process piping, and instrumentation.

3.5 FIELD QUALITY .1 Perform tests in accordance with Section 26 05 00CONTROL and before energizing electrical system.

.2 Perform ground continuity and resistance tests usingmethod appropriate to site conditions and toapproval of the Engineer and local authority havingjurisdiction over installation.

.3 Disconnect ground fault protection during tests.

END

Page 103: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water FASTENINGS AND Section 26 05 29

Bruce Street Pump SUPPORTS Page 1Station RelocationTender No. T04.2021 February 2021

PART 1 - GENERAL

1.1 NOT USED .1 Not applicable.

PART 2 - PRODUCT

2.1 SUPPORT .1 U shape, size 41 mm x 41 mm, 2.7 mm thick, surfaceCHANNELS mounted, suspended or set in poured concrete walls

and ceilings unless otherwise indicated.

.2 Standard rolled structural steel shapes and platesor prefabricated structural systems.

.3 Unless otherwise noted, use 316 stainless steel.

2.2 CABLE TIES .1 Nylon flame retardant, low smoke cable tie, size asrequired.

.2 Nylon flame retardant, low smoke cable tie mountingbracket. Mechanical fastening type only; adhesivemounts not acceptable.

.3 The use of cable ties for supporting purpose is notpermitted. Cable ties can only be used to holdvarious system cables in places.

PART 3 - EXECUTION

3.1 INSTALLATION .1 Secure equipment to solid masonry, tile and plastersurfaces with lead anchors or nylon shields.

.2 Secure equipment to poured concrete with expandableinserts.

.3 Secure equipment to hollow masonry walls withstainless steel toggle bolts.

.4 Support equipment, conduit or cables using clips,spring loaded bolts, cable clamps designed asaccessories to basic channel members.

Page 104: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water FASTENINGS AND Section 26 05 29

Bruce Street Pump SUPPORTS Page 2Station RelocationTender No. T04.2021 February 2021

3.1 INSTALLATION .5 Fasten exposed conduit or cables to building (Cont'd) construction or support system using straps.

.1 One-hole straps to secure surface conduits andcables 50 mm and smaller..2 Two-hole straps for conduits and cables largerthan 50 mm..3 Conduit straps to match conduits in materialand finish. Cable straps shall stainless steel..4 Use heavy duty pipe clamps (with adjustablesaddles) to secure conduits/cables to supportchannels.

.6 For surface mounting of two (2) or more conduits andcable, use support channels spaced in accordancewith the Canadian Electrical Code (maximum 1.5mspacing).

.7 Provide metal brackets, frames, hangers, clamps andrelated types of support structures where indicatedor as required to support conduit and cable runs.

.8 Provide adequate support for conduits and cablesdropped vertically to equipment where there is nowall support.

.9 Do not use wire lashing or perforated strap tosupport or secure conduits or cables.

.10 Do not use supports or equipment installed for othertrades for conduit or cable support except withpermission of other trade and approval of theEngineer.

.11 Provide fastenings and supports as required for eachtype of equipment, cables and conduits, and inaccordance with manufacturer's installationrecommendations.

.12 Install isolator pads between dis-similar metals asrequired.

.13 Coordinate support system locations with othertrades before installing.

END

Page 105: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water SPLITTERS, JUNCTION, Section 26 05 31

Bruce Street Pump PULL BOXES AND Page 1Station Relocation CABINETSTender No. T04.2021 February 2021

PART 1 - GENERAL

1.1 SUBMITTALS .1 Submit shop drawings, and product data in accordancewith Section 01 00 00.

PART 2 - PRODUCTS

2.1 JUNCTION AND .1 General: Provide outlet, tap, junction, pull andPULL BOXES floor boxes with screw-fastened covers. Provide

junction and pull boxes longer than 500mm (20") inany dimension complete with continuously hingedcover.

.2 Tap, junction and pull boxes: Provide boxesconstructed of welded and galvanized sheet steel, ofsizes required by Canadian Electrical Code. Use 14USS gauge metal on boxes with no dimension of 600 mm(24") or more, except use 10-gauge boxes with anydimension of 900 mm (36") or more.

.3 In outdoor locations, use NEMA Type 4X water-tightboxes with clamped, threaded or bolted covers. Boxesshall be stainless steel (316SS) or copper free castaluminum boxes.

.4 Hazardous Rated Boxes:.1 Boxes must be suitable for the hazardousclassification as noted on the drawings..2 Boxes to be copper free cast aluminum boxeswith threaded connections for use with threadedaluminum conduit.

.5 Provide terminal blocks (rated minimum 30A, 600V,quantity as required) in junction boxes used toconnect the integral cabling from devices (floatswitches, pumps, etc.) located in the pump stationand meter chamber.

Page 106: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water SPLITTERS, JUNCTION, Section 26 05 31

Bruce Street Pump PULL BOXES AND Page 2Station Relocation CABINETSTender No. T04.2021 February 2021

PART 3 - EXECUTION

3.1 CABINETS, .1 Only main junction and pull boxes are indicated onJUNCTION AND the drawings. Provide boxes to suit field conditionsPULL BOXES and where required by the Canadian Electrical Code.

.2 Install junction and pull boxes in inconspicuous butaccessible locations.

.3 Provide all required mounting hardware.

.4 Junction boxes larger than 150mm x 150mm used inbranch circuit wiring are to be complete withbonding terminal stripes.

.5 Bond all pull boxes with bonding conductor.

3.2 IDENTIFICATION .1 Provide equipment identification in accordance withSection 26 05 00.

END

Page 107: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water OUTLET BOXES, Section 26 05 32

Bruce Street Pump CONDUIT BOXES AND Page 1Station Relocation FITTINGSTender No. T04.2021 February 2021

PART 1 - GENERAL

1.1 REFERENCES .1 CSA C22.1:21, Canadian Electrical Code, Part 1.

PART 2 - PRODUCTS

2.1 OUTLET AND .1 General:CONDUIT BOXES .1 Size boxes in accordance with CSA C22.1.

.2 100 mm square or larger outlet boxes asrequired for special devices..3 Gang boxes where wiring devices are grouped..4 Blank cover plates for boxes without wiringdevices..5 Combination boxes with barriers where outletsfor more than one system are grouped..6 Cast FS or FD copper free aluminum boxes withfactory-threaded hubs and mounting feet for surfacewiring of switches and receptacles..7 Boxes to be suitable for installation in thehazardous area classification specified.

2.2 FITTINGS - .1 Bushing and connectors with nylon insulated throats.GENERAL

.2 Knock-out fillers to prevent entry of foreignmaterials.

.3 Conduit outlet bodies for conduit up to 35mm andpull boxes for larger conduits.

.4 Double locknuts and insulated bushings on sheetmetal boxes.

.5 Watertight bushings and cable connectors for allcable/conduit terminations in NEMA 3R/4/4Xpull/junction boxes, control panels and cabinets.

.6 Sealing rings for conduit connections outdoors andin below grade chambers.

Page 108: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water OUTLET BOXES, Section 26 05 32

Bruce Street Pump CONDUIT BOXES AND Page 2Station Relocation FITTINGSTender No. T04.2021 February 2021

PART 3 - EXECUTION

3.1 OUTLET BOX, AND .1 Support boxes independently of connecting conduits.CONDUIT BOXINSTALLATION .2 Fill boxes with paper, sponges or foam or approved

material to prevent entry of construction material.Remove upon completion of Work

.3 Provide correct size of openings in boxes forconduit and armoured cable connections. Reducingwashers not allowed.

END

Page 109: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water CONDUITS, CONDUIT Section 26 05 34

Bruce Street Pump FASTENINGS AND Page 1Station Relocation CONDUIT FITTINGSTender No. T04.2021 February 2021

PART 1 - GENERAL

1.1 LOCATION OF .1 Drawings do not show all conduits. Those shown areCONDUIT in diagrammatic form only.

1.2 RELATED WORK .1 Fastenings and Supports: Section 26 05 29

.2 Outlet Boxes, Conduit Boxes and Fittings: Section26 05 32

1.3 REFERENCES .1 CSA C22.2 No. 18.4-15(R2019), Hardware for Supportof Conduit, Tubing, and Cable.

.2 CSA C22.2 No.45.2-2008(R2019), Electrical RigidMetal Conduit - Aluminum, Red Brass and StainlessSteel.

.3 CSA C22.2 No. 56-2017, Flexible Metal Conduit andLiquid Tight Flexible Metal Conduit.

.4 CSA C22.2 No. 211.2-06(R2016), Rigid PVC(Unplasticized) Conduit.

PART 2 - PRODUCTS

2.1 CONDUITS .1 Rigid aluminum threaded conduit, fittings andconnectors: to CSA C22.2 No. 45.2.

.2 Rigid PVC conduit, fittings and connectors: to CSAC22.2 No. 211.2.

.3 Flexible aluminum conduit and liquid-tight flexiblemetal conduit: to CSA C22.2 No. 56.

.4 Minimum power and control/instrumentation conduitsize for all areas: 21mm.

.5 Rigid PVC conduit to be FT4 rated.

Page 110: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water CONDUITS, CONDUIT Section 26 05 34

Bruce Street Pump FASTENINGS AND Page 2Station Relocation CONDUIT FITTINGSTender No. T04.2021 February 2021

2.2 CONDUIT .1 One (1) hole conduit straps to secure surfaceFASTENINGS conduits 50 mm and smaller. Two (2) hole conduit

straps for conduits larger than 50 mm.

.2 Heavy duty pipe clamps (with adjustable saddle) tosecure conduits to support channels.

.3 Refer to specification Section 26 05 29 forsuspended and surface support systems for conduits.

.4 Finish and material to match conduit.

.5 Provide isolators between dis-similar metals asrequired.

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

.2 Factory "ells" where 90° bends are required for 27mmand larger conduits.

.3 Watertight connectors for liquid tight flexibleconduit.

.4 Raintight connectors for vertical connections toenclosures.

.5 Cast type EYS and EYD seal fittings with factorythreaded hubs and rated for the hazardousclassification. Acceptable manufacturers: Appleton,Crouse-Hinds, Killark or approved equivalent.

2.4 EXPANSION .1 Weatherproof expansion fittings with internalFITTINGS FOR RIGID bonding assembly suitable for linear expansion asCONDUIT required.

.2 Watertight expansion fittings with integral bondingjumper suitable for linear expansion and 19 mmdeflection in all directions.

.3 Provide expansion fittings at exit point(above-ground) of all underground services, andwhere indicated on the drawings.

Page 111: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water CONDUITS, CONDUIT Section 26 05 34

Bruce Street Pump FASTENINGS AND Page 3Station Relocation CONDUIT FITTINGSTender No. T04.2021 February 2021

2.5 FISH CORD .1 Polypropylene.

PART 3 - EXECUTION

3.1 CONDUIT .1 General:INSTALLATION .1 Use rigid aluminium threaded conduit unless

otherwise indicated..2 Use rigid PVC conduit for all direct buriedunderground services: minimum size 27mm diameter..3 Use liquid-tight flexible metal conduit forconnection to vibrating equipment (motors, valves,transformers, etc.) and instruments in non-hazardousareas..4 Use flexible couplings (explosion-proof,watertight, Appleton Type EXGJH or EXLK or approvedequivalent) for vibrating equipment (motors, valves,etc.) and instruments located in hazardous areas..5 Install conduits to conserve headroom inexposed locations and cause minimum interference inspaces through which they pass..6 Bend conduit cold. Replace conduit if kinked orflattened more than 1/10th of its original diameter..7 Mechanically bend steel conduit over 21 mm dia..8 Field threads on rigid conduit must be ofsufficient length to draw conduits up tight..9 Install polypropylene fish cord in all emptyconduits. Cap and seal at each end..10 Where conduits become blocked, remove andreplace blocked section. Do not use liquids to cleanout conduits..11 Dry conduits out before installing wire..12 Provide minimum 300 mm spacing betweeninstrumentation/control conduits and 600V powerconduits. Where possible, instrumentation/controlconduits to cross at right angles to 600V powerconduits..13 Install conduit sealing fittings in hazardousareas in accordance with Canadian Electrical Coderequirements. Fill with compound. Seal conduitleaving a hazardous area using an approved sealingfitting at exit point..14 Drawings do not show all required unions.Unions to facilitate removal of equipment. Whereseals are installed, install the unions between theequipment and the seal.

Page 112: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water CONDUITS, CONDUIT Section 26 05 34

Bruce Street Pump FASTENINGS AND Page 4Station Relocation CONDUIT FITTINGSTender No. T04.2021 February 2021

3.1 CONDUIT .1 (Cont'd)INSTALLATION .15 Install conduits to prevent low pockets where (Cont'd) moisture can accumulate. Install a combination

breather and drain fitting at the lowest point ofeach above-grade conduit system, which is unbrokenby sealing fittings or other obstructions.

3.2 SURFACE .1 Run parallel or perpendicular to structure lines.CONDUITS

.2 Group conduits whenever possible on surfacechannels.

.3 Provide offsets for conduits entering surfacemounted enclosures, device boxes and fittings.

END

Page 113: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water INSTALLATION OF Section 26 05 44

Bruce Street Pump CABLES IN TRENCHES Page 1Station Relocation AND DUCTSTender No. T04.2021 February 2021

PART 1 - GENERAL

1.1 RELATED WORK .1 Electrical General Requirements: Section 26 05 01

.2 Earthwork: Section 31 20 00

.3 Concrete Encased Duct Banks: Section 33 65 73

.4 Direct Buried Underground Cable Ducts: Section33 65 76

PART 2 - PRODUCTS

2.1 MARKERS .1 Warning marker tape, colour as noted on drawings.

PART 3 - EXECUTION

3.1 DIRECT BURIAL .1 Excavate trenches for conduits/cables and relatedOF CABLES/CONDUITS excavations of sufficient width and depth at all

points.

.2 After sand bed specified in Section 31 23 10 -Excavating, Trenching and Backfilling, is in place,lay cables maintaining 150 mm clearance from eachside of trench to nearest cable. Do not pull cableinto trench.

.3 Provide offsets for thermal action and minor earthmovements. Offset cables 150 mm for each 60 m run,maintaining minimum cable separation and bendingradius requirements.

.4 Underground cable splices not acceptable.

.5 Minimum permitted radius at cable bends for rubber,plastic or lead covered cables, 8 times diameter ofcable; for metallic armoured cables, 12 timesdiameter of cables or in accordance withmanufacturer's instructions.

.6 Conduit/cable separation:

Page 114: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water INSTALLATION OF Section 26 05 44

Bruce Street Pump CABLES IN TRENCHES Page 2Station Relocation AND DUCTSTender No. T04.2021 February 2021

3.1 DIRECT BURIAL .6 (Cont'd)OF CABLES/CONDUITS .1 Maintain 190 mm minimum separation between (Cont'd) conduit/cables of different circuits.

.2 Maintain 300 mm horizontal separation betweenlow and high voltage cables/conduits..3 When low voltage cables cross high voltagecables/conduits maintain 300 mm vertical separationwith low voltage cables in upper position..4 At crossover, maintain 75 mm minimum verticalseparation between low voltage cables/conduits and150 mm between high voltage cables/conduits..5 Maintain 300 mm minimum lateral and verticalseparation for fire alarm and control cables whencrossing other cables, with fire alarm and controlcables in upper position..6 Install treated planks on lower cables 0.6 m ineach direction at crossings.

.7 After sand protective cover specified in Section31 20 00 - Earthwork, is in place, install acontinuous row of overlapping 38 x 140 mm pressuretreated planks as indicated to cover length of run.

3.2 CABLE .1 Install cables as indicated in ducts.INSTALLATION INDUCTS .2 Do not pull spliced cables inside ducts.

.3 Do not install splices underground.

.4 Install multiple cables in duct simultaneously.

.5 Use CSA approved lubricants of type compatible withcable jacket to reduce pulling tension.

.6 To facilitate matching of colour codedmulticonductor control cables reel off in samedirection during installation.

.7 Before pulling cable into ducts and until cables areproperly terminated; seal ends of non-leaded cableswith moisture seal tape.

.8 After installation of cables, seal duct ends withduct sealing compound.

.9 After installation of cables in hazardous areas,seal duct ends with appropriate sealing devices andcompound.

Page 115: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water INSTALLATION OF Section 26 05 44

Bruce Street Pump CABLES IN TRENCHES Page 3Station Relocation AND DUCTSTender No. T04.2021 February 2021

3.3 MARKERS .1 Install continuous marker tape over all buriedconduits.

3.4 FIELD QUALITY .1 Perform tests in accordance with Section 26 05 00.CONTROL

.2 Remove and replace entire length of cable if cablefails to meet any test criteria.

END

Page 116: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water WIRING DEVICES Section 26 27 26

Bruce Street Pump Page 1Station RelocationTender No. T04.2021 February 2021

PART 1 - GENERAL

1.1 SUBMITTALS .1 Submit shop drawings, and product data in accordancewith Section 01 00 00.

PART 2 - PRODUCTS

2.1 SWITCHES .1 Design S1:.1 Heavy duty 20A, 120V, single pole, toggleswitch with the following features:

.1 Rated for the hazardous classification asnoted on the drawings..2 Factory sealed switching mechanism..3 Aluminum operator mechanism and nylon cam..4 Copper free, cast aluminum body withthreaded hubs, 316 stainless steel hardware andaluminum alloy cover..5 Suitable for wet/damp/corrosive locations..6 Acceptable manufacturers:

.1 Crouse-Hinds

.2 Appleton

.3 Killark..2 Non-hazardous rated switches of one (1)manufacturer throughout project. Hazardous ratedswitches of one (1) manufacturer throughout project.

2.2 RECEPTACLES .1 Design R1:.1 Single receptacle and cover assembly, 20A, 125VAC with the following features:

.1 Rated for the hazardous classification asnoted on the drawings..2 Twist to activate receptacle, with audible"click" to indicate make and break of built-incontacts. Twisting plug locks in place so thatthe plug cannot be removed without deactivatingreceptacle..3 Factory sealed receptacle..4 Copper free cast aluminum body withthreaded hubs, 316 stainless steel hardware andspring loaded aluminum alloy cover..5 Suitable for wet/damp/corrosive locations..6 CSA type 5-20R (T-slot) configuration..7 Acceptable manufacturers:

Page 117: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water WIRING DEVICES Section 26 27 26

Bruce Street Pump Page 2Station RelocationTender No. T04.2021 February 2021

2.2 RECEPTACLES .1 (Cont'd) (Cont'd) .1 (Cont'd)

.1 Appleton.

.2 Crouse-Hinds.

.3 Killark.

.2 Other receptacles with ampacity and voltage asindicated.

.3 Use the receptacles of one (1) manufacturerthroughout project.

2.3 COVER PLATES .1 Cover plates for wiring devices.

.2 Provide the cover plates from one (1) manufacturerthroughout project.

.3 Brushed stainless steel, 1mm thick, cover plates,for wiring devices mounted in flush-mounted outletboxes.

.4 Electrogalvanized or cast aluminum cover plates withgaskets for wiring devices mounted insurface-mounted FS or FD type conduit boxes.

.5 Self-closing, weatherproof spring-loaded castaluminum or PVC cover plates, complete with gasketsfor duplex or single receptacles as indicated.Exterior cover plates must be suitable for wetlocations whether or not a plug is inserted into areceptacle.

PART 3 - EXECUTION

3.1 SWITCH, .1 Switches:RECEPTACLE, AND .1 Install single throw switches with handle inCOVER PLATE "UP" position when switch closed.INSTALLATION .2 Install switches in gang type outlet box when

more than one (1) switch is required in onelocation..3 Mount toggle switches at height specified inthese Specifications or as indicated.

.2 Receptacles:

Page 118: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water WIRING DEVICES Section 26 27 26

Bruce Street Pump Page 3Station RelocationTender No. T04.2021 February 2021

3.1 SWITCH, .2 (Cont'd)RECEPTACLE, AND .1 Install receptacles in gang type outlet boxCOVER PLATE when more than one (1) receptacle is required in oneINSTALLATION (1) location. (Cont'd) .2 Mount receptacles at height specified in these

specifications or as indicated.

.3 Cover plates:.1 Protect stainless steel cover plate finish withpaper or plastic film until painting and other workis finished..2 Install suitable common cover plates wherewiring devices are grouped..3 Do not use cover plates meant for flush outletboxes on surface-mounted boxes.

3.2 FIELD QUALITY .1 Test switches for proper operation.CONTROL

.2 Test receptacles for the following:.1 Polarity and grounding..2 Voltage drop test (test at 12A for 15Adevices). Voltage shall be within 5% of transformersecondary voltage.

.3 Record results including any deficiencies corrected.

END

Page 119: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water FUSES - LOW VOLTAGE Section 26 28 14

Bruce Street Pump Page 1Station RelocationTender No. T04.2021 February 2021

PART 1 - GENERAL

1.1 REFERENCES .1 CSA C22.2 No. 248.8-11(R2016), Low Voltage Fuses -Part 8: Class J Fuses.

1.2 SHOP DRAWINGS .1 Submit shop drawings and product data in accordanceAND PRODUCT DATA with Section 01 00 00.

1.3 MAINTENANCE .1 Provide three (3) spare fuses of each type and size.MATERIALS

1.4 DELIVERY AND .1 Ship fuses in original containers.STORAGE

.2 Do not ship fuses installed.

.3 Store fuses in original containers in moisture freelocation.

PART 2 - PRODUCTS

2.1 FUSES GENERAL .1 Fuses: use the product of one (1) manufacturerthroughout the Work.

.2 Low voltage fuses, types as specified, to be CSAcertified in accordance with applicable CSA Standardreferred to in 1.1.

2.2 FUSE TYPES .1 All fuses to be high rupturing capacity (HRC) type,minimum 200kA interrupting rating (momentary RMSsymmetrical).

.2 Class J:.1 Fuses rated 1 to 600 amperes, 600 Vac, to beCSA certified Class J in accordance with StandardC22.2 No. 248.8.

Page 120: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water FUSES - LOW VOLTAGE Section 26 28 14

Bruce Street Pump Page 2Station RelocationTender No. T04.2021 February 2021

2.2 FUSE TYPES .2 (Cont'd) (Cont'd) .2 Where a time delay characteristic is required,

fuses shall carry 500% of their ampere rating fornot less than 10 seconds and be clearly labeled"time delay".

.3 Standard of acceptance:.1 Class J: Mersen type A4J (non-time delay) andAJT (time delay)..2 Class J (high speed, semi-conductorprotection): Mersen Type HSJ.

.4 Acceptable manufacturers:.1 Mersen..2 Bussmann..3 Littlefuse.

PART 3 - EXECUTION

3.1 INSTALLATION .1 Install fuses in mounting devices immediately beforeenergizing circuit.

.2 Confirm correct fuses are fitted to physicallymatched mounting devices.

.3 Confirm correct fuses are fitted to assignedelectrical circuit.

.4 Confirm fuse size is correctly identified onequipment.

.5 For feeder circuit fuses, use fast acting Class Jfuses unless otherwise noted.

.6 For full voltage non-reversing motor starters, fullvoltage reversing motor starters, full voltagemulti-speed motor starters and transformers, usetime delay Class J fuses.

.7 For VFD's, use high speed, semi-conductor protectionClass J fuses.

.8 For 600Vac control circuits, use class CC typefuses, fast acting or time delay to suitapplication.

END

Page 121: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water MOULDED CASE CIRCUIT Section 26 28 21

Bruce Street Pump BREAKERS Page 1Station RelocationTender No. T04.2021 February 2021

PART 1 - GENERAL

1.1 SHOP DRAWINGS .1 Submit shop drawings and product data in accordanceAND PRODUCT DATA with Section 01 00 00.

PART 2 - PRODUCTS

2.1 BREAKERS .1 Bolt-on moulded case circuit breaker, quick- make,GENERAL quick-break type, for manual and automatic operation

with temperature compensation for 40°C ambient.

.2 Common trip breakers: with single handle formultiple applications.

.3 Magnetic instantaneous trip elements in circuitbreakers to operate only when value of currentreaches setting. Trip settings on breakers withadjustable trips to range from 5 to 10 x currentrating.

.4 Circuit breakers with interchangeable trips asindicated.

.5 Circuit breakers to have interrupting rating(momentary RMS symmetrical) as indicated.

2.2 THERMAL .1 Moulded case circuit breaker to operateMAGNETIC BREAKERS automatically by means of thermal and magnetic

tripping devices to provide inverse time currenttripping.

.2 Provide ground fault interrupter type for circuitsso marked.

2.3 MAGNETIC .1 Moulded case circuit breaker to operateBREAKERS automatically by means of magnetic tripping devices

to provide instantaneous tripping for short circuitprotection.

Page 122: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water MOULDED CASE CIRCUIT Section 26 28 21

Bruce Street Pump BREAKERS Page 2Station RelocationTender No. T04.2021 February 2021

2.4 OPTIONS .1 Provide enclosures for individual circuit breakersas indicated on the drawings.

.2 Where noted on the drawings, the circuit breakermust be service entrance rated.

2.5 ACCEPTABLE .1 Eaton Canada, Schneider Electric, Siemens.MANUFACTURERS

PART 3 - EXECUTION

3.1 INSTALLATION .1 Install circuit breakers as indicated.

END

Page 123: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water UNINTERRUPTIBLE POWER Section 26 33 53

Bruce Street Pump SUPPLY (UPS) Page 1Station RelocationTender No. T04.2021 February 2021

PART 1 - GENERAL

1.1 REFERENCES .1 UL 1778-14(R2017), Uninterruptible Power Systems.

1.2 SHOP DRAWINGS .1 Submit shop drawings and product data for review andAND PRODUCT DATA approval in accordance with Section 01 00 00.

1.3 OPERATION AND .1 Provide maintenance data for UPS for incorporationMAINTENANCE DATA into manual as specified in Section 01 00 00.

1.4 WARRANTY .1 Have the manufacturer provide a product warranty fora period of not less than two (2) years from thedate of Substantial Performance. Warranty to includefull parts and labour.

1.5 SCOPE OF SUPPLY .1 One (1) UPS unit for the pump station control panel.

1.6 SYSTEM .1 Uninterruptible Power Supply (UPS) System to be aDESCRIPTION solid state system providing uninterruptible DC

power for sensitive electronic equipment loads.

PART 2 - PRODUCTS

2.1 MATERIALS .1 UPS to be designed to operate as a true on-linesystem in normal, emergency, recharge and bypassmodes.

.2 The UPS unit will be comprised of the followingcomponents housed in a NEMA type 1 enclosure:.1 Battery module..2 Power supply unit.

.3 UPS system to include LED type status lightsindicating the following:.1 UPS on.

Page 124: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water UNINTERRUPTIBLE POWER Section 26 33 53

Bruce Street Pump SUPPLY (UPS) Page 2Station RelocationTender No. T04.2021 February 2021

2.1 MATERIALS .3 (Cont'd) (Cont'd) .2 Overload.

.3 Load percentage.

.4 Battery charge level.

.5 UPS fault condition.

.4 Provide the UPS complete with an On/Off pushbuttonand an audible alarm reset pushbutton.

.5 UPS to have built-in protection against undervoltage, overcurrent and over voltage conditions,including low-energy lightning surges.

.6 Design requirements:.1 Input voltage: 24Vdc..2 Output voltage: 24Vdc..3 Output load capacity: have the control panelfabricator size the UPS to match the control panelpower requirements..4 Battery runtime: minimum ten (10) minute runtime at the output load capacity rating.

.7 Acceptable materials:.1 Weidmuller CP DC Series complete with batterymodule or approved equivalent.

PART 3 - EXECUTION

3.1 INSTALLATION .1 Mount the UPS in the pump station control panel.

.2 Assemble and interconnect components to providecomplete UPS as specified.

.3 Connect UPS output to load.

.4 Start up UPS and make preliminary tests to ensuresatisfactory performance.

END

Page 125: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water SURGE PROTECTION DEVICES Section 26 43 13

Bruce Street Pump Page 1Station RelocationTender No. T04.2021 February 2021

PART 1 - GENERAL

1.1 DESCRIPTION OF .1 This section specifies requirements for the supplyWORK and installation of Surge Protection Devices (SPD's)

for the protection of the building electricalsystem.

1.2 REFERENCES .1 IEEE C62.41.1-2002, IEEE Guide on the SurgeEnvironment in Low-Voltage AC Power Circuits.

.2 ANSI/IEEE 1100-2005, Powering and GroundingElectronic Equipment.

.3 UL 1449 Fourth Edition-2021, Safety Surge ProtectiveDevices.

1.3 SHOP DRAWINGS .1 Submit shop drawings and product data in accordanceAND PRODUCT DATA with Section 01 00 00.

.2 Provide Shop Drawings with wiring diagrams,installation information, testing and maintenanceprocedures, and operational information for thetransient protection system.

.3 Indicate:.1 Dimensional Drawing indicating proposedmounting arrangements..2 Written functional description of the transientprotection circuit in terms of components,configuration, design approach, and performancecapability..3 The means of connection of the SPD to theelectrical distribution system..4 Have the manufacturer provide UL-1449, FourthEdition data card showing the Suppressed VoltageRating (SVR) for the specific catalogue number

1.4 OPERATION AND .1 Provide maintenance data for SPD for incorporationMAINTENANCE DATA into manual specified in Section 01 00 00.

Page 126: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water SURGE PROTECTION DEVICES Section 26 43 13

Bruce Street Pump Page 2Station RelocationTender No. T04.2021 February 2021

PART 2 - PRODUCTS

2.1 MANUFACTURERS .1 Acceptable manufacturers:.1 CITEL..2 Schneider Electric..3 Total protection solutions..4 Eaton.

.2 Inclusion in this list does not exempt therequirement that any proposed manufacturer must becompliant with the specifications.

2.2 ENVIRONMENTAL .1 General requirements:.1 No audible noise must be generated..2 Operating Conditions:

.1 -25°C to 50°C

.2 15 - 85 Percent Humidity Non-Condensing

2.3 SURGE .1 General requirements for service entrance:SUPPRESSORS - TYPE .1 Rated for a 600Y/347 volt, 60 Hertz, 3-phase,1 4-wire.

.2 Provide surge suppressors in accordance withthe following requirements:

.1 Unit to be parallel in design and connectin parallel into the electrical system. Eachsurge suppression element (MOV) must beindividually fused so that a failure of oneelement and/or fuse must not affect other surgesuppression elements..2 Unit to be UL 1449, 4th Edition Listed asa type 1 SPD..3 The maximum continuous operating voltage(MCOV) must be greater than 115% of the nominalsystem operating voltage..4 Maximum Voltage Protection Rating (VPR)for 600Y/347 Volt systems as follows:

.1 L-L = 3000V

.2 L-N = 1800V.5 Unit to provide minimum surge currentrating of 10,000 amperes per mode (L-N, L-G,N-G) and 40,000 amperes per phase based onANSI/IEEE C62.41.1, 8 by 20 microsecond currentwaveform.

Page 127: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water SURGE PROTECTION DEVICES Section 26 43 13

Bruce Street Pump Page 3Station RelocationTender No. T04.2021 February 2021

2.3 SURGE .1 (Cont'd)SUPPRESSORS - TYPE .2 (Cont'd)1 .6 Unit to have a short circuit current (Cont'd) rating of 200,000A at rated voltage or greater.

.7 Unit to include solid-state, long-lifeexternally mounted LED visual status indicatorsthat indicate the on- line status andoperational integrity of each phase of theunit..8 Include feature that tests the integrityof all modules, MOVs and fuses in the system..9 Unit to have an audible alarm with analarm on/off switch to silence the alarm..10 Enclosure: NEMA 1.

.3 Acceptable materials: square D type SDSA.

PART 3 - EXECUTION

3.1 INSTALLATION .1 General requirements:.1 Install surge suppression system whereindicated on the drawings..2 Keep conductors between suppressor and point ofattachment to service equipment as short aspossible, preferably not exceeding 600 mm..3 Grounding: connect suppressor ground to theequipment grounding conductor and service entranceground.

END

Page 128: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water LIGHTING EQUIPMENT Section 26 50 00

Bruce Street Pump Page 1Station RelocationTender No. T04.2021 February 2021

PART 1 - GENERAL

1.1 REFERENCES .1 ASTM F1137/F1137-19, American Society for Testingand Materials Specification for Phosphate/Oil andPhosphate/Organic Corrosion Protective Coatings forFasteners.

.2 FCC CFR47, USA Federal Communications CommissionFrequency Allocations and Radio Treaty Matters;General Rules and Regulations.

1.2 SHOP DRAWINGS .1 Submit shop drawings in accordance with Section 01AND PRODUCT DATA 00 00.

.2 Submit shop drawings for the following:.1 Luminaire..2 Lamp for each luminaire type..3 LED driver for each luminaire type.

.3 Shop Drawings:.1 Shop drawings must clearly indicate thefollowing:

.1 Luminaire ID number as identified incontract documents..2 Fixture specification as identified inPart 2 and on the drawings..3 LED driver specification as identified inPart 2 and on the drawings..4 Photometric and energy data for eachluminaire type.

.4 Catalogue cuts lacking sufficient detail to indicatecompliance with Contract documents will not beacceptable.

.5 Submit complete photometric data prepared byindependent testing laboratory for luminaires wherespecified, for review by the Engineer. Photometricdata to include:.1 VCP Table, spacing criterion;.2 Total input watts;.3 Candlepower summary, candela distribution,zonal lumen summary;.4 Luminaire efficiency, C.I.E. type, coefficientof utilization;.5 Lamp type;

Page 129: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water LIGHTING EQUIPMENT Section 26 50 00

Bruce Street Pump Page 2Station RelocationTender No. T04.2021 February 2021

1.2 SHOP DRAWINGS .5 (Cont'd)AND PRODUCT DATA .6 Lumen ratings (Cont'd)

1.3 OPERATION AND .1 Provide operation and maintenance data for inclusionMAINTENANCE in the manual in accordance with Section 01 00 00.

1.4 WASTE AND .1 Separate and recycle waste materials in accordanceDISPOSAL with 01 00 00.

.2 Place materials defined as hazardous or toxic wastein designated containers.

.3 Seal emptied containers and store safely fordisposal.

PART 2 - PRODUCTS

2.1 GENERAL .1 All LED luminaires must be capable of having theirLED array and driver field replaced.

2.2 LUMINAIRES .1 LED luminaire design L1:.1 Wall mounted, enclosed and gasketed LEDluminaire suitable for wet and a Zone 2 hazardouslocation (North American Gas Groups C&D..2 Input voltage: 120V, 60Hz..3 Nominal fixture lumens: 1800 lumens..4 Nominal fixture wattage: 25W..5 Light source: LED, 3500K, minimum 70CRI..6 LED driver: electronic, <20% THD, integralsurge protection. -40C minimum starting temperature..7 Housing: copper free die cast aluminum..8 Optics: frosted tempered glass globe, completewith cast aluminum guard..9 Temperature code T3 (135°C) or lowertemperature..10 Acceptable material:

.1 AZZ AVPH LED series.

.2 Killark MBL series.

.3 Columbia VTH series.

Page 130: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water LIGHTING EQUIPMENT Section 26 50 00

Bruce Street Pump Page 3Station RelocationTender No. T04.2021 February 2021

PART 3 - EXECUTION

3.1 INSTALLATION .1 Locate and install luminaires as indicated. Provideand install all necessary hangars, supports,fittings, etc. as necessary for a completeinstallation.

.2 Coordinate installation with all other services.

3.2 WIRING .1 Connect luminaires to lighting circuits asindicated.

3.3 LUMINAIRE .1 Clean all luminaires one (1) week prior toCLEANING substantial completion.

.2 Replace blemished, damaged or unsatisfactoryluminaires as directed.

END

Page 131: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water PRIMARY PROCESS Section 26 90 00

Bruce Street Pump INSTRUMENTATION DEVICES Page 1Station RelocationTender No. T04.2021 February 2021

PART 1 - GENERAL

1.1 WORK INCLUDED .1 This Section and its associated drawings specifiesthe requirements for the supply, calibration,installation, cabling, termination, testing andcommissioning of the pump station instrumentationand controls equipment.

.2 The Instrumentation and Controls scope of Work asdescribed in this section and as shown on thedrawings consists of, but is not limited to, thefollowing:.1 Supply, install, test and commission pumpstation control panel as indicated on the drawingsand specified herein (refer to Section 26 91 00)..2 Supply, calibrate, store, install, cable,terminate, test and commission instrumentation andcontrols equipment as identified on the drawings,and as specified herein..3 Receive, store, mount, cable, terminate, testand commission instrumentation and controlsassociated with equipment as supplied under otherDivisions..4 Assist control system integrator as required toprovide a complete and operational pump stationcontrol system as indicated.

.3 The drawings supplement this specification sectionin defining the Instrumentation & Controls scope ofwork required.

.4 Determine the final instrumentation/ controlscabling requirements after equipment shop drawingshave been approved, to meet the control requirementsas indicated or implied by the Contract Documents.

.5 Determine the instrumentation and controlsequipment/cabling termination details to reflect theequipment and panels actually supplied (after shopdrawing approval) and match the intent as indicatedor implied in the Contract Documents, to supply acomplete and functioning pump station. Document theabove instrumentation and controls cablingtermination details in the form of "As-built"termination detail drawings/loop drawings.

Page 132: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water PRIMARY PROCESS Section 26 90 00

Bruce Street Pump INSTRUMENTATION DEVICES Page 2Station RelocationTender No. T04.2021 February 2021

1.1 WORK INCLUDED .6 PLC/RTU and HMI programming will be completed by the (Cont'd) Owner's system integrator and is not part of this

contract.

.7 Assist the control system integrator during testingand commissioning of the pump station.

.8 Prepare, document and provide a testing andcommissioning plan for the pump station. Coordinatethis plan with the Owner, the Engineer and thecontrol system integrator.

1.2 RELATED WORK .1 Demolition, Removals and Modifications: Section02 41 10

1.3 REFERENCES .1 Carry out the Work of this section in accordancewith all applicable Federal, Provincial, Municipaland other laws/ordinances, and with the latestedition of the following standards which will bedeemed to be and form part of this specification:.1 American Society of Mechanical Engineers..2 Institute of Electrical and ElectronicEngineers..3 American Society for Testing Materials..4 Manufacturers Standardization Society..5 Canadian Standards Association..6 Instrument Society of America..7 Canadian Electrical Code.

.2 ASME/ANSI B16.5-2017, Pipe Flanges and FlangedFittings: NPS 1/2 through 24.

1.4 PROCEDENCE .1 In the event of a conflict between the abovementioned standards, this specification, or theattached drawings, notify the Engineer, who willthen advise on which standard is to be followed.

1.5 CERTIFICATION .1 Have all Instrumentation and controls works(Instrumentation mounting, tubing, cabling,terminating, calibration, testing and commissioning)carried out by certified ticketed InstrumentTradesmen.

Page 133: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water PRIMARY PROCESS Section 26 90 00

Bruce Street Pump INSTRUMENTATION DEVICES Page 3Station RelocationTender No. T04.2021 February 2021

1.6 SUBMITTALS .1 Submit instrumentation and controls equipment shopdrawings in accordance with 01 00 00. Have shopdrawings reviewed and approved by the Engineer priorto instrumentation and controls equipment purchaseor use.

.2 Instrumentation and controls equipment shop drawingsto include, but not be limited to, the following:.1 Complete model number of each instrument beingproposed, with model number breakdown codes..2 Identify applicable instrument/equipment tagnumbers on every shop drawing..3 Equipment operational specifications..4 Equipment dimensions, weight, mounting details,and materials of construction..5 Equipment power requirements, air supplyrequirements, process signal type, etc..6 Electrical termination information specific tothe device being purchased in this contract..7 Complete parts list with recommended inventoryof spare parts..8 Frequency and method of calibration (ifapplicable)..9 Manufacturer's installationrecommendations/requirements..10 Any sizing calculations (if applicable)..11 For relay control panels and field junctionboxes, provide layout, schematic and wiring diagram,complete with detailed materials list.

.3 Submit operations and maintenance manuals for allinstrumentation and controls equipment in accordancewith Section 01 00 00. Include information based onthe following requirements:.1 Operation and maintenance instructions to besufficiently detailed with respect to designelements, construction features, component functionand maintenance requirements, to permit effectivestart-up, operation, calibration, maintenance andrepair of the supplied equipment..2 Include names and addresses of local suppliersfor all items included in maintenance manuals..3 Include all instrumentation calibration sheets..4 Include "As-Built" shop drawings for controlpanels.

Page 134: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water PRIMARY PROCESS Section 26 90 00

Bruce Street Pump INSTRUMENTATION DEVICES Page 4Station RelocationTender No. T04.2021 February 2021

PART 2 - PRODUCT

2.1 GENERAL .1 Instrumentation and controls equipment must be of aINSTRUMENTATION proven design for each application and designed,

manufactured, inspected, and tested to comply withthe applicable regulations, codes, and standards.

.2 Select instrumentation and controls equipment tosuit the process and environmental requirements foreach application as described or implied in thisspecification and the drawings.

.3 Construct all instrumentation and controls equipmentto operate safely and reliably under all operatingconditions without undue wear, vibration, heat,noise, or other operating problems. Parts subject towear, corrosion, or other deterioration, orrequiring adjustment, inspection or repair, must beaccessible and capable of convenient fieldmaintenance.

.4 Provide proposed instrumentation and controlsequipment that is certified by an agency (preferablyCSA) approved by the applicable provincialElectrical Inspection Department. Where there is noalternative to supplying equipment that is notappropriately certified, special approval from theapplicable provincial Electrical InspectionDepartment will be required. Bear all costsassociated with obtaining such approval at noadditional cost to the Contract.

.5 Instrumentation and controls equipment locatedoutdoors must have a minimum enclosure rating ofNEMA 4X (IP66).

.6 The minimum instrumentation and controls equipmentelectrical connection size will be 13 mm NPT.

.7 Instrumentation and controls equipment requiring apower supply will be 24Vdc unless noted otherwise.

.8 All wired instrumentation and controls equipmentmust have provision for externally grounding theinstrument housing/enclosure.

Page 135: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water PRIMARY PROCESS Section 26 90 00

Bruce Street Pump INSTRUMENTATION DEVICES Page 5Station RelocationTender No. T04.2021 February 2021

2.1 GENERAL .9 Provide instrumentation and controls equipmentINSTRUMENTATION complete with a securely fastened manufacturer's (Cont'd) nameplate indicating instrument model, serial

number, calibrated range, etc., as required forordering a replacement item.

.10 Mount instruments not directly coupled to a processconnection on manufactured instrument stands (2 NPSpipe construction with sealed ends, stainless steel)or on a nearby wall. All mounting hardware formounting instrument stands and instruments must be316 SS. Mount instruments as per manufacturer'srecommendations.

.11 Process impulse line tubing from a processconnection to an instrument to be a minimum 13mm x1.2 mm, 316 SS seamless and annealed to ASTM A269.

.12 Use 316 SS twin-ferrule design tube fitting on allinstrument impulse and air supply tubing. Allthreaded fittings to be tapered NPT. Accomplishsealing of threaded connections by using highquality PTFE tape. Acceptable tube fittingmanufacturer's: Swagelok, Parker, or approvedalternate.

.13 Supply instrument tags for instruments as indicatedon the drawings. Affix a stainless steel tagindicating the instrument tag number to theinstrument using stainless steel wire. The tag mustbe approximately 50 mm x 25 mm and stamped in alegible manner, with a minimum 10 mm character size,and in the same format as shown on the drawings.

2.2 LEVEL .1 Laser type level sensor:INSTRUMENTS .1 Sensor to have integral transmitter.

.2 Enclosure: die cast aluminum with universalflat flange mount..3 Range: 0-10 m (excluding deadband)..4 Laser beam divergence of <0.3°..5 4-20 mA output signal of level, loop powered..6 Minimum accuracy of +/- 11mm. Resolution 5mm..7 Capable of local calibration/setup, with selfdiagnostics..8 Local display of level with engineering units..9 Heated window, 24 Vdc power supply..10 Assembly to be rated for applicable hazardousarea classification.

Page 136: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water PRIMARY PROCESS Section 26 90 00

Bruce Street Pump INSTRUMENTATION DEVICES Page 6Station RelocationTender No. T04.2021 February 2021

2.2 LEVEL .1 (Cont'd)INSTRUMENTS .11 Acceptable material: ABB LLT100 series. (Cont'd)

.2 Float switches:.1 Top mounted suspendable float type switch..2 Unit complete with integral cable, length tosuit application as determined on Site..3 One (1) SPDT contact, rated for at least 5 amps@ 120 VAC (continuous use)..4 Suitable for immersion in sanitary sewerage..5 Include intrinsically safe barrier where levelswitch is installed in hazardous area..6 Acceptable manufacturers: ITT Flygt ENM-10EX,Magnetrol, or approved equivalent.

2.3 FLOW .1 Magnetic flow meters must meet the following designINSTRUMENTS and performance requirements:

.1 Line size: 100mm diameter.

.2 Connection: 125# ANSI flanged.

.3 Flow range: 0-86 l/s.

.4 Flow tube: "formed" type, complete with SS gridbacking..5 Minimum 316 SS, self cleaning electrodes..6 24Vdc power supply..7 Supply grounding hardware in accordance tomanufacturer's recommendations..8 Mount flow transmiter remotely from the flowtube. Provide flow tube complete with integralcable, length to suit application..9 Flow tube to be rated for submergence and forthe specified hazardous classification..10 Flow transmitter to have minimum enclosurerating of NEMA 4X and suitable for -20°C to 50°Cambient operating temperatures..11 Flow transmitter to be programmable locallyusing keypad via simple menu-driven software, withintegral display showing flow rate with engineeringunits, and totalized flow..12 Online diagnostics of flow sensor andelectronics, including process checks, linearity andcalibration checks. Operator alarm notification viatransmitter display, relay outputs, and outputsignal (4-20 mA upscale/downscale manipulation)..13 4-20 mA output of flow rate, self powered,isolated. Capable of utilizing MODBUS TCP/IPcommunication protocol. Frequency pulse output forflow totalization (dry contact rated 30 VDC).

Page 137: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water PRIMARY PROCESS Section 26 90 00

Bruce Street Pump INSTRUMENTATION DEVICES Page 7Station RelocationTender No. T04.2021 February 2021

2.3 FLOW .1 (Cont'd)INSTRUMENTS .14 Minimum system flow accuracy of +/- 0.25% of (Cont'd) reading.

.15 Have adjustable damping ability.

.16 An adjustable low flow cutoff.

.17 Transmitter language to be English.

.18 Acceptable manufacturers: ABB, Krohne orEndress+Hauser.

PART 3 - EXECUTION

3.1 INSTALLATION .1 Execute the Work in a professional manner so that itpresents a neat appearance when completed.

.2 Ground shields for 24 Vdc twisted pair and triadInstrumentation signal cables on the end supplyingthe loop power, and tape on the opposite end. Allshield grounds to be continuous through anyintermediate field junction boxes (individuallyterminated and isolated).

.3 Ground 120 VAC multiconductor instrumentationdigital control cable grounds on both ends. When runthrough intermediate junction boxes, bring 120 VACcable grounds to a common junction box ground bar,and connect to earth ground via a junction boxground.

.4 Ground all field control panels and junction boxesto station ground using a #6 green copper groundingcable.

.5 Install all instrumentation and control equipmentbeing supplied by, or issued to, where and asindicated on the drawings, and in accordance withthe manufacturer's instructions. Strictly adhere tothe manufacturer's installation instructions.

.6 The Drawings indicate the extent and generalarrangement of the instrumentation and controlsequipment. Exact installation locations, distancesand levels will be governed by actual fieldconditions and is subject to approval by theEngineer.

Page 138: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water PRIMARY PROCESS Section 26 90 00

Bruce Street Pump INSTRUMENTATION DEVICES Page 8Station RelocationTender No. T04.2021 February 2021

3.1 INSTALLATION .7 If any departures from the original intent of the (Cont'd) Drawings and/or the Specifications are deemed

necessary by the Contractor, submit details of suchdepartures with Drawings if necessary, together withreasons for the departure to the Engineer as soon aspractical for approval. No such departure will bemade without prior written consent of the Engineer.

.8 Unless otherwise specified, fabricate and erect allsupport brackets or mounting brackets required.Purchase with all necessary mounting brackets fromthe instrument vendor.

.9 Locate instruments to minimize the possibility ofdamage from high temperature, vibration or humidity,and not to interfere with, or be damaged by,maintenance of other equipment. Instrumentinstallation must also provide for easyaccessibility for operation, inspection, andmaintenance purposes.

.10 Store materials in a manner as to maintain thepreservation of their quality and fitness for thework, and to facilitate inspection by theEngineer/Owner at any time. Keep instruments andequipment clean and protect against damage, dirt,and moisture.

.11 Protect installed equipment against water or dirtuntil it is commissioned. Use clear plastic sheetingof not less than 8-mil thickness for this purpose.

.12 Keep all enclosures, rooms, trenches, etc., freefrom construction debris, materials, dirt and waterat all times during construction.

.13 Coordinate equipment delivery, storage andinstallation requirements with all of the vendors.

.14 Repair/replace equipment damaged duringconstruction, or otherwise deemed defective ornon-compliant with this specification, at noadditional expense to the Contract. These expensesinclude all material, labour and other fees.

Page 139: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water PRIMARY PROCESS Section 26 90 00

Bruce Street Pump INSTRUMENTATION DEVICES Page 9Station RelocationTender No. T04.2021 February 2021

3.1 INSTALLATION .15 Inside all Instruments, Control Panels, and (Cont'd) Termination Junction Boxes, identify all cable

conductors using wire markers (Weidmuller PTtransparent sleeves with TM-I labels, or approvedalternate). Mark conductors with their correspondinginstrument tag number and Instrument terminal blocknumber (ex: HS3004/C, where HS3004 is the Instrumenttag number, and "C" is the Instrument terminal blocknumber the conductor is terminated on). This"conductor identifier" must remain the same throughany intermediate junction boxes, etc., all the wayback to its corresponding PLC/control cabinet.

.16 Leave conductors being terminated within a junctionbox/control panel long enough to be removed from itsassigned terminal block and reassigned to the samefield terminal strip.

.17 Coil together spare conductors of a cable inside itsassociated junction box/control panel and clearlyidentified with the cable number (ex: Spare-JB3000),unless indicated to be terminated on spareterminals. Leave adequate length to run the spareconductors anywhere within the junction box/controlpanel. Terminate spare conductors where identified.

.18 Fit stranded conductors with vinyl insulated wireend ferrules when terminating to terminal blocks,and vinyl insulated locking fork terminal connectorswhen terminating to screw terminals.

.19 For instruments with integral wire leads that areunarmoured (for example: level transducers), installan intermediate field junction box (rated for itsspecified area classification) close to theinstrument as practical, complete with requiredterminal blocks. Protect any exposed "non-armoured"wire leads using liquid-tight flexible metallicconduit. Where sensor leads are long enough to reachthe transmitter, provide conduit for routing"non-armoured" sensor wiring between sensor andtransmitter.

3.2 TESTING AND .1 Calibrate test and calibration equipment to anCALIBRATION industry recognized standard and affix proof ofEQUIPMENT calibration along with date of next calibration on

the equipment.

Page 140: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water PRIMARY PROCESS Section 26 90 00

Bruce Street Pump INSTRUMENTATION DEVICES Page 10Station RelocationTender No. T04.2021 February 2021

3.3 TESTING AND .1 Conduct all tests necessary to confirm the materialCHECK-OUT and workmanship are of the required degree of

excellence, and that the supplied equipment willperform as specified and guaranteed (verify wiring,wire continuity checks, tubing leak tests, etc.).

.2 Calibrate instruments before installation. Securethe services of qualified personnel (manufacturer'srepresentative) and equipment to conduct fieldinstrument calibration.

.3 Document the results of all tests/calibrations makeavailable to the Engineer and included in theproject Operations and Maintenance manual specified.

.4 Coordinate with suppliers of other Divisions fortheir required testing and commissioning procedures.

3.4 COMMISSIONING .1 Arrange and pay for the services of a manufacturer'sAND START-UP factory service representative to supervise the

installation, start-up, check, adjust, balance andcalibrate all supplied instruments to thesatisfaction of the Engineer and the Owner. Providethese services for such period, and for as manyvisits as necessary to put the installation inworking order, and to ensure that the operatingpersonnel are conversant with all aspects ofequipment and operation.

.2 Submit a written report signed by the manufacturer'srepresentative to the Engineer stating thefollowing:.1 That a satisfactory installation of theequipment has been performed outlining modificationsthat have been made as a result of testing/commissioning the equipment; and.2 That the maintenance instructions for theequipment have been presented to the Engineer andOwner.

.3 After the instrumentation and controls equipment andvendor packages have been installed, calibrated,checked out and tested by the Contractor, the pumpstation RTU programming and HMI SCADA systemtesting/commissioning can begin. Coordinate this

Page 141: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water PRIMARY PROCESS Section 26 90 00

Bruce Street Pump INSTRUMENTATION DEVICES Page 11Station RelocationTender No. T04.2021 February 2021

Work with the Owner's control system integrator.This will involve a point-by-point check for allPLC/RTU and HMI system monitored field I/O points,logic checks, communication checks, complete plantcontrols integration, and equipment start-ups.

.4 Provide technical personnel during this phase of thework for instrument recalibration, re-wiring, etc.,as required until the pump station control system isdeemed ready for operation.

.5 Perform a series of start/stops of the pumps undernormal power and generator power to confirm properoperation.

END

Page 142: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water PROCESS CONTROL SYSTEM Section 26 95 00

Bruce Street Pump EQUIPMENT Page 1Station RelocationTender No. T04.2021 February 2021

PART 1 - GENERAL

1.1 WORK INCLUDED .1 This section and its associated drawings specify therequirements for the design, fabrication, supply,installation and testing of the pump station controlpanel.

.2 The following items supplement this specificationsection in defining the control panel scope of workrequired:.1 Control System Block Diagram: identifies thenew components of the pump station control systemarchitecture, control system hardware and thecontrol system interconnecting cabling required..2 RTU I/O Lists: lists all of the hardwired I/Orequired for the pump station control panel..3 Electrical Control and AC/DC Schematics: use toassist in the design of the pump station controlpanel, indicating the number of relays, pushbuttons,switches, field I/O, etc., required for each panel..4 Control Panel Layout details: provide basiccontrol panel and field box layouts, requiredequipment, terminal block arrangements, terminationdetails etc.

1.2 REFERENCES .1 Carry out the Work under this section in accordancewith all applicable Federal, Provincial, Municipaland other laws, ordinances and with the latestedition of the following standards which shall bedeemed to be and form part of this specification..1 American Society of Mechanical Engineers..2 Institute of Electrical and ElectronicEngineers..3 American Society for Testing Materials..4 Manufacturers Standardization Society..5 Canadian Standards Association..6 Instrument Society of America..7 Canadian Electrical Code.

1.3 PRECEDENCE .1 In the event of a conflict between the abovementioned standards, this specification, or theattached drawings, notify the Engineer, who willthen advise on which standard is to be followed.

Page 143: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water PROCESS CONTROL SYSTEM Section 26 95 00

Bruce Street Pump EQUIPMENT Page 2Station RelocationTender No. T04.2021 February 2021

1.4 SUBMITTALS .1 Supply shop drawings for the pump station controlpanel being supplied. Shop drawings will be reviewedand approved by the Engineer before equipment can beordered. Submit shop drawings in accordance with 0100 00.

.2 Control panel shop drawings to include the followinginformation:.1 Dimensional outlines, sections and details ofall equipment..2 Detailed Bill of Materials..3 Equipment layout details..4 Equipment labelling details..5 Wiring diagram..6 Terminal block arrangements including fieldtermination details..7 All equipment specifications and instructionmanuals (RTU's, relays, etc.)..8 Instructions for the mounting of the controlpanel.

.3 Submit data for operations and maintenance manuals.Include in manuals information based on thefollowing requirements:.1 Operation and maintenance instructions to besufficiently detailed with respect to designelements, construction features, component functionand maintenance requirements, to permit effectivestart-up, operation, maintenance, repair,modification extension and expansion of any portionor feature of the installation.

.4 Provide "Record" wiring and schematic diagrams andgeneral arrangement drawings for the pump stationcontrol panel including a bill of materials.

PART 2 - PRODUCTS

2.1 GENERAL .1 Each control panel must be supplied, completelytested and ready for terminating field cables. Thisincludes all hardware (PLC/RTU, relays, powersupplies, pushbuttons, etc.), terminal blocks (forpower supplies and field I/O), wire ducts, internalpanel wiring etc., as required.

Page 144: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water PROCESS CONTROL SYSTEM Section 26 95 00

Bruce Street Pump EQUIPMENT Page 3Station RelocationTender No. T04.2021 February 2021

2.1 GENERAL .2 All outdoor control panels to be wall mounted, NEMA (Cont'd) 4X rated and of 316 SS construction. Enclosure doors

to be continuously hinged and include a padlockabledoor handle complete with integrated tabs suitablefor padlocks.

.3 Label panel terminal blocks, terminal block strips,and all internal wire conductors in accordance withthe panel fabricator standards.

.4 All control panel hardware (hinges, handles,latches, etc.) must be 316 SS. Provide each controlpanel complete with a back mounting plate.

.5 Provide at least a 25 mm clearance between theterminal blocks and the plastic wiring duct. Wireducts to be slotted and complete with covers. Wiringducts to be a minimum size of 25 mm wide x 50 mmhigh (supplier to determine if a larger size isrequired).

.6 Generally, terminate field wiring on the right handside (or bottom side) of terminal strips, andterminate internal panel wiring on the left handside (or top side) of terminal strips.

.7 Wire analog and digital signals within the samepanel or junction box to separate terminal strips.

.8 Completed control panels to have CSA approval.

.9 Adequately size each control panel to accommodatethe required hardware, terminal blocks, wire ducts,etc., as well as the number of cables/conduits.

.10 Individually label each control panel with alamicoid tag on the outside of the door and includethe cabinet tag number and its associateddescription. Nameplates to have a white backgroundwith black undercut lettering (316 SS screwmounted). Minimum lettering size to be 25 mm.

.11 All pushbutton and switch legend plates to be white(anodized or engraved) on a black background, exceptemergency stops, which shall have a red background.

.12 Each control panel to include a drawing pocket to beinstalled on the inside of the door to hold "AsBuilt" termination drawings.

Page 145: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water PROCESS CONTROL SYSTEM Section 26 95 00

Bruce Street Pump EQUIPMENT Page 4Station RelocationTender No. T04.2021 February 2021

2.1 GENERAL .13 Each control panel must have an adequately sized (Cont'd) pre-drilled and tapped copper ground bar and to be

provided with a grounding lug for a #6 AWG externalground connection. Where applicable, control panelswill also have a separate "isolated" copper groundbar for grounding of analog type 4-20 mA controlsignal cabling.

.14 Terminal blocks to be rated for at least 600V, 35A,minimum 6mm wide, capable of accepting a 10AWGconductor size, DIN rail mounted, complete withwhite marking tags with black lettering..1 Acceptable manufacturers: Weidmuller WDU4, orapproved equivalent.

.15 Control wiring circuit breaker type terminal blocksto be rated for 250V, up to 16A, single pole,pushbutton operated, DIN rail mounted, complete withwhite marking tags with black lettering..1 Acceptable manufacturers: Weidmuller 4201Series, or approved equivalent.

.16 Arrange terminal blocks so that no more than two (2)wires are terminated on any one (1) terminal block(including field wiring). The use of "wire jumpers"between terminal blocks will not be permitted. Onlyterminal block vendor approved "cross-connectionsystems" can be used for cross wiring between panelterminal blocks.

.17 Panel internal AC power wiring to be type RW90, #12AWG minimum. All 600V 3-phase power wiring, and anytaps to transformer HV connections, breakers, orsimilar must be black. Panel internal AC controlwiring to be red (minimum #14 AWG type TEW or RW90).All neutral wiring to be white (#14AWG minimum). AllDC digital signal wiring to be blue (#16AWGminimum). All analog signal wiring to be twisted,pair (Bk/Wh) or triad (Bk/Wh/Rd), shielded (#16AWGminimum). All ground wiring to be green (#14AWGminimum). Provide stranded copper wiring throughout.Segregate AC and DC wiring and install on separateterminal strips.

.18 Panel pushbuttons to be 30.5 mm heavy duty,dust-tight/watertight/oiltight, NEMA 12 rating,flush, momentary contact (unless indicated otherwiseon drawings), complete with one (1) normally openand one (1) normally closed contact (start, stop,etc.).

Page 146: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water PROCESS CONTROL SYSTEM Section 26 95 00

Bruce Street Pump EQUIPMENT Page 5Station RelocationTender No. T04.2021 February 2021

2.1 GENERAL .18 (Cont'd) (Cont'd) .1 Acceptable manufacturers: Allen Bradley 800T

series or approved equivalent.

.19 Panel selector switches to be 30.5mm heavy duty,dust-tight/watertight/oiltight, NEMA 12 rating,front-mounted, two or three position (refer tocontrol schematic drawings), either maintained orspring returned contacts (refer to control schematicdrawings), and complete with at least one (1)normally open and one (1) normally closed contactper position, or as required..1 Acceptable manufacturers: Allen Bradley 800TSeries or approved equivalent.

.20 Panel mounted indicating lights to be 30.5mm heavyduty, dust-tight/watertight/oiltight, NEMA 12rating, 24 Vdc, LED and coloured as per thedrawings..1 Acceptable manufacturers: Allen Bradley 800Tseries or approved equivalent.

.21 Control relays to have either 24 VDC or 120 VACoperating coil as required, plug-in socket, minimum15 amp @ 120 VAC rated contacts (2 form 'C') and LEDindicator..1 Acceptable materials: Allen Bradley 700-HBSeries, or approved equivalent.

.22 For breaker circuits, provide 120 VAC, single poledistribution circuit breakers, toggle type, DIN railmounted, continuous current rating as required, 10kA interrupting capacity..1 Acceptable product: Weidmuller 9926 series orapproved equivalent.

.23 For fused circuits, provide Class CC HRC fuses,complete with a 600V, 30A fuse holder, single pole,blown fuse indicator..1 Acceptable product: Mersen Cat. No. USCC1I orapproved equivalent.

.24 Intrinsically safe relays to be dual channel, 24 Vdcinput voltage, 4-20mA signal or relay version tosuit application. Acceptable materials: WeidmullerACT20X series.

Page 147: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water PROCESS CONTROL SYSTEM Section 26 95 00

Bruce Street Pump EQUIPMENT Page 6Station RelocationTender No. T04.2021 February 2021

2.2 PUMP STATION .1 Design, supply and install one (1) new completelyRTU CONTROL PANEL assembled control panel for the new pump station.

The existing pump station can be removed only afterthe new pump station has been tested, commissioned,and made operational.

.2 Design control panel for two (2) pumps rated 7.5 HP,three phase, 600 Volts, 60 Hz.

.3 Provide generator receptacle (347/600V, 100A, 3pole+ neutral + ground, pin and sleeve type,reversed service, NEMA 4X, polyester material,Leviton 5100B5W series complete with back box andweatherproof cover).

.4 Provide the pump station control panel with thefollowing features:.1 Single insulated enclosure, 316 stainlesssteel, NEMA 4X, service entrance rated toaccommodate the controls, utility metering, mainbreaker, interlocked normal and emergency breakersand pump starters. Provide a hinged cover for accessto the utility meter complete with locking hasp forutility lock. Arrange power components for a deadfront configuration. Include inner swing door (fullsize) for mounting control components..2 Main circuit breaker, three phase, 600 VAC,ampere rating as indicated, service entrance rated,complete with NEMA 1 enclosure. Breaker to bepadlockable in the off position. Refer tospecification Section 26 28 21. Installation to meetpower utility requirements..3 Normal power and generator power circuitbreakers, mechanically interlocked. Refer to Section26 28 21 for additional information..4 Individually protected motor starters (NEMAdesign, FVNR, minimum NEMA size 1 with electronicoverloads for each pump. Include circuit breaker foreach starter in accordance with Section 26 28 21 andcomplete with padlocking attachment to lock breakerin the off position. Overload relays to includesingle phase and ground fault protection and RS-485(Modbus RTU) communicatons to monitor the followingdata: Phase A, B and C currents, status and resettrip..5 Pump motor overload, over temperature and sealfailure protection. Coordinate temp/seal relays frompump supplier..6 Provide 3 phase voltage monitoring relay, CarloGavazzi type DPA01.

Page 148: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water PROCESS CONTROL SYSTEM Section 26 95 00

Bruce Street Pump EQUIPMENT Page 7Station RelocationTender No. T04.2021 February 2021

2.2 PUMP STATION .4 (Cont'd)RTU CONTROL PANEL .7 Provide panel mounted HOA selector switches, (Cont'd) pilot lights (pump run indication, pump fault

indication for each pump and general alarm) and apump reset button..8 Provide control transformer including primaryand secondary overcurrent protection for controlpower. Size for anticipated loads plus 25%additional capacity..9 Provide surge protection in accordance withSection 26 43 13..10 Provide voltage meter complete with RS-485(Modbus RTU) communications to monitor Phase A, Band C voltages. Acceptable materials: ELKor WattsOnMark II energy meter..11 Provide enclosure heater with thermostat onindividual breaker..12 RTU platform: supply and install amicroprocessor-based RTU platform. The RTU is tohave a minimum of 16 low voltage (24Vdc) digitalinputs, 8 digital outputs, 6 analog inputs (4-20mA).The RTU must be capable of Ethernet based 10/100Modbus TCP/IP communications, and serialcommunications (Modbus RTU and DF1).

.1 Acceptable products:.1 Schneider Electric "SCADAPack 334"series Remote Terminal Unit. Include anyadditional I/O modules and associatedhardware required to meet I/Orequirements.

.13 Refer to the drawings for required I/O at thepump station..14 Cross-wire the RTU I/O to the field I/Oterminals within the control panel. All RTU hardwareto be installed as per manufacturer's instructions(clearances, grounding, etc.)..15 Provide the RTU control panel with a UPS topower the control panel components in the event of adisruption in the 24Vdc panel power supply. Refer tospecification Section 26 33 53 for further UPSspecifications..16 Provide a 24Vdc power supply for any 24Vdc I/O,panel equipment requirements and for thetransmitters that are loop powered. Size toaccommodate at least 150% of its present loadrequirements (minimum 100Watt). Protect each 24Vdcsupply to each piece of equipment by a circuitbreaker. Acceptable materials: Weidmuller ProEcoseries, or approved equivalent.

Page 149: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water PROCESS CONTROL SYSTEM Section 26 95 00

Bruce Street Pump EQUIPMENT Page 8Station RelocationTender No. T04.2021 February 2021

2.2 PUMP STATION .4 (Cont'd)RTU CONTROL PANEL .17 Pre-wire I/O wiring to field wiring terminal (Cont'd) strips. Provide interposing relays complete with dry

contacts for each digital output. Protect up to 8digital outputs by a circuit breaker..18 Include space as indicated in the control panelfor the radio provided by the Owner..19 Include a minimum spare I/O points for analogand digital inputs/outputs as indicated on thedrawings..20 Group internal wiring to terminal blocks on aper-card basis..21 Protect a maximum of sixteen(16) digital inputsby a circuit breaker..22 Individually protect each analog input by fuse..23 Ethernet switch to be DIN rail mounting type,minimum 5 port x RJ45 connections, 10/100 Mbits/s,managed, industrial type. Acceptable materials:RedLion sixnet series (RAM-6021)..24 Include a door mounted Ethernet data outlet(Cat 6), and 15A, 120V duplex receptacle (CSA type5-15R) each complete with NEMA 12 rated covers..25 Include an internal LED light complete withdoor switch..26 Local operator interface: door-mounted localindustrial PC to facilitate local control(start/stop, setpoint adjustments, etc.) monitoring(equipment and process status) and troubleshooting(alarms, diagnostics, etc.), of the pump station.Have the panel fabricator provide required powerconnections and communication patch cables to thePC. Provide a PC with the following specifications:

.1 Operator interface specification:.1 Panel mounted PC with fanless design..2 Metal housing. Minimum IP65 compliantfront panel..3 Processor/Motherboard: minimum IntelAtom..4 Memory: minimum 4GB DDR3 DRAM..5 Monitor: 15 inch Projected CapacitiveMulti-touch screen..6 SSD: minimum 250GB..7 Power supply: integral, 24 Vdc input..8 Serial ports: minimum one (1)RS-232/RS-485..9 Ethernet ports: minimum two (2)ethernet ports Giga LAN (base-T, RJ45).10 USB port: minimum four (4) USB 2.0ports..11 Compact flash card slot.

Page 150: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water PROCESS CONTROL SYSTEM Section 26 95 00

Bruce Street Pump EQUIPMENT Page 9Station RelocationTender No. T04.2021 February 2021

2.2 PUMP STATION .4 (Cont'd)RTU CONTROL PANEL .26 (Cont'd) (Cont'd) .12 PCI expansion slot.

.13 Audio: one (1) line out and mic-injack..14 One (1) VGA and one (1) HDMIport..15 Operating system: Microsoft Windows10 TOT Enterprise..16 Acceptable materials: WinmateM-Series - R15IBWS.

.27 Control panel interrupting rating to be minimum14 kA at 600V, 3-phase..28 Include intrinsically safe barriers for floatswitches and non-harzardous rated instruments.

2.3 RADIO SYSTEM .1 Radio communications will be completed by theOwner's control system integrator.

2.4 PLANT SCADA .1 Control system programming/integration services (forSYSTEM PLC/RTU and HMI) will be provided by the Owner's

control system integrator. Coordinate testing,commissioning and start-up activities with theEngineer and the Owner and Owner's systemintegrator.

PART 3 - EXECUTION

3.1 INSTALLATION .1 Install pump station control panel where indicatedand in accordance with the manufacturer'sinstructions.

.2 Install and terminate cables and equipment per thedrawings and the manufacturer's instructions.

.3 Ground cabling, patch panels, racks and equipment asper manufacturer's instructions (use min. #6).

.4 Mount and position equipment, etc., in such a way asto allow for easy access for maintenance purposes.

Page 151: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Halifax Water PROCESS CONTROL SYSTEM Section 26 95 00

Bruce Street Pump EQUIPMENT Page 10Station RelocationTender No. T04.2021 February 2021

3.1 INSTALLATION .5 Store materials in a manner to ensure the (Cont'd) preservation of their quality and fitness for the

work, and to facilitate inspection by the Engineerat any time. Keep equipment clean and protectedagainst damages, dirt and moisture.

3.2 TESTING .1 Have the panel fabricator test (power-up) all panelcomponents and auxiliary devices to confirmfunctionality, verify all internal panel wiring, andconduct functionality testing in accordance with thecontrol schematics prior to delivery to site.Provide test reports to the Engineer.

.2 Provide a hard copy of test results.

.3 Refer to specification Section 26 90 00 foradditional testing.

END

Page 152: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

SUPPLEMENTARY SECTION 33 32 11 STANDARD SPECIFICATION PAGE 1 WASTEWATER PUMP STATIONS FEBRUARY 2021

GENERAL ..............................................................................................................2 1.1 Work Included ...................................................................................................2 1.2 Related Sections .................................................................................................2 1.3 Intent of Specification ........................................................................................2 1.4 References ..........................................................................................................3 1.5 Shop Drawings ...................................................................................................4 1.6 CSA Approval ....................................................................................................4 1.7 Operating and Maintenance Data .......................................................................4 1.8 Warranty ............................................................................................................5 1.9 Equipment Identification ...................................................................................5

PRODUCTS............................................................................................................5 2.1 Dry Pit - Submersible Pumps .............................................................................5 2.2 Submersible Pumps ............................................................................................8 2.3 Submersible Pump Hatch and Accessories ......................................................11 2.4 Valve Chamber ................................................................................................12 2.5 Vents ................................................................................................................13 2.6 Pipe and Fittings ..............................................................................................13 2.7 Isolation Valves ...............................................................................................14 2.8 Check Valves ...................................................................................................15 2.9 Miscellaneous Items.........................................................................................16 2.10 Pipe and Equipment Support .........................................................................17 2.11 Pressure Gauges .............................................................................................17 2.12 Sump Pump ....................................................................................................18 2.13 Continuous Liquid Level Measurement.........................................................18 2.14 Flow Meter .....................................................................................................19 2.15 Float Switches ................................................................................................19 2.16 Air / Vacuum Relief Valves ...........................................................................20 2.17 Modular Water-Stop Seals .............................................................................21 2.18 Flexible Couplings .........................................................................................21

EXECUTION .......................................................................................................21 3.1 Delivery, Handling and Storage .......................................................................21 3.2 Piping ...............................................................................................................22 3.3 Pipe Support .....................................................................................................23 3.4 Painting ............................................................................................................23 3.5 Valves ..............................................................................................................23 3.6 Pumps and Appurtenances ...............................................................................24 3.7 Pressure and Leakage Testing ..........................................................................24 3.8 Equipment Manufacturers’s Inspection and Testing .......................................25 3.9 Cleaning ...........................................................................................................25 3.10 Commissioning ..............................................................................................26

Page 153: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

SUPPLEMENTARY SECTION 33 32 11 STANDARD SPECIFICATION PAGE 2 WASTEWATER PUMP STATIONS FEBRUARY 2021

GENERAL

1.1 Work Included

.1 This section specifies requirements for construction of Halifax Water Wastewater Pumping Stations, including hatches, pumps, piping, supports, valves, and instrumentation (measuring devices). Work includes supply, installation, start-up and testing requirements of pumping station equipment.

.2 The specifications apply to equipment and material which may be incorporated as parts of wet wells, drywells, buildings, chambers, and instrumentation systems that are part of a wastewater pumping station.

.3 For the purposes of these specifications, wet wells, dry wells, buildings, and chambers begin at the first fitting on pipe entering or exiting these structures. Refer to other specification sections for buried piping, valves and other utilities.

1.2 Related Sections

.1 Concrete, Reinforcing & Formwork: Division 3.

.2 Miscellaneous Items: Section 33 39 00.

.3 Electrical Work: Division 26.

1.3 Intent of Specification

.1 These specifications are intended to define the requirements of common elements for the construction and installation of Halifax Water Wastewater Pumping Stations and have been prepared for use in conjunction with the specifications provided in the latest version of The Standard Specifications for Municipal Services as published by the Joint Committee on Contract Documents. This specification replaces in whole Section 33 32 14 of the Standard Specification for Municipal Services.

Page 154: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

SUPPLEMENTARY SECTION 33 32 11 STANDARD SPECIFICATION PAGE 3 WASTEWATER PUMP STATIONS FEBRUARY 2021

1.4 References

.1 American Association of State Highway and Transportation Officials (AASHTO): .1 AASHTO HB-2005, Standard Specification for Highway Bridges.

.2 American Boiler Manufacturers Association (ABMA): .2 ABMA Standard 9-2015, Load Ratings and Fatigue Life for Ball Bearings.

.3 American Standard Testing Methods (ASTM): .1 ASTM A48/A48M-2016, Standard Specification for Gray Iron Castings .2 ASTM A108-2018, Standard Specification for Steel Bar, Carbon and Alloy,

Cold-Finished. .3 ASTM A126-04(R2019), Standard Specification for Gray Iron Castings for

Valves, Flanges, and Pipe Fittings. .4 ASTM A240/A240M-2020, Standard Specification for Chromium and

chromium-Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications.

.5 ASTM A307-2014, Standard Specification for Carbon Steel Bolts, Studs, and Threaded Rods, 60 000 PSI Tensile Strength.

.6 ASTM A536-84, Standard Specification for Ductile Iron Castings.

.7 ASTM A743/A743M-2019, Standard Specification for Castings, Iron Chromium, Iron Chromium-Nickel, Corrosion Resistant, for General Application.

.8 ASTM F3125/F3125M-2019, Standard Specification for High strength Structural Bolts and Assemblies, Steel and Alloy Steel, Heat Treated, Inch Dimensions 120 ksi and 150 ksi Minimum Tensile Strength, and Metric Dimension 830 MPa and 1040 MPa Minimum Tensile Strength.

.4 American Society of Mechanical Engineers (ASME): .1 ANSI/ASME B16.1-2020, Gray Iron Pipe Flanges and Flanged Fittings

Classes 25, 125, and 250. .2 ASME B31.3-2018, Process Piping.

.5 American Waterworks Association (AWWA): .1 AWWA C104/A21.4-16, Cement-Mortar Lining for Ductile-Iron Pipe and

Fittings. .2 AWWA C110/A21.10-2012, Ductile Iron and Gray – Iron Fittings. .3 AWWA C115/A21.15-2020, Flanged Ductile-Iron Pipe with Ductile-Iron or

Gray-Iron Threaded Flanges. .4 AWWA C151/A21.5-2017, Iron, Centrifugally Cast. .5 AWWA C508-17, Swing Check Valves for Waterworks Service, 2-in.

Through 48 in. (50mm through 1200mm NPS).

Page 155: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

SUPPLEMENTARY SECTION 33 32 11 STANDARD SPECIFICATION PAGE 4 WASTEWATER PUMP STATIONS FEBRUARY 2021

.6 AWWA C509-2015, Resilient – Seated Gate Valve for Water Supply Service.

.7 AWWA C512-2015, Air-Release/Vacuum, and Combination Air Valves for Water and Wastewater Service.

.8 AWWA C517-2016, Resilient-Sealed Cast-Iron Eccentric Plug Valves.

.9 AWWA C520-2019, Knife Gate Valves, Sizes 50mm Through 2400mm.

.6 Canadian Standards Association (CSA): .1 CSA C22.2 No. 100-2019, Motors and Generators. .2 CSA C22.1-18, Canadian Electrical Code.

.7 Manufacturers Standardization Society (MSS): .1 MSS SP-58-2018, Pipe Hangers and Supports – Materials, Design,

Manufacture, Selection, Application and Installation.

.8 American National Standards Institute (ANSI)/National Electrical Manufacturers Association (NEMA): .1 ANSI/NEMA MG1-2018, Motors and Generators.

.9 Canadian General Standards Board .1 CGSB 1.59-97, Alkyd Exterior Gloss Enamel.

1.5 Shop Drawings

.1 Submit shop drawings in accordance with Section 01 10 00.

.2 Indicate details of piping, valves, supports, pumps, performance data, metal fabrications, access hatches, electrical connections and appurtenances.

1.6 CSA Approval

.1 All electro-mechanical equipment specified herein must be CSA certified.

1.7 Operating and Maintenance Data

.1 Provide operating and maintenance data in accordance with Section 01 10 00 and as follows: .1 System description. .2 Equipment data, material lists and diagrams.

Page 156: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

SUPPLEMENTARY SECTION 33 32 11 STANDARD SPECIFICATION PAGE 5 WASTEWATER PUMP STATIONS FEBRUARY 2021

.3 Performance curves for the pumps, wiring diagrams, and control system schematics, etc.

.4 Recommended maintenance procedures.

.5 Manufacturer’s operating instructions.

.6 Name, address, and telephone number of equipment suppliers.

.7 Information on guarantees and warranties.

1.8 Warranty

.1 All pumps and motors must carry a minimum of 24 months warranty from the date pumps are placed into regular service.

1.9 Equipment Identification

.1 Fit equipment with the manufacturer’s identification nameplates indicating size, equipment model, manufacturer’s name, serial number, voltage, cycle, phase and power motors, all factory supplied.

PRODUCTS

2.1 Dry Pit - Submersible Pumps

.1 Service: Submersible, solids handling, non-clog or grinder pumps installed in a dry well and suitable for handling raw, unscreened sanitary wastewater and capable of passing an 75mm spherical object.

.2 Pump characteristics: .1 DUTY POINT #1 – X flow and X head .2 DUTY POINT #2 – X flow and X head, if applicable .3 PUMP SPEED – X (rpm) rated speed .4 NPSHa – X (m) available NPSH .5 INLET SIZE – X diameter .6 OUTLET SIZE – X diameter .7 PUMP MOTOR POWER – X rated power .8 PUMP CONTROLLED ON VFD – X yes or X no .9 PUMP MODEL / NUMBER – X if applicable

.3 Pump unit to be capable of delivering flow and TDH, in accordance with Grade 1B tolerance of the HI (Hydraulic Institute) Standards.

Page 157: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

SUPPLEMENTARY SECTION 33 32 11 STANDARD SPECIFICATION PAGE 6 WASTEWATER PUMP STATIONS FEBRUARY 2021

.4 Supply each unit complete with manufacturer’s recommended mounting requirements.

.5 Pump and motor to be close-coupled, integral design with Class 125 flanged connections to ANSI B16.1.

.6 Pump casing to be grey cast iron to ASTM A48, Class 35B, with smooth surfaces, devoid of blowholes and other irregularities. Exposed nuts and bolts to be 304L series stainless steel construction.

.7 Impeller ductile iron or grey cast iron to ASTM A48, Class 35B, or duplex stainless steel A151 329, dynamically balanced, non-clog or recessed design having a long throughlet without acute turns. .1 Impeller: capable of handling solids, fibrous material, heavy sludge, and

other matter found in normal sewage applications. .2 Impeller vane design and passing sphere as indicated. .3 Pump out vanes in the back of impeller shroud to be large enough to

sufficiently expel solids away from seal area. .4 Maximum sized impellers for given pump model are not acceptable.

.8 Wear ring or plate system: .1 To provide efficient sealing between volute and impeller, and consist of a

stationary hard metal wear system, which is fitted to volute inlet. Wear rings to be of softer construction than impellers and must be removable and designed to compensate for normal wear encountered for the application

.9 Pump shaft and sleeve: .1 Accurately machined and of sufficient size to transmit full power from

driver. .2 Shaft material to be ASTM A108 Grade 1045 Steel. .3 Protect shafts from wear by a chrome steel shaft sleeve to ASTM

A743/743M A Gr. CA-15 325-400 BHN sealed to prevent leakage between sleeve and shaft.

.4 Provide each pump with a tandem mechanical shaft seal system.

.5 Tandem mechanical shaft seal to be of single spring design operating in an intermediate oil-filled seal cavity.

.6 The upper of the tandem set of seals operates in cooling medium. This set contains one (1) stationary ring and one (1) positively driven rotating ring.

.7 Seal materials: Tungsten-carbide or carbon-ceramic.

.10 Bearings: arranged to eliminate radial play and with a minimum B-10 life of 40,000 hours in accordance with ABMA Std. 9; grease lubricated with convenient

Page 158: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

SUPPLEMENTARY SECTION 33 32 11 STANDARD SPECIFICATION PAGE 7 WASTEWATER PUMP STATIONS FEBRUARY 2021

tapped opening for routine lubrication. Bearings to be permanently greased, single roller type for the upper bearing and two (2) row angular contact type for the lower bearing.

.11 Electric motors: .1 Pump motor: squirrel-cage induction type design, housed in a watertight or

dielectric oil-filled chamber of maximum efficiency and durability. Provide a motor designed for continuous duty capable of sustaining a minimum of fifteen (15) starts per hour.

.2 Motor stator: directly shrink-fitted into the stator housing. Insulate stator winding and leads with moisture-resistant varnish capable of withstanding a temperature of 155°C or the motors maximum temperature rise, whichever is greater. Insulation rating to Class F or higher.

.3 Equip air-filled motor housing with a moisture detector to detect any leakage of liquid into the stator housing. Wire the signals from the thermal switches and the moisture detector to the control panel. Equip oil-filled motor housing with thermal switches only.

.4 Integrate moisture sensor detection system consisting of two (2) probes within the oil-filled seal chamber which is isolated from the motor chamber. This sensor will provide early warning of lower seal failure.

.5 Accomplish control of the moisture detector and the winding thermal switches by using a control/indicator relay(s) which will be installed and wired inside the control panel to stop the pump unit upon a fault signal.

.6 Motors to be air cooled or oil cooled to manufacturer’s standard.

.7 Motor to be able to operate dry without damage while pumping under load.

.8 Appropriately match the motor to the speed and torque requirements of the proposed pump and confirm it is capable of continuous duty.

.9 Motors to comply with the latest edition of NEMA standard MG1, Motors and Generators, and CSA C22.2 No. 100, Motors and Generators.

.10 The motors will be operated from a 600 volt, 3 phase, 60 Hz power supply. Voltage tolerance ± 10%.

.11 Motor to have a 1.15 service factor and be operable at the service factor load continuously without exceeding the insulation rated temperature rise at 40°C ambient.

.12 Pumps to be cooled with a water jacket around the stator casing. Provide a motor designed to operate up to 40°C ambient with a temperature rise not to exceed 80°C. Power cable to the motor to be CSA approved, sized for service, sealed at the pump entry by a compressed grommet/washer assembly and be continuous from pump to electrical panel.

.13 Motors to be inverter rated.

.14 On motors 112 kW (150 Hp) or larger provide: .1 Vibration monitoring. .2 RTD’s three (3) on each motor windings.

Page 159: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

SUPPLEMENTARY SECTION 33 32 11 STANDARD SPECIFICATION PAGE 8 WASTEWATER PUMP STATIONS FEBRUARY 2021

.3 RTD’s two (2) on upper and lower bearings. .15 Motors and electrical assemblies must be suitable for use in a Zone 2 area as

defined by the Canadian Electrical Code.

.12 Grinder pumps to have hardened stainless shredding ring and grinder to reduce sewage to a small size for discharge through small diameter piping.

.13 Power and/or control (monitoring) cable(s): neoprene-jacketed type SOW composite cable sized to meet or exceed electrical code requirements. Cable to be suitable for submerged use and CSA approved. .1 Confirm cable entry design has an impermeable seal. .2 Combine power, temporary sensing and moisture sensor conductors into a

single cord. Cable to enter through a double grommet and internal strain relief to a terminal strip for conductor attachment. Cable entry design must be capable of continuous submergence underwater without loss of watertight integrity to a depth of 20 m.

.14 Acceptable Manufacturer: Xylem/Flygt, KSB or ABS.

2.2 Submersible Pumps

.1 Service: Submersible, solids handling, non-clog or grinder pumps installed in wet wells and suitable for handling raw, unscreened sanitary wastewater and capable of passing an 75mm spherical object.

.2 Pump characteristics: .1 DUTY POINT #1 – X flow and X head .2 DUTY POINT #2 – X flow and X head, if applicable. .3 PUMP SPEED – X (rpm) rated speed .4 INLET SIZE – X diameter .5 OUTLET SIZE – X diameter .6 PUMP MOTOR POWER – X rated power .7 PUMP CONTROLLED ON VFD – X yes or X no .8 PUMP MODEL / NUMBER – X if applicable

.3 Pump unit to be capable of delivering flow and TDH, in accordance with Grade 1B tolerance of the HI (Hydraulic Institute) Standards.

.4 Supply each unit complete with a mating, cast iron discharge connection and stainless steel lifting chain or cable, approved for overhead lifting and of adequate

Page 160: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

SUPPLEMENTARY SECTION 33 32 11 STANDARD SPECIFICATION PAGE 9 WASTEWATER PUMP STATIONS FEBRUARY 2021

strength to permit raising and lowering of the pump. Lifting system must be compatible with existing municipal lifting equipment.

.5 Pump and motor to be close-coupled, integral design with custom discharge connection. Install a discharge connection and elbow in wet well, together with the discharge piping.

.6 Pump to be automatically connected to discharge connection elbow when lowered into place, and easily removed for inspection and service.

.7 Pump casing to be grey cast iron, to ASTM A48, Class 35B, with smooth surfaces, devoid of blowholes and other irregularities. All exposed nuts and bolts to be 304L series stainless steel construction.

.8 Impeller ductile iron or grey cast iron, to ASTM A48, Class 35B, or duplex stainless steel A151 329, dynamically balanced, non-clog or recessed design having a long throughlet without acute turns. .1 Impeller: capable of handling solids, fibrous material, heavy sludge, and

other matter found in normal sewage applications. .2 Impeller vane design and passing sphere as indicated. .3 Pump out vanes in the back of impeller shroud to be large enough to

sufficiently expel solids away from seal area. .4 Maximum sized impellers for given pump model are not acceptable.

.9 Wear ring or plate system: .1 To provide efficient sealing between volute and impeller, and consist of a

stationary hard metal wear system, which is fitted to volute inlet. Wear rings to be of softer construction than impellers and must be removable and designed to compensate for normal wear encountered for the application

.10 Pump shaft and sleeve: .1 Accurately machined and of sufficient size to transmit full power from

driver. .2 Shaft material: to ASTM A108, Grade 1045 Steel. .3 Protect shafts from wear by a chrome steel shaft sleeve to ASTM

A743/A743M Gr. CA-15 325-400 BHN sealed to prevent leakage between sleeve and shaft.

.4 Provide each pump with a tandem mechanical shaft seal system.

.5 Tandem mechanical shaft seal to be of single spring design operating in an intermediate oil-filled seal cavity.

.6 The upper of the tandem set of seals operates in cooling medium. This set contains one (1) stationary ring and one (1) positively driven rotating ring.

Page 161: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

SUPPLEMENTARY SECTION 33 32 11 STANDARD SPECIFICATION PAGE 10 WASTEWATER PUMP STATIONS FEBRUARY 2021

.7 Seal materials: Tungsten - carbide or carbon ceramic.

.11 Bearings: arranged to eliminate radial play and with a minimum B-10 life of 40,000 hours in accordance with ABMA Std 9; grease lubricated with convenient tapped opening for routine lubrication. Bearings to be permanently greased, single roller type for the upper bearing and two (2) row angular contact type for the lower bearing.

.12 Electric motors: .1 Pump motor: squirrel-cage induction, inverter duty rated type design, housed

in a watertight or dielectric oil-filled chamber of maximum efficiency and durability. Provide a motor designed for continuous duty capable of sustaining a minimum of fifteen (15) starts per hour.

.2 Motor stator: directly shrink-fitted into the stator housing. Insulate stator winding and leads with moisture-resistant varnish capable of withstanding a temperature of 155°C or the motors maximum temperature rise, whichever is greater. Insulation rating to Class F or higher.

.3 Rotor bars and short-circuit rings to be made of aluminium. Use thermal sensors to monitor stator temperatures on all pumps. Equip stator with not less than two (2) thermal switches embedded in the end coils of the stator windings (one switch per phase to protect the motor against surcharges and high temperature). Use these in conjunction with, and supplemental to, external motor overload protection, and wired to the control panel.

.4 Equip air-filled motor housing with a moisture detector to detect any leakage of liquid into the stator housing. The signals from the thermal switches and the moisture detector to be wired to the control panel. Equip oil-filled motor housing with thermal switches only.

.5 Integrate moisture sensor detection system consisting of two (2) probes within the oil-filled seal chamber which is isolated from the motor chamber. This sensor will provide early warning of lower seal failure.

.6 Accomplish control of the moisture detector and the winding thermal switches by using a control/indicator relay(s) which will be installed and wired inside the control panel to stop the pump unit upon a fault signal.

.7 Motors to be air cooled or oil cooled to manufacturer’s standard.

.8 Motor to be able to operate dry without damage while pumping under load.

.9 Appropriately match the motor to the speed and torque requirements of the proposed pump and confirm it is capable of continuous duty.

.10 Motors to comply with the latest edition of NEMA standard MG1, Motors and Generators, and CSA C22.2 No. 100, Motors and Generators.

.11 The motors will be operated from a 600 volt, 3 phase, 60 Hz power supply. Voltage tolerance ± 10%.

Page 162: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

SUPPLEMENTARY SECTION 33 32 11 STANDARD SPECIFICATION PAGE 11 WASTEWATER PUMP STATIONS FEBRUARY 2021

.12 Motor to have a 1.15 service factor and shall be operable at the service factor load continuously without exceeding the insulation rated temperature rise at 40°C ambient.

.13 Pumps to be cooled with cooling fins; pumps over 10 kW are to be cooled with a water jacket around the stator casing. Provide a motor designed to operate up to 40°C ambient with a temperature rise not to exceed 80°C.

.14 Motors to be inverter duty rated.

.15 Motors and electrical assemblies must be suitable for use in a Zone 1 Hazardous Area as defined by the Canadian Electrical Code.

.13 Grinder pumps to have hardened stainless shredding ring and grinder to reduce sewage to a small size for discharge through small diameter piping.

.14 Power and/or control (monitoring) cable(s): neoprene-jacketed type SOW composite cable, inverter rated and sized to meet or exceed electrical code requirements. Cable to be continuous and suitable for submerged use and CSA certified. .1 Combine power, temporary sensing and moisture sensor conductors into a

single cord. Entry into the pump is accomplished in two (2) ways: .1 On the smaller motors (up to 30 HP), furnish a plug-in power cable

to allow easy changes of both voltage and cable length without motor entry.

.2 On the larger motors (30 HP and above) with much larger cable sizes, the cable enters through a double grommet and internal strain relief to a terminal strip for conductor attachment.

.2 Cable entry design must be capable of continuous submergence underwater without loss of watertight integrity to a depth of 20 m.

.15 Flush valves: install one (1), hydraulically operated flush valve in each wet well.

.16 Acceptable Manufacturers: Xylem/Flygt, KSB or ABS.

2.3 Submersible Pump Hatch and Accessories

.1 Have hatch, guide bars, charge pump discharge connection and lifting chaise supplied by submersible pump manufacturer.

.2 Provide 316L stainless steel or hot-dipped galvanized vertical guide bar(s) or cables with each pump to ensure correct alignment of pump with automatic discharge connection and to allow pump lifting and lowering. Provide system to attach guide bars to access hatch using 316L stainless steel fasteners or brackets.

Page 163: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

SUPPLEMENTARY SECTION 33 32 11 STANDARD SPECIFICATION PAGE 12 WASTEWATER PUMP STATIONS FEBRUARY 2021

.3 For each pump, provide 316 stainless steel or hot-dipped, galvanized lifting chains, securely fixed at lower end to the pumps and at the upper end of the hook for attachment to a lifting winch.

.4 Pump Hatch: .1 Frame material to be 6061-T6 aluminium. Fabricate cover using 6mm

diamond plate of 5086 aluminium. Frame and cover designed for heavy-duty traffic loading of 16,000 lbs plus 30% impact H-20, wheel loads to AASHTO HB. Cover to rest on a rubber gasket to be hinged along one side with a heavy-duty 316L stainless steel hinge.

.2 Top of the access frame to be flush, the handle recessed. Provide padlock clip within the recess to lock the cover in the closed position. Provide cover stay to allow the cover to be locked in the open position.

.3 Design access frames to be cast into the pre-cast concrete top of the wet well structure, extrusion to be shaped such as to provide good anchoring to the concrete. All surfaces in contact with the concrete to be bitumastic coated. Frames to be capable of being installed side-by-side by bolting them together using standardized bolting kits.

.4 Provide aluminium rail nuts within the extrusions, permitting an upper guide holder, a level regulator hanger and a chain hook to be attached without any modifications required to the frame.

.5 Clearly display a bilingual confined space warning label on the underside of the cover.

.6 Provide a safety grate for fall through protection. When installed in pairs, install safety grates so that they open outward.

.7 Acceptable Manufacturer: E.J. or Bilco.

.5 Provide cast iron, automatic discharge connection for each pump to connect pump to discharge piping. Discharge connection to be permanently fixed in position by anchor bolts attached to the bottom of the pump chamber and shall discharge connections to permit rapid and precise installation or removal of the pumps without entering the pump chamber.

2.4 Valve Chamber

.1 Valve chamber structure to be pre-cast concrete material, supplied and installed in accordance with Halifax Water – Section 33 39 00 – Manholes, Catch Basins and Structures.

.2 Dimensions and configuration: as indicated on the drawings.

Page 164: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

SUPPLEMENTARY SECTION 33 32 11 STANDARD SPECIFICATION PAGE 13 WASTEWATER PUMP STATIONS FEBRUARY 2021

.3 Provide minimum 500mm x 500mm x 575mm deep sump.

.4 Surface loading: non-traffic rated.

.5 Roof Scuttle (Access): .1 Mount roof scuttle on 150mm high, precast curb anchored into valve

chamber structure. .2 Size: 762 mm x 2,438 mm. .3 Door leaf: single leaf aluminum (11 gauge). .4 Channel frame: aluminum with anchor flange around perimeter water-tight

gasket. .5 Hardware: heavy-duty stainless-steel hinges, stainless steel pins,

compression spring operators, and automatic hold-open arm with release handle.

.6 Provide 25 mm thick rigid insulation.

.7 Acceptable manufacturer: Bilco Type L or approved equal.

.6 Acceptable precast manufactured product: Utility Vault manufactured by Shaw Precast Solutions.

2.5 Vents

.1 Vent pipe: 316L stainless steel material, welded, minimum schedule 10, not less than 150 mm diameter with smooth flow elbow fittings and flanges where indicated.

.2 Above-ground ventilation piping to be stainless steel and goose-necked with a bird screen on the open end.

2.6 Pipe and Fittings

.1 Stainless Steel: .1 Pipe material: 316L stainless steel – schedule 10. .2 All bolt assemblies to be 316L stainless steel material. .3 Elbows to be smooth flow schedule 10 design. .4 Weldneck or Vanstone Rings: 316L stainless steel conforming to ASTM

A240 and pressed type with minimum 11 USS gauge. .5 Backing flanges: 316L stainless steel to ASME B16.1, Class 125 bolt

pattern.

Page 165: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

SUPPLEMENTARY SECTION 33 32 11 STANDARD SPECIFICATION PAGE 14 WASTEWATER PUMP STATIONS FEBRUARY 2021

.6 Grooved end couplings: galvanized rigid style Victaulic style No. 89 or W89 or approved equivalent.

.7 Gaskets: 3.2mm thick neoprene rubber suitably reinforced.

.8 Joints 50mm and less to be threaded.

.2 Ductile Iron: .1 Ductile iron will be accepted as an alternate to stainless steel for exposed

piping within chambers above floor slabs. .2 Pipe material: ductile iron to AWWA C151, special Class 54, cement mortar

lined to AWWA C104, maximum working pressure 2400 kPa. .3 Pipe joints: flanged to AWWA C115 with Class 125 flange dimensions to

ANSI/ASME B16.1. .4 Fittings: ductile iron or grey iron to AWWA C110 with Class 125 flange

connections to ANSI/ASME B16.1 and cement mortar lined to AWWA C104.

.5 Gaskets: 3.2mm neoprene rubber suitably reinforced.

.6 Coatings: all pipe and fittings to be coated with manufacturer’s standard coating.

.7 Groove end couplings to be ductile iron to ASTM A536, Victaulic Style 31 (or equivalent), complete with flush seal “M” gasket.

.8 Bolt assemblies shall conform to ASTM A307 for Grade B steel machine bolts and nuts.

2.7 Isolation Valves

.1 Gate Valve: .1 Service: Clean water for wash down of facility or incoming water service. .2 Size up to 300 mm: ductile or cast iron body with Class 125 flanged ends to

ASME B16.1 or to AWWA C509, minimum working pressure rating of 1,380 kPa, UL and FM approved. Mechanism shall be bronze mounted, solid wedge gates, OS & Y, rising stem handwheel type.

.3 Size 75 mm and smaller (stainless steel): 150 lbs Class, Stainless Steel, OS & Y gate valve with flanged ends.

.2 Plug Valve: .1 Service: Wastewater, pump and other equipment isolation. .2 Rugged, eccentric type plug valves suitable for raw sewage service and

minimum of 90% full port area. .3 Rating: 1050 kPa at 37°C. .4 Body: ASTM A126 Class B cast iron with nickel-welded raised seats, to

AWWA C517, complete with ASME B16.1 Class 125 flanged end connection.

Page 166: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

SUPPLEMENTARY SECTION 33 32 11 STANDARD SPECIFICATION PAGE 15 WASTEWATER PUMP STATIONS FEBRUARY 2021

.5 Plug: Buna N or Neoprene coated for resilient plug face and bubble tight shut off.

.6 Bearings: stainless steel and Teflon permanently lubricated.

.7 Packing: Buna N or Teflon combination.

.8 Bolted bonnet design repackable without removing bonnet.

.9 Actuator: lever actuator for 150 mm and smaller valves; geared actuator with handwheel for valves greater than 150 mm; actuator to be supplied by valve manufacturer. Geared actuators to indicate valve position and have permanently lubricated bearings, semi-steel housing and seals against dirt and water.

.10 Accessories: valves with centerlines greater than 2,135mm from the finished floor must be operated by chain operator and chain wheel provided by the valve manufacturer to operate that particular valve. Chain to be stainless steel and operator wheel to have full range of control for opening and closing valve. Use geared chain wheel operators on valves over 400mm. Fit chain wheel to be fitted to operating nut of valve. Securing chain wheel to handwheel of valve is not acceptable.

.3 Ball Valves: .1 Service: Wastewater and clean water general service for wash down and

instrument location. .2 Stainless steel, 3-piece body, 6900 kPa rated, full port ball valve with

threaded end connections.

.4 Knife Gate Valves: .1 Service: Wastewater, for wet-well compartment isolation and pump suction

piping. May also be used for wet-well to dry-well isolation, but only when there is insufficient space for plug valve.

.2 Heavy duty, cast stainless steel body to AWWA C520 with PTFE seats and braided PTFE packing with EDPM O-ring seal. Connections to be 125 lb. flanged to ASME B16.1 complete with lugs. Liner and gate material to be 316L stainless steel.

.3 Floor box: provide 316L stainless steel stem extension. Floor boxes to be fabricated from 316L stainless steel and sealed from top and bottom. Provide 50mm operating nut and guide assembly. Confirm position of floor box is suitable for “T” operation key.

.4 Stem extensions: Designed to manually operate, fabricated from stainless steel, and be directly mounted to the valve actuator.

2.8 Check Valves

.1 Check Valves (less than 50mm):

Page 167: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

SUPPLEMENTARY SECTION 33 32 11 STANDARD SPECIFICATION PAGE 16 WASTEWATER PUMP STATIONS FEBRUARY 2021

.5 Service: sanitary sewage.

.6 Swing type check valve with threaded end connections. Cast stainless steel with 316 stainless steel components suitable for 1060 kPa cold water service.

.2 Check Valves: (50mm and larger) .1 Ball Check Valves:

.1 Service: sanitary sewage.

.2 Install in vertical orientation only.

.3 Only use ball check valves for pipe work of 100 mm diameter or less.

.4 316L stainless steel body non-clog, unobstructed free flow type suitable for raw sewage service and with threaded NPT end connections.

.5 Ductile iron body, non-clog, unobstructed free flow type with two (2) bolt bonnet and with flanged end connections, 316L stainless steel hardware.

.2 Swing Check Valves: .1 Service: sanitary sewage. .2 Full body, swing type check valve with lever and weight closure to

AWWA C508.. .3 Valve to be rated for 1735 kPa working pressure. .4 Body and disk to be cast iron in accordance with ASTM A-126-B,

with stainless steel hinge shaft, bronze seats, and 125 lbs flanged connections. 316L stainless steel hardware.

2.9 Miscellaneous Items

.1 Splash plate: fabricated from 316L stainless steel.

.2 Insulation: as specified in Halifax Water – Section 33 39 00.

.3 Waterproofing: as specified in Halifax Water – Section 33 39 00.

.4 Roof Scuttle Locking Mechanism: fabricated from hot-dipped, galvanized metal.

.5 Ship ladder and handrail: fabricated from hot-dipped, galvanized metal.

.6 Wet well structure: precast as specified in Halifax Water – Section 33 39 00. Cover section designed for heavy-duty traffic loading of 16,000 lbs plus 30% impact H-20 wheel loads to AASHTO HB.

Page 168: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

SUPPLEMENTARY SECTION 33 32 11 STANDARD SPECIFICATION PAGE 17 WASTEWATER PUMP STATIONS FEBRUARY 2021

2.10 Pipe and Equipment Support

.1 Pipe Supports: .1 316L stainless steel construction with stainless steel hardware in wet wells. .2 316L stainless steel or hot-dipped, galvanized steel with stainless steel

hardware in valve chambers.

.2 Fabricate hangers and supports in accordance with ASME B31.3 and MSS-SP58.

.3 Support only from structural members. Where structural bearing does not exist or inserts are not in suitable locations, provide supplementary structural steel members. Provide supplementary members suitable for use of the products specified in this section.

.4 Pipe Hangers: .1 Pipe hangers and supports to be 316L stainless steel. .2 Inserts and fasteners to be stainless steel.

.5 Concrete Pads: .1 Provide minimum 100 mm high concrete housekeeping pads for base-

mounted equipment; size pads 65 mm beyond equipment flanges; chamfer pad edges.

.2 Provide concrete pipe supports where indicated. Extend concrete to spring line of pipe; pipe supports to be 65 mm wider than pipe on both sides; chamfer edges.

.6 Elevate floor mounted support plates on a minimum of 25mm thick, chamfered, grout pad.

2.11 Pressure Gauges

.1 Stainless steel case type. Minimum pressure gauge increments 14 kPa (2 psi); a minimum of 100 mm faced diameter, glycerin filled, graduated in psi and kPa and have an accuracy of 3% at maximum reading. Select the range of pressure measuring instruments so that full scale reading will equal 200% of typical operating pressure, or 120% of system design pressure, whichever is greater.

Page 169: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

SUPPLEMENTARY SECTION 33 32 11 STANDARD SPECIFICATION PAGE 18 WASTEWATER PUMP STATIONS FEBRUARY 2021

.2 Acceptable product: .1 Ashcroft Duralife 35-1009. .2 Ametek. .3 Marsh. .4 Winters.

2.12 Sump Pump

.1 Application: sump pumps located in drywells or valve chambers and used to pump floor drainage.

.2 Sump pump to be of heavy duty, cast iron construction, with a 50mm threaded discharge connection and have a rated duty of 267 L/min @ 7.6m T.D.H.

.3 Equip sump pump with an integral float switch and internal controls to operate pump. Motor to be 0.37 kW (1/2 Hp). Sump pump motor, controls and assembly must be suitable for use in a Zone 2 hazardous area.

.4 Supply sump pump with manufacturer’s standard power cord which will be field modified with a CSA certified plug suitable for a Zone 2 hazardous area.

.5 Acceptable Manufacturer: Zoeller Model MX161 or approved equal.

2.13 Continuous Liquid Level Measurement

.1 Provide device for continuous liquid level measurement to control the operation of the pumps and provide alarms in accordance with all possible variations of sewage levels in the pump station wet well.

.2 Laser type level meter meeting the following requirements: .1 Range: 0-7.5m (excluding deadbond). .2 An isolated 4-20 mA output signal, loop powered. .3 Minimum accuracy of +/- 11mm. .4 Capable of local calibration/setup, with self diagnostics. .5 Local display of level with engineering units. Local display of level or flow

to suit application with engineering units. .6 As least two (2) programmable relay outputs. SPDT contacts rated for a

minimum of 5A at 120 VAC (continuous use). .7 Automatic level to volume conversion for standard or custom tank shapes. .8 Provide integral temperature compensation.

Page 170: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

SUPPLEMENTARY SECTION 33 32 11 STANDARD SPECIFICATION PAGE 19 WASTEWATER PUMP STATIONS FEBRUARY 2021

.9 Sensor rated for applicable Zone 1 hazardous area classification:

.10 Acceptable manufacturer: ABB LLT100 or approved equal.

2.14 Flow Meter

.1 Electromagnetic type flow meter suitable for sanitary sewage.

.2 Flow tube liner to be hard rubber and of the “formed” type, complete with stainless steel backing ring. Minimum 316 SS, self-cleaning electrodes. Supply grounding hardware in accordance to manufacturer's recommendations.

.3 Flow tubes located in areas that could be submerged must be rated accordingly.

.4 Mount flow transmitter remotely from the flow tubes in control panel or in above grade structure. Integrally mounted flow transmitters will be permitted if meter is readily accessible to the operator, and it is not located in a hazardous area. Flow transmitters to have a minimum enclosure rating of NEMA 4X.

.5 Able to program flow transmitter locally using keypad via simple menu-driven software, with integral display showing flow rate with engineering units, and totalized flow. Online diagnostics of flow sensor and converter, including process checks and linearity and calibration checks and pulse output signal for flow totalization. Operator alarm notification via transmitter display, relay outputs, and output signal (4-20 mA upscale/downscale manipulation).

.6 4-20 mA output of flow rate, HART compatible, loop powered, isolated. Minimum system flow accuracy of +/- 0.5% of reading with adjustable damping ability and adjustable low flow cut-off.

.7 Assembly must be suitable for mounting meter in a Zone 2 area as defined by the Canadian Electrical Code.

.8 Acceptable Manufacturers: ABB Model ACQ, Khrone or Endress-Hausser.

2.15 Float Switches

.1 Top mounted, suspendable float type switch, complete with integral cable with length as determined on-site.

Page 171: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

SUPPLEMENTARY SECTION 33 32 11 STANDARD SPECIFICATION PAGE 20 WASTEWATER PUMP STATIONS FEBRUARY 2021

.2 Suitable for immersion in sanitary sewage.

.3 One (1) SPDT contact, rated for continuous duty, minimum 5 amps at 120 VA.

.4 Provide intrinsically safe barrier, where float switch is installed in hazardous area.

.5 Acceptable Manufacturer: ITT Flygt ENM-10EX, Magnetrol or approved equal.

2.16 Air / Vacuum Relief Valves

.1 Service: sanitary sewage. .1 Combination valve for relief of vacuum and release of air. .2 Air-release valve for release of air only.

.2 Valve sizes 75mm and smaller to have full size NPT inlets and outlets equal to the nominal valve size. To AWWA C512. Body inlet connection to be hexagonal for a wrench connection. Valve sizes 100 mm and larger to have bolted flange inlets with threaded or plain outlets and protective hoods to prevent debris from entering the valve. Flanges to be in accordance with ASME B16.1 for Class 125.

.3 Valve to have two (2) additional NPT connections for gauges, testing, and draining.

.4 Valve body to provide a through flow area equal to the nominal valve size. Provide a bolted cover with alloy screws and flat gasket to allow for maintenance and repair.

.5 Provide a guarantee for floats against failure including pressure surges. Float to have a hexagonal guide shaft supported in the body by circular bushings to prevent binding from debris. Protect float against direct water impact by an internal baffle.

.6 Resilient seat to provide drop tight shut off to the full valve pressure rating. Seat to be a minimum of 12 mm.

.7 On valve sizes 100 mm and larger, fit the cover to the valve body by means of a machined register to maintain concentricity between the top and bottom guide bushings at all times.

Page 172: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

SUPPLEMENTARY SECTION 33 32 11 STANDARD SPECIFICATION PAGE 21 WASTEWATER PUMP STATIONS FEBRUARY 2021

.8 Valve body, cover, and baffle to be constructed of ASTM A126 Class B cast iron for Class 125. Float, guide shafts, and bushings to be constructed of Type 316 stainless steel. Non-metallic guides and bushings are not acceptable. Resilient seats to be Buna-N.

2.17 Modular Water-Stop Seals

.1 Application: for pipes passing through or into chambers or structures at a location or elevation which may be below finished grade.

.2 Have sleeves furnished by the manufacturer of the material supplied for the annular space. Coordinate sleeve sizes with the carrier pipe size and material for complete compatibility. Cast-in sleeves to be galvanized steel with an intermediate flange collar with a continuous double fillet weld.

.3 Seal the annular space watertight with mechanically expanded interlocking synthetic rubber links. Nuts and bolts shall be zinc coated steel.

.4 Acceptable manufacturer: Link-Seal, Pen-Seal Proco, or equal.

2.18 Flexible Couplings

.1 Application: buried piping.

.2 Carbon steel, solid sleeve flexible coupling complete with high strength low alloy steel nuts to ASTM F3125/F3125M, type 3, AISI C1018 steel grade follower, standard grade 30 rubber gaskets and blue shop coat enamel finish.

.3 Acceptable Manufacturer: Smith-Blair Model 411, Robar or approved equal.

EXECUTION

3.1 Delivery, Handling and Storage

.1 Deliver materials to site in original factory packaging, labelled with manufacturer's name and address.

Page 173: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

SUPPLEMENTARY SECTION 33 32 11 STANDARD SPECIFICATION PAGE 22 WASTEWATER PUMP STATIONS FEBRUARY 2021

.2 Protect from weather and construction traffic.

.3 Protect against damage from any source.

.4 Store at temperature and conditions required by manufacturer at no additional cost to the Contract.

.5 Handle and store pumps, pipes, valves, instruments, and fittings, in such manner as to avoid shock and damage. Do not use chains or cables passing through pipe bore. Do not damage coatings or linings.

.6 Store gaskets in cool location, out of direct sunlight, and away from petroleum products.

.7 Store valves and pipe work to prevent retention of water and damage by freezing.

3.2 Piping

.1 Install piping in the locations indicated, and to the elevations and lines as shown on the Drawings.

.2 Coordinate location and furnish embedded items for installation in pre-cast or poured-in-place concrete.

.3 Cut pipes where necessary to obtain the exact location of fittings or valves.

.4 Provide clearance around systems, equipment and components for observation of operation, inspection, servicing, maintenance and as recommended by manufacturer. Provide space for disassembly, removal of equipment and components.

.5 Screwed pipes to be NPT. Make joints with graphite and oil filler and adequate unions provided for ease of future uncoupling. Ream cut ends of pipe to remove burrs.

.6 Install specialties and other like items in accordance with the manufacturer’s instructions. Provide small piping, or tubing, with fittings where required for their proper operation and servicing.

Page 174: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

SUPPLEMENTARY SECTION 33 32 11 STANDARD SPECIFICATION PAGE 23 WASTEWATER PUMP STATIONS FEBRUARY 2021

.7 Install drain valve at low points in piping systems, at equipment and at section isolation valves. Drain valves: NPS 25mm stainless steel ball valves unless indicated otherwise, with hose end male thread, cap and chain.

.8 Install air vents at high points in piping systems. Manual air vents to be NPS 25mm stainless steel ball valves unless indicated otherwise.

3.3 Pipe Support

.1 Provide permanent support as indicated on the drawings.

.2 Restrain pipe and fittings so that all thrusts are supported independently of the piping system.

.3 Coordinate support work. Confirm permanent supports are complete before removing any temporary support.

3.4 Painting

.1 Paint ductile iron pipe and fittings. Do not paint stainless steel piping, fittings and supports.

.2 Paint valves and miscellaneous devices to match adjacent piping. Do not paint over nameplates.

.3 For ductile iron piping coated with manufacturer’s asphalt sealer, provide one (1) coat BIN pigmented white shellac sealer and two (2) coats semi-gloss enamel CAN/CGSB-1.59. Colour to be Grey (matching PPG 506-4).

3.5 Valves

.1 Install valves in the correct orientation with respect to flow direction and in accordance with manufacturer’s recommendations.

Page 175: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

SUPPLEMENTARY SECTION 33 32 11 STANDARD SPECIFICATION PAGE 24 WASTEWATER PUMP STATIONS FEBRUARY 2021

3.6 Pumps and Appurtenances

.1 Locate, align, level, adjust and install pump discharge base elbows. Locate pumps and discharge base elbows so that the pumps can be easily removed through the openings in the lift station without requiring the removal of any station equipment. Confirm sufficient clearance is represent to permit easy pump removal when a flush valve is installed on the designated pump.

.2 Install upper guide bar or cable holders and guide bar(s) or cables in accordance with the pump and anchor manufacturer’s instructions, so that the guide bars are true, plumb and in the proper location and alignment so that the pumps can be easily removed through the openings in the lift station cover.

.3 Protect the finish on the pumps, pipe, fittings, valves and appurtenances from scratches and other damage. Repair any damage to the surface finishes.

3.7 Pressure and Leakage Testing

.1 Perform pressure and leakage testing of all piping, valves and wet wells.

.2 Provide, in writing to Halifax Water, the plan for pressure testing. Plan to indicate the areas to be tested.

.3 Have all pressure testing witnessed by Halifax Water and the applicant’s professional engineer, or their representative. Provide Halifax Water 24 hours’ notice to schedule the work.

.4 Provide labour, equipment and materials required to perform pressure and leakage testing.

.5 Pressure test piping at a minimum pressure of 1400 kPa or 1.5 times the operating pressure at the lowest point of piping being tested. Maintain test pressure without leakage for 15 minutes. If leakage or loss of pressure occurs, make repairs and re-test until successful testing is achieved. Conduct testing procedures in accordance with the National Plumbing Code.

.6 Test wet-wells and water retention tanks for leakage. Fill the tanks to the top cover level (or the highest level that is practical) with water. Following a 24-hour period, re-fill the tanks and then monitor for 4 hours. Measured leakage after the 4-hour period must be less than 5 litres/hour/0.8 m² surface area/1000 mm of

Page 176: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

SUPPLEMENTARY SECTION 33 32 11 STANDARD SPECIFICATION PAGE 25 WASTEWATER PUMP STATIONS FEBRUARY 2021

vertical height. If leakage is greater than allowable, make repairs and re-test, until successful testing is achieved. Regardless of test results, repair any visible leaks, seepage or weeping.

3.8 Equipment Manufacturers’s Inspection and Testing

.1 Provide the services of competent servicemen, mechanics or other trained personnel of the equipment supplier's or manufacturer's to check the complete installation and be present for start-up of the equipment. Submit a written report signed by the equipment manufacturer's representative to the Engineer stating the following: .1 That a satisfactory installation of equipment has been performed and

outlining any modifications that have been made as a result of the commissioning or testing of the equipment at no additional cost to the Contract.

.2 That the equipment is now ready for permanent operation;

.3 Test installed equipment with actual plant operation to verify hydraulic balancing, head loss and effluent quality. Make adjustments required to place equipment into operation and to optimize the treated water quality.

.2 Have the equipment manufacturer's representative fully instruct the permanent operator of the equipment in the proper operation and maintenance of all equipment at no additional cost to the Contract.

.3 Advise in writing at least one (1) week in advance of the proposed date for testing and start-up. Conduct tests in the presence of the Engineer.

.4 Replace defective material or equipment with new material or equipment. Bear costs including re-testing and repairing.

.5 Assume a minimum period of two (2) days on site for skilled supervision and instruction and a minimum of two (2) trips to the site by the equipment manufacturer. Provide as many trips and days on site to complete the installation and put the equipment into satisfactory operation.

3.9 Cleaning

.1 Clean interior and exterior of all systems including strainers, supports, vents, sumps, piping systems, tanks, pumps, etc.

Page 177: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

SUPPLEMENTARY SECTION 33 32 11 STANDARD SPECIFICATION PAGE 26 WASTEWATER PUMP STATIONS FEBRUARY 2021

.2 Upon completion of testing, remove all test equipment and cap holes to satisfaction of the Engineer.

.3 In preparation for final acceptance, clean and refurbish all equipment, fixtures and trim and leave in operating condition and piping systems in preparation for final acceptance.

.4 Leave all areas cleaned of debris and unused materials.

3.10 Commissioning

.1 Prior to starting the pumps, remove the plug or cap from the forcemain in the manhole.

.2 After pumps, valves, and piping have been tested, fill pumps with the material they are to pump, or with water, operate and pump for a duration of time sufficient to satisfy that the complete installation has been properly installed. Confirm pumps and piping are free of debris or obstructions.

.3 Demonstrate each pump can be easily removed from the lift station without obstruction or removal of any station equipment. Make any adjustments necessary to carry out pump removal in this manner.

.4 Demonstrate the operation of all valves and make any adjustments necessary to permit the valves to be operated smoothly without obstruction and allow the pumps to be removed with the valves in an open or closed position.

.5 Demonstrate integrity of pump discharge connection seal to pump by pumping down wet well sufficiently to detect leakage.

.6 Observe wet well and valve chamber piping during pump operation for leaks and/or loose connections. Repair any leaks identified.

.7 Test pump flow in accordance with specified pump curves stated for pump characteristics.

END OF SECTION

Page 178: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Appendix A – Contractor Health and Safety Policy and Forms

Page 179: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

The contractor co

Occupational Health & Safety (OHS)

Program Manual

SECTION 05

June 9, 2020

Version 1.1

Page 180: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

CONTENTS

SECTION 05: CONTRACTOR HEALTH & SAFETY POLICY ______________________________ 1

5.01 Purpose .................................................................................................................................. 1 5.02 Scope ...................................................................................................................................... 1 5.03 Definitions .............................................................................................................................. 1 5.04 Roles and Responsibilities ...................................................................................................... 2 5.05 Implementation ..................................................................................................................... 3 5.06 References.............................................................................................................................. 6 5.07 Forms ..................................................................................................................................... 6

Page 181: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

OCCUPATIONAL HEALTH & SAFETY

PROGRAM MANUAL Section 05

CONTRACTOR HEALTH & SAFETY POLICY Updated: 6/9/2020

Page 5.1

SECTION 05: CONTRACTOR HEALTH & SAFETY POLICY

5.01 Purpose

To promote the health and safety of both Halifax Water Employees and Contracted personnel at all times when conducting Work on behalf of Halifax Water. This policy supplements but does not relieve Employees or Contracted personnel from adhering to the Nova Scotia Occupational Health and Safety Act (“NSOHSA”).

5.02 Scope

This procedure applies to all Halifax Water administered work completed by Contractors or Sub-Contractors.

5.03 Definitions

“Cleared Employee” – a Contractor’s or Consultants' Employee that has completed the Police Record Check process and has been accepted by Halifax Water’s Safety & Security Department. A Cleared Employee will appear on the Contractor Clearance List, located on the Safety and Security intranet site. “Contractor” - a person or entity who contracts for work to be performed. “Contractor Site Supervisor” - A person on site who has the highest degree of control of the workplace. “Incident” - The outcome of a series of conditions, circumstances, acts or other events that result in harm to people, harm to the environment, property damage, impact to production/processes, or other losses, whether immediate or future. “Near Miss” - Is an unplanned event that did not result in injury, illness, or damage but had the potential to do so. “Project Consultant” - means a professional engineer, architect or other specialist duly registered or licensed under laws of Nova Scotia engaged directly by Halifax Water. “Project Manager” - This definition applies to Capital Projects only. Project Manager means any Halifax Water Employee who represents the owner and has administrative control of the project.

Page 182: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

OCCUPATIONAL HEALTH & SAFETY

PROGRAM MANUAL Section 05

CONTRACTOR HEALTH & SAFETY POLICY Updated: 6/9/2020

Page 5.2

“Project Safety Checklist” - Is a list of safety related items to be discussed at the pre-construction meeting. “Project Technologist” - A Halifax Water Employee who performs inspection, record collection and quality control measures of installed infrastructure as well as monitors capital project activities under the direction of the Project Manager. “Operations Technologist” - A Halifax Water Employee who performs inspection, record collection and quality control measures of installed infrastructure under the direction of the Supervisor/Engineering Approvals Project Manager. “Regulatory Inspections” – Inspections completed by any regulatory body with jurisdiction in Halifax Regional Municipality, ie. Nova Scotia Department of Labour, Nova Scotia Department of Environment, etc. “Site Specific Safety Plan” - Is a plan provided by the Contractor that will include a hazard analysis for each task that will be performed during the duration of the project. This plan will identify the controls the Contractor will be putting in place to address the hazard(s) and shall be kept up to date throughout the duration of the work. “Supervisor” - A Halifax Water Employee who represents the owner and has the highest level of authority at the workplace during the work. “Work Commencement Form” – Form used by Project Technologist to document the Hazard Assessment completed when commencing work on capital project sites.

5.04 Roles and Responsibilities

Contractor

Contractors must comply with this Policy at all times and are responsible to ensure their Employees, Sub-Contractors, Suppliers and Agencies comply with this Policy at all times.

Halifax Water Supervisor

The Supervisor is responsible to ensure the implementation of and adherence to this Policy at all times, which includes monitoring the work.

Project Consultant

On projects where a Consultant is responsible for construction related contract administration and/or inspection, they must also ensure the work is completed in a safe manner and adheres

Page 183: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

OCCUPATIONAL HEALTH & SAFETY

PROGRAM MANUAL Section 05

CONTRACTOR HEALTH & SAFETY POLICY Updated: 6/9/2020

Page 5.3

to the NSOHSA. Consultants must communicate all safety concerns, deficiencies, Near Misses and/or Incidents to the Project Manager.

Project Manager

The Project Manager is responsible to ensure the implementation of and adherence to this Policy at all times, which includes monitoring the work.

Project Technologist

Project Technologist must adhere to workplace health and safety rules, procedures and practices. Project Technologist must communicate all safety concerns, deficiencies to the Contactor Site Supervisor. All Near Misses and/or Incidents are to be reported to the Project Manager.

5.05 Implementation

Capital Projects (non-Facilities)

The Contractor must adhere to the following after securing the Contract with Halifax Water:

Pre-Construction Meeting i. A preconstruction meeting will be held prior to work commencing. At this

meeting a Project Safety Checklist must be reviewed and signed by the Contractor. All items discussed must be documented in the minutes of this meeting.

ii. The purpose of the Project Safety Checklist is to generate discussion and ensure that the Contractor is made aware of hazards that the owner could reasonably be expected to know and are necessary to identify, eliminate or control hazards to the health and safety of persons at the workplace.

Prior to Work Commencing

i. The Contractor must provide to the Project Manager a Site Specific Safety Plan for the project.

ii. The Contractor must provide a list of all Cleared Employees required to be onsite for the project.

Work Commences i. Near Misses must be reported by the Contractor to the Project Technologist and

corrective actions must be provided to the Project Manager within 24 hours.

Page 184: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

OCCUPATIONAL HEALTH & SAFETY

PROGRAM MANUAL Section 05

CONTRACTOR HEALTH & SAFETY POLICY Updated: 6/9/2020

Page 5.4

ii. Incidents must be reported by the Contractor to the Project Manager immediately. Any subsequent follow-up and/or investigations must be provided upon completion.

iii. Throughout the duration of the Contract, the Contractor is to provide the Project Manager with copies of any Regulatory Inspections within 24 hours.

iv. If a Project Consultant, Project Technologist or Employee is onsite and they identify a safety deficiency they must immediately notify the Contractor Site Supervisor to address the issue. The Halifax Water Consultant or Project Technologist will notify the Project Manager who will issue a Safety Deficiency Notice for Contractors form to document the deficiency. The Contractor will be required to respond to this notice within 24 hours indicating how they corrected it and how they will ensure it will not happen again.

v. Halifax Water may conduct a field level safety audit at any time during the project. The Project Manager will share findings of this audit with the Contractor and the Contractor will be required to provide a response within 24 hours of receipt of the findings.

Capital Projects within Halifax Water Facilities

The Contractor must adhere to the following after securing the contract with Halifax Water:

Pre-Construction Meeting i. A preconstruction meeting will be held prior to work commencing. At this

meeting a Project Safety Checklist must be reviewed and signed. All items noted and discussed must be documented in the minutes of this meeting.

ii. The purpose of the Project Safety Checklist is to generate discussion and ensure that the Contractor is made aware of hazards that the owner could reasonably be expected to know and are necessary to identify, eliminate or control hazards to the health and safety of persons at the workplace.

Prior to Work Commencement

i. The Contractor must provide to the Project Manager and/or Supervisor a Site Specific Safety Plan for the project.

ii. The Contractor must provide to the Project Manager and/or the Supervisor a list of all Cleared Employees required to be onsite for the project.

iii. The Project Manager and Supervisor must ensure a Contractor Orientation Sign-Off has been completed for all Contractor Employees prior to work beginning at a Halifax Water controlled facility. This will ensure the Contractor has all site information that is necessary to ensure the health and safety of workers on a

Page 185: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

OCCUPATIONAL HEALTH & SAFETY

PROGRAM MANUAL Section 05

CONTRACTOR HEALTH & SAFETY POLICY Updated: 6/9/2020

Page 5.5

Halifax Water workplace. The Supervisor or designate can complete the Contractor Orientation Sign-Off.

iv. The Supervisor must post the Site Specific Safety Plan on their Contractor Safety Board to ensure that other Contractors working at the facility are aware of the work.

v. The Contractor must complete and sign the Contractor Safety Orientation Sign-Off sheet before work commences and when the information identified on the sign-off sheet changes.

vi. The Contractor must elect a safety representative or Joint Occupational Health and Safety Committee member, when required.

Work Commences

i. Near Misses must be reported by the Contractor to the Project Manager and/or Supervisor and corrective actions must be provided within 24 hours.

ii. Incidents must be reported by the Contractor to the Project Manager and/or Supervisor immediately. Any subsequent follow-up and/or investigations must be provided upon completion.

iii. Throughout the duration of the Contract, the Contractor is to provide the Project Manager and/or the Supervisor with copies of any Regulatory Inspections within 24 hours.

iv. If a Project Consultant, Project Technologist or Employee notice a safety deficiency they must immediately notify the Contractor Site Supervisor to address the issue. The Project Consultant, Project Technologist or Employee will immediately notify the Project Manager or Supervisor who will issue a Safety Deficiency Notice for Contractors form to document the deficiency. The Contractor will be required to respond to this notice within 24 hours indicating how they corrected it and how they will ensure it will not happen again.

Halifax Water Contracted Service Providers

Prior to Work Commencement

i. Supervisors must confirm the Contractor has assigned Cleared Employees for work by confirming that their name appears on the Contractor Clearance list

ii. When working within a facility, the Supervisor must ensure a Contractor Orientation Sign-Off has been completed for all Contractor Employees. This will ensure the Contractor has all site information that is necessary to ensure the health and safety of workers on a Halifax Water workplace. The Supervisor or designate can complete the Contractor Orientation Sign-Off.

Page 186: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

OCCUPATIONAL HEALTH & SAFETY

PROGRAM MANUAL Section 05

CONTRACTOR HEALTH & SAFETY POLICY Updated: 6/9/2020

Page 5.6

iii. When working within a facility, the Contractor must complete, post and adhere to the Halifax Water Safe Work Permit. The Halifax Water Safe Work Permit must be posted on the facilities Contractor Safety Board.

iv. Contractors working under the direct supervision of a Supervisor must participate in the Field Level Hazard Assessment process.

v. Contractors completing incidental repair work on behalf of Halifax Water as approved service providers under a standing offer, are required to participate in an annual pre-construction meeting with Supervisors. At this meeting a Project Safety Checklist must be reviewed and signed. A Supervisor, Project Technologist or Operations Technologists will be required to attend the workplace from time to time to confirm adherence to all related safety practices.

Work Commences

i. The Contractor must comply with all Halifax Water policies and procedures when under the direct supervision of Halifax Water.

ii. The Contractor must provide to the Supervisor notification of all Near Misses and corrective actions must be provided within 24 hours.

iii. Incidents must be reported by the Contractor to the Supervisor immediately. Any subsequent follow-up and/or investigations must be provided upon completion.

iv. If a Halifax Water Employee notice a safety deficiency, they must immediately notify the Contractor who must immediately correct the deficiency. The Supervisor will issue a Safety Deficiency Notice for Contractors form to document the deficiency. The Contractor will be required to respond to this notice within 24 hours indicating how they corrected it and how they will ensure it will not happen again.

5.06 References

Nova Scotia Occupational Health & Safety Act Occupational Safety General Regulations.

5.07 Forms

Contractor Orientation Sign-Off Project Safety Checklist Safety Deficiency Notice for Contractors Safe Work Permit Work Commencement Form Field Level Hazard Assessment

Page 187: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

K:\Kenda\Private Kenda And JF And Managers\Security And Safety\OHS Program Manual Update 2017\Forms\Section 5 - Contractor Orientation Sign Off.Docm

Halifax Water Facilities and Halifax Water Controlled Work Sites

Contractor Safety Orientation Sign-Off

Objective: A Halifax Water Supervisor or Employee must review safety orientation issues with

all Contractors in Halifax Water controlled facilities or work sites in order to ensure the Contractor

has the information necessary to ensure the health and safety of workers in the facility or work site.

This will be done prior to work commencement and when the information on this form changes.

This form will be kept on file at the facility or in the project file for a period of not less than 2 years.

Contractors and visitors who are accompanied by Halifax Water staff while they are in a Halifax

Water facility or work site are not required to undergo the orientation.

Acknowledgment: I, the undersigned, acknowledge that I have received a Safety Awareness

Orientation __________________________________. Information covered in the orientation is

indicated by checking the boxes below:

□ Communication of known hazards

□ Location of sanitary facilities.

□ Response and rally point in the event of an evacuation or fire alarm.

□ Restricted and non-restricted access areas in the building.

□ General security awareness.

□ Required personal protective equipment.

□ Appropriate disposal of solid and liquid waste.

□ Location of safety facilities, such as fire extinguishers, showers, eyewash stations, etc.

Safe Work Permit Required? Yes No

Sign-Off: _________________________________ ______________________________

Name Signature

_________________________________ ______________________________

Company Date

_________________________________ ______________________________

Supervisor or Designate Date

Page 188: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Appendix B – Police Record Check

Page 189: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

APPENDIX B

PROCESS FOR OBTAINING

POLICE RECORD CHECK FOR CONTRACTORS/CONSULTANTS

1. All contractors, consultants and their employees working for Halifax Water must obtain a “Police Record

Check” (PRC). Questions about this process may be directed to [email protected].

2. It is the responsibility of the Halifax Water staff member that engages a contractor/consultant to ensure

that a PRC is conducted.

3. To obtain a PRC, contractors or consultants will follow one of the approaches below:

a) Online using “Backcheck” (Preferred Approach):

i. Go online to http://backcheck.net/hrwc/ and create a personal account with

mybackcheck.

ii. The contractor or consultant must verify their identification by:

verifying their ID either online by answering a questions regarding their credit

history; or,

in person at any of the 5000 participating Canada Post locations nationwide.

iii. Once identification is verified, the Police will complete the PRC.

iv. The individual will receive an email indicating the results are in. They must login to

their mybackcheck account and choose to “Share” the results with Halifax Regional

Water Commission, indicating:

the organization that employs them;

the Halifax Water Project Manager

the name of the project to which the PRC relates.

b) Alternate paper-based approach (Not Preferred):

v. The contractor or consultant must book an appointment to visit their local Police

Department to request a PRC.

vi. Once completed, the result of the PRC should be sent via mail to the address below

indicating:

the organization that employs them;

the Halifax Water Project Manager; and,

the name of the project to which the PRC relates.

Halifax Water

Safety & Security Dept.

PO Box 8388, RPO CSC

Halifax, NS B3K 5M1

c) An FBI record check is acceptable for residents of the United States.

4. The Safety & Security Department will notify the Halifax Water Project Manager who requested the PRC

whether the contractor/consultant has received clearance.

5. If a contractor/consultant requires Card Access to a Halifax Water facility(s) the Project Manager will

schedule an appointment with the Human Resources Department to have a Contractor Card created and

access granted, based on the contractors/consultant’s needs.

6. Certain contractors/consultants, depending on the work or services they are providing, may require a

fingerprint-based check. Halifax Water reserves the right to request fingerprints where applicable.

7. All contractors, consultants and their employees are required to renew their PRC every 3 years.

Page 190: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Appendix C - Geotechnical Report and Existing Drawings

Page 191: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

GEOTECHNICAL INVESTIGATION REPORT Bruce Street Pump Station 9 Bruce Street, Dartmouth, NS Report to: Mr. Kevin Murphy, P.Eng. CBCL Limited Via email

Prepared by: Conquest Engineering Ltd. 348 Bluewater Road Bedford, NS B4B 1J6

Project No: 20B028.00 Date: June 10, 2020

Page 192: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

TABLE OF CONTENTS

Page i

page

1.0 INTRODUCTION ....................................................................................................................... 1

2.0 SITE DESCRIPTION AND GEOLOGY ..................................................................................... 1

3.0 SUMMARIZED SUBSURFACE CONDITIONS ........................................................................ 2

4.0 DISCUSSION AND RECOMMENDATIONS ............................................................................. 4

4.1 EARTHWORKS ......................................................................................................................... 4 4.1.1 Excavation ..................................................................................................................... 4 4.1.2 Dewatering of Excavations ............................................................................................ 4 4.1.3 Structural Fill Placement and Compaction .................................................................... 5 4.1.4 Slopes and Toe Drainage .............................................................................................. 5 4.1.5 Subgrade (Wet Well, Valve Chamber, Control Panel Mounting Structure, and Parking Area) ....................................................................................................................................... 6 4.1.6 Winter Construction ....................................................................................................... 6 4.1.7 Inspection and Testing ................................................................................................... 6

4.2 FOUNDATIONS ......................................................................................................................... 6 4.2.1 Wet Well and Valve Chamber ........................................................................................ 6 4.2.2 Concrete Control Panel Mounting Structure .................................................................. 6

4.3 PAVEMENT STRUCTURE ........................................................................................................... 7 4.4 SEISMIC CLASSIFICATION ......................................................................................................... 7 4.5 ADDITIONAL GEOTECHNICAL SERVICES ..................................................................................... 7

5.0 CLOSURE ................................................................................................................................. 8

TABLES TABLE A: SUMMARY OF FINDINGS ....................................................................................................... 2 TABLE B: MOISTURE CONTENT TESTING RESULTS............................................................................... 3 TABLE C: PAVEMENT STRUCTURE THICKNESSES ................................................................................. 7 APPENDICES APPENDIX A: SYMBOLS AND TERMS USED ON BOREHOLE AND TEST PIT RECORDS BOREHOLE RECORD DRAWING 1: BOREHOLE LOCATION PLAN APPENDIX B: GEOTECHNICAL RECOMMENDATIONS – WINTER CONSTRUCTION

Page 193: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Re: Geotechnical Investigation – Bruce Street Pump Station June 10, 2020 Mr. Kevin Murphy, P.Eng. Project No. 20B028.00 CBCL Limited

Page 1

1.0 INTRODUCTION We have conducted a geotechnical investigation for the proposed Pump Station at 9 Bruce Street in Dartmouth, Nova Scotia, at the request of CBCL Limited. The purpose of this investigation was to evaluate the subsurface conditions at the site and to provide recommendations. This report presents all of our findings and our geotechnical recommendations for design and general site work. 2.0 SITE DESCRIPTION AND GEOLOGY

The proposed pump station is located at 9 Bruce Street in Dartmouth, NS, and includes a wet well, a valve chamber, an asphalt paved parking area, and a concrete control panel mounting structure. The site is grass covered and bordered by an asphalt paved parking area to the south (599 Portland Street), Bruce Street to the east, and a residential building to the northwest. The site has a slight upward gradient to the road starting roughly 4 m from the curb. Farther away from the curb, the site is generally flat. Photograph A show a view of the site from the south. Based on geologic mapping, the native site soil appears to consist of a veneer of Beaver River Till, which is a diamicton with a sandy matrix and locally derived clasts. Bedrock in the area is mapped as either part of the Beaverbank Formation or Taylors Head Formation, both of which are part of the Goldenville Group. The Beaverbank Formation generally consists of metasiltstone to slate with very thin to thin beds of metasandstone. The Taylors Head Formation generally consists of metasandstone locally interlayered with cleaved metasiltstone and rare black slate.

Photograph A: View of the site from the south.

Page 194: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Re: Geotechnical Investigation – Bruce Street Pump Station June 10, 2020 Mr. Kevin Murphy, P.Eng. Project No. 20B028.00 CBCL Limited

Page 2

3.0 SUMMARIZED SUBSURFACE CONDITIONS

The field program consisted of one (1) borehole completed on May 25, 2020. The borehole location is shown in Drawing 1 in the appendix. The borehole was conducted using a tracked drill rig. Representative samples were taken during the field work and the conditions at the borehole were logged in detail. The soil conditions encountered at the site are described in detail on the appended Borehole Record and summarized below in the following paragraphs and Tables A and B. The subsurface conditions encountered throughout the site consist of a surficial organic layer overlying fill, and then glacial till. The surficial organic layer was observed to be 75 mm thick. The fill was 1.4 m thick. Glacial till was encountered at a depth of 1.5 m and groundwater was observed at a depth of 2.6 m. The borehole was advanced to a depth of 9.1 m. Bedrock was not encountered. The fill and glacial till both generally consist of silty gravel with sand (GM). The fill was in a compact state and the till was in a dense to very dense state. A sieve analysis was conducted on one (1) sample of the fill and showed 42.6% gravel, 41.0% sand, and 16.4% fines (silt and clay). The grain size curve is attached in the appendix. Moisture content testing was conducted on four (4) samples of the onsite soils. Testing showed moisture contents between 5.7% and 7.0%. Results are shown below in Table B. Table A: Summary of Findings

Notes: 1Geodetic Datum (CGVD2013). Ground surface elevation taken with GPS mapping unit. 2Measured during drilling.

Location Elevation

(m)1

Thickness of Surficial

Organic Layer (mm)

Thickness of Fill (m)

Depth to Glacial Till

(m)

Groundwater Depth (m)2

Depth of Borehole

(m)

BH1 39.3 75 1.4 1.5 2.6 9.1

Page 195: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Re: Geotechnical Investigation – Bruce Street Pump Station June 10, 2020 Mr. Kevin Murphy, P.Eng. Project No. 20B028.00 CBCL Limited

Page 3

Table B: Moisture Content Testing Results

Location Description Depth (m) Moisture Content (%)

BH1 – SS1 Silty gravel with sand

(GM): FILL 0.4 6.5

BH1 – SS2 Silty gravel with sand

(GM): FILL 1.0 6.8

BH1 – SS3 Silty gravel with sand

(GM): FILL 1.8 5.7

BH1 – SS4 Silty gravel with sand

(GM): FILL 2.4 7.0

Page 196: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Re: Geotechnical Investigation – Bruce Street Pump Station June 10, 2020 Mr. Kevin Murphy, P.Eng. Project No. 20B028.00 CBCL Limited

Page 4

4.0 DISCUSSION AND RECOMMENDATIONS From our correspondence, we understand that a new pump station consisting of a wet well, a valve chamber, an asphalt paved parking area, and a concrete control panel mounting structure is proposed. Furthermore, we understand that the wet well will likely have a 3.0 m diameter base and be founded 4.0 m below grade, and that the valve chamber will likely have a 3.0 m by 3.5 m base and be founded 2.5 m below grade. We are currently unsure of the final grades; however, we expect that some fill will be used to bring the site up to the elevation of the road. Based on the subsurface conditions encountered, the following recommendations are provided for the project. 4.1 Earthworks Earthworks for this project will mainly involve excavations into the existing soils and placement of structural fill to achieve design grade elevations, as required. 4.1.1 Excavation Based on our understanding of the conceptual depths of the proposed structures, excavations into fill and glacial till will be required for this project. Within the wet well, valve chamber and concrete control panel mounting structure, the existing fill should be removed and reinstated with structural fill, as required. Based on the conceptual depths of the proposed wet well and valve chamber, it is unlikely that fill will be encountered at the base of these structures. Due to the groundwater level observed, a 300 mm thick layer of imported granular material, such as DTIR Type 1 Gravel, is recommended below the wet well and valve chamber. In the proposed paved areas, the surficial organic layer should be removed. The subgrade should be proof-rolled with a static 10 tonne steel drum roller and any excessively weak or soft zones should be replaced with structural fill. Temporary excavated side slopes should be stable at one horizontal to one vertical (1H:1V). Depending on the proximity of the structures to the roadway, a trench box (or other means of shoring) may be required to prevent excavations from encroaching into the roadway. Safe excavated side slopes are the responsibility of the contractor. 4.1.2 Dewatering of Excavations The contractor undertaking the earthworks must be prepared to dewater excavations. Excavations should remain free of standing water. Concrete and backfill should not be placed in standing water, slough, or over softened bearing soils.

Page 197: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Re: Geotechnical Investigation – Bruce Street Pump Station June 10, 2020 Mr. Kevin Murphy, P.Eng. Project No. 20B028.00 CBCL Limited

Page 5

Discharge from the dewatering activities must be carried out in strict accordance with environmental regulations. 4.1.3 Structural Fill Placement and Compaction Structural fill required for the site should consist of the following:

approved on-site soils, imported, quarried rockfill and gravel, or; sand and gravel pit run.

We recommend backfilling the structures with a granular, non-frost susceptible material, such as DTIR Type 2 Gravel. Reuse of the on-site soils for general grading may be permissible; however, overly wet material and oversized material (large cobbles and boulders) would have to be sorted out. Drying of any overly wet material could be considered, but will be dependent on weather. Approved on-site soils planned for reuse should be placed directly in the intended areas or compacted in stockpiles for later use. Excavated on-site soils containing organics will not be suitable for reuse. Structural fill should be placed at or near the optimum moisture content (ASTM D698). The lift thickness used during placement of fills must be compatible with the compaction equipment and the material type to ensure the specified density throughout. For preliminary consideration, the lift thickness should not exceed approximately 300 mm for mass filling and 200 mm for backfilling of structures and services. The maximum particle size should be no larger than ⅔ of the lift thickness. Light weight compaction equipment should be used within 1.0 m of the walls of the structures. Structural fill materials should be compacted to the following percentage of maximum Standard Proctor dry density:

Fill below wet well, valve chamber, and control panel mounting structure 100% Fill within 300 mm of paved area subgrade 98% Fill below 300 mm of paved area subgrade 95%

Where fill is needed below the wet well, valve chamber, or concrete control panel mounting structure, the fill must be extended laterally beyond the edges of the structures to include a 300 mm bench and the conventional 1H:1V splay. 4.1.4 Slopes and Toe Drainage Permanent structural fill slopes should be 2H:1V, or lower. Based on the information provided, we do not expect any permanent cut slopes for the project. If any are required, we should be notified to review our recommendations.

Page 198: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Re: Geotechnical Investigation – Bruce Street Pump Station June 10, 2020 Mr. Kevin Murphy, P.Eng. Project No. 20B028.00 CBCL Limited

Page 6

4.1.5 Subgrade (Wet Well, Valve Chamber, Control Panel Mounting Structure, and Parking Area) The contractor must take precautions to avoid disturbance of the site soils, or reinstate the material to the required condition. The condition of the subgrade should be reviewed prior to placement of base gravels. The parking area subgrade should be shaped to shed water. 4.1.6 Winter Construction Additional effort will be required to conduct earthwork during winter conditions. Winter construction guidelines are attached in Appendix B Undertaking earthworks in the winter is not ideal and despite best efforts and good intentions, the quality of earthworks often is compromised. 4.1.7 Inspection and Testing It is recommended that inspection of all footing bearing surfaces be conducted by experienced geotechnical personnel prior to placement of concrete. Inspection and testing is also recommended during site grading and backfilling operations. 4.2 Foundations 4.2.1 Wet Well and Valve Chamber As mentioned in Section 4.1, we recommend a 300 mm thick layer of imported granular material, such as DTIR Type 1 Gravel, below the structures. It is anticipated that the net bearing pressure of the wet well and valve chamber will be less than the existing in-situ vertical effective stress; therefore, adequate bearing resistance should be available. Settlement will be proportional to the total applied weight of the structure and surrounding fill (if required). We can review once a design weight is available; however, post construction settlement will likely be less than 25 mm based on the subsurface conditions encountered. A minimum soil cover of 1.2 m is required for frost protection. Based on the conceptual depths of the structures, this should be achieved. The structures should be designed to resist buoyant forces. 4.2.2 Concrete Control Panel Mounting Structure A 150 mm thick layer of DTIR Type 1 Gravel is recommended below the pad for levelling and support purposes. The gravel should be compacted to 100% Standard Proctor. A modulus of subgrade reaction, k, of 50 MPa/m may be used for the slab design. This modulus corresponds to a 300 mm x 300 mm square bearing plate.

Page 199: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Re: Geotechnical Investigation – Bruce Street Pump Station June 10, 2020 Mr. Kevin Murphy, P.Eng. Project No. 20B028.00 CBCL Limited

Page 7

We typically recommend a 50 mm thickness of approved insulation for frost protection of exterior slabs but this may vary depending on subgrade type and slab thickness and should be reviewed once more details are known. The insulation should extend 1 m beyond the slab edge. 4.3 Pavement Structure

Adequate drainage (subsurface and/or ditching) should be in place to remove water from within the pavement structure. The drainage system should be such that the pavement structure remains adequately drained. Lack of drainage will cause premature deterioration of the asphalt pavement.

With the subgrade prepared as outlined in Section 4.1, the following pavement structure is recommended for low volumes of light vehicles. However, it will be critical to evaluate the subgrade prior to placement of gravel. Table C: Pavement Structure Thicknesses Material Standard Duty Pavement1 Asphalt Concrete: Top Course (C Mix) Base Course (B Mix)

75 mm -

Type 1 Gravel 150 mm Type 2 Gravel 150 mm Notes: 1Cars and light trucks.

All aggregate and asphalt concrete materials should meet the DTIR Standard Specifications. The gravels should be compacted to 100% of Standard Proctor maximum dry density. Asphalt concrete should be compacted to 92.5% of Maximum Theoretical Relative Density. 4.4 Seismic Classification The site classification for seismic site response was based on our geotechnical investigation. The recommended site classification for seismic site response, as per Table 4.1.8.4.A of NBCC 2015 is Site Class D. 4.5 Additional Geotechnical Services It is recommended that inspection of the bearing surfaces be conducted by Conquest Engineering prior to placement of concrete. Inspection and testing also is recommended during site grading and backfilling operations.

Page 200: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Re: Geotechnical Investigation – Bruce Street Pump Station June 10, 2020 Mr. Kevin Murphy, P.Eng. Project No. 20B028.00 CBCL Limited

Page 8

5.0 CLOSURE This report has been prepared for the sole benefit of the Client. All information, documentation or other material contained in, attached to, or forming part of this report reflects Conquest’s opinion and

best judgment based on the information available to us at the time of preparation. Any use or reliance on this report by the Client in circumstances where there has been a change in site conditions or for any purpose not expressly intended by or delineated in this report shall be the sole responsibility of the Client and Conquest accepts no liability for such use or reliance. Any use or reliance on this report by any third party, without Conquest’s prior express written consent, shall be

the sole responsibility of that third party. Conquest accepts no liability whatsoever for such use or reliance. The information and conclusions contained in this report are generally consistent with professional standards for engineering and scientific professionals providing similar services at the same time, in similar locations and under similar circumstances. A geotechnical field investigation is a limited sampling of a site. Some variation between sampling locations should be expected. The conclusions presented in this report represent the technical judgment of Conquest, based on the data obtained from the work and on Conquest’s understanding

of the project. The data obtained by Conquest is specific to the time the work was performed at the specific testing and/or sampling locations, and can only be extrapolated to an undefined limited area surrounding these locations. The extent of the limited area depends on the soil and groundwater conditions, as well as the history of the site reflecting natural, construction and other activities. Due to the nature of the investigation and the limited data available, Conquest cannot and does not warrant that undiscovered environmental liabilities and/or undetected subsurface conditions may not arise. If any conditions become apparent that differ significantly from our understanding of conditions as presented in this report, we require that we be notified immediately to allow for reassessment of the conclusions provided herein. Further, if there are changes to Client’s design we require that we be

notified to allow for review and possible changes to our recommendations. We trust this is the information you require at this time. We are available to discuss the contents of this report at your convenience. Devan McKenney, P.Eng. Geotechnical Engineer [email protected]

Page 201: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

APPENDIX A

Page 202: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

SYMBOLS AND TERMS USED ON

BOREHOLE AND TEST PIT RECORDS

SOIL DESCRIPTION

Terminology describing common soil genesis:

Topsoil variable mixture of mineral particles and organic matter

Peat decomposing vegetative matter having fibrous and/or amorphous structure

Till unstratified glacial deposit which may range from clay to boulders

Fill any materials below the surface identified as placed by humans (excluding buried services)

Terminology describing soil structure:

Desiccated having visible signs of weathering by oxidation of clay minerals, shrinkage cracks, etc.

Fissured having cracks, and hence a blocky structure

Varved composed of regular alternating layers of silt and clay

Stratified composed of alternating successions of different soil types, e.g. silt and sand

Layer >75 mm

Seam 2 mm to 75 mm

Parting < 2 mm

Well Graded having wide range in grain sizes and substantial amounts of all intermediate particle sizes

Uniformly Graded predominantly of one grain size

Terminology describing soils on the basis of grain size and plasticity is based on the ASTM D2488 – Standard

Practice for Description and Identification of Soils (Visual-Manual Procedure). The classification excludes particles

larger than 76 mm (3 inches). This system provides a group symbol (e.g. SM) and group name (e.g. silty sand) for

identification.

Terminology describing materials outside the USCS, (e.g. particles larger than 76 mm, visible organic matter,

construction debris) is based upon the proportion of these materials present:

Trace, or occasional Less than 10%

Some 10-20%

Frequent Greater than 20%

The standard terminology to describe cohesionless soils includes the compactness as determined by laboratory test

or by the Standard Penetration Test ‘N’ – value.

Relative Density ‘N’ Value Compactness %

Very Loose <4 <15

Loose 4-10 15-35

Compact 10-30 35-65

Dense 30-50 65-85

Very Dense >50 >85

Page 203: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

The standard terminology to describe cohesive soils includes the consistency, which is based on undrained shear

strength as measured by in-situ vane tests, penetrometer tests, unconfined compression tests, or occasionally by

standard penetration tests.

Consistency Undrained Shear Strength (Su) ‘N’ Value

Kips/sq.ft. KPa

Very Soft < 0.25 < 12.5 < 2

Soft 0.25 – 0.5 12.5 – 25 2 – 4

Firm 0.5 – 1.0 25 – 50 4 – 8

Stiff 1.0 – 2.0 50 – 100 8 – 15

Very Stiff 2.0 – 4.0 100 – 200 15 – 30

Hard > 4.0 > 200 > 30

ROCK DESCRIPTION

Rock Quality Designation (RQD)

The classification is based on a modified core recovery percentage in which all pieces of sound core over 100 mm

long are counted as recovery. The smaller pieces are considered to be due to close shearing, jointing, faulting, or

weathering in the rock mass and are not counted. RQD was originally intended to be done on N-size (45 mm) core;

however, it can be used on different core sizes if the bulk of the fractures caused by drilling stresses are easily

distinguishable from in situ fractures.

RQD ROCK QUALITY

90 – 100 Excellent, intact, very sound

75 – 90 Good, massive, moderately jointed or sound

50 – 75 Fair, blocky and seamy, fractured

25 – 50 Poor, shattered and very seamy or blocky, severely fractured

0 – 25 Very poor, crushed, very severely fractured

Terminology describing rock mass:

Spacing (mm) Bedding, Laminations, Bands Discontinuities

2000 – 6000 Very Thick Very Wide

600 – 2000 Thick Wide

200 – 600 Medium Moderate

60 – 200 Thin Close

20 – 60 Very Thin Very Close

< 20 Laminated Extremely Close

< 6 Thinly Laminated

Strength Classification Uniaxial Compressive

Strength (MPa)

Very Weak 1 – 5

Weak 5 – 25

Medium Strong 25 – 50

Strong 50 – 100

Very Strong 100 – 250

Extremely Strong > 250

Terminology describing weathering:

Slight - Weathering limited to the surface of major discontinuities. Typically iron stained.

Moderate - Weathering extends throughout rock mass. Rock is not friable.

High - Weathering extends throughout rock mass. Rock is friable.

Page 204: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

STRATA PLOT

Strata plots symbolize the soil or bedrock description. They are combinations of the following basic symbols:

Boulders Sand Silt Clay Organics Asphalt Concrete Fill Igneous Metamorphic Sedi- Cobbles Bedrock Bedrock mentary

Gravel

WATER LEVEL MEASUREMENT

Borehole or Piezometer

Standpipe

SAMPLE TYPE AND/OR FIELD TESTS

SS Split Spoon Sample (obtained AS Auger Sample

by performing the Standard BS Bulk Sample

Penetration Test) WS Wash Sample

ST Shelby Tube or Thin Wall Tube HQ, NQ, BQ, etc. Rock Core Samples

PS Piston sample (obtained with the use of standard size

DC Dynamic Cone Penetration diamond drilling bits)

FSV Field Shear Vane

N- VALUE

Numbers in this column are the results of the SPT (Standard Penetration Test): the number of blows of a 140 pound

(64kg) hammer falling 30 inches (760 mm), required to drive a 2 inch (50.8 mm) O.D. split spoon sampler one foot

(305 mm) into the soil. For split spoon samples where insufficient penetration was achieved and ‘N’ values cannot

be presented, the abbreviation SSR (Split Spoon Refusal) will appear in place of a numerical value.

OTHER TESTS

Symbols in this column indicate that the following laboratory tests have been carried out and the results are

presented separately.

S Sieve analysis H Hydrometer analysis

Gs Specific gravity of soil particles Unit weight

k Permeability C Consolidation

Single packer permeability test; CD Consolidated drained triaxial

test interval from depth shown CU Consolidated undrained triaxial with pore

to bottom of borehole pressure measurements

Double packer permeability test; UU Unconsolidated undrained triaxial

Test interval as indicated DS Direct shear

Falling head permeability test Qu Unconfined compression

using casing Ip Point Load Index (Ip on Borehole Records

equals Ip (50); the index corrected to a

reference diameter of 50 mm)

Falling head permeability test using

well point or piezometer MSV Laboratory Miniature Shear Vane

Page 205: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

BOREHOLE RECORDBorehole No.:Project Name:

Project No.:

Client:

End Date:Location:

Datum:

Page: 1 of 1

Water Level Date:

Borehole Location: Coord. System:

Start Date:

De

pth

0 0ft m

1

1

2

2

3

3

4

4

5

5

6

6

7

7

8

8

9

9

10

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30

31

32

33

Wa

ter

Le

ve

l (m

)

Sa

mp

le T

yp

e

Sa

mp

le N

um

be

r

Re

co

ve

ry (

mm

)

N V

alu

e o

r R

QD

%

Sym

bo

lsSOIL AND/OR ROCK DESCRIPTION

Ele

va

tio

n (

m)

Moisture Content (%)Wp |---O---| WL

10 20 30 40

SPT (N) Blows/300mm

10 20 30 40

1Bruce Street Pump Station

20B028.00

CBCL Limited

May 25, 20209 Bruce Street, Dartmouth, NS

Geodetic (CGVD2013)May 25, 2020

N 4946593.0 m, E 457926.6 m UTM20 NAD83

May 25, 2020

SS

SS

SS

SS

SS

SS

SS

SS

SS

SS

SS

1

2

3

4

5

6

7

8

9

10

11

305

255

330

355

205

230

180

150

150

0

355

14

15

74

68

85

33

34

SSR

SSR

48

44

75 mm of sod over reddish brown silty sand: SOD/TOPSOIL- moist

Grey to greyish brown silty gravel with sand (GM): FILL- occasional cobble- angular to subangular clasts- moist

Very dense brown to greyish brown silty GRAVEL with sand (GM): TILL- angular to subrounded clasts- moist to wet at 2.6 m

Dense to very dense greyish brown silty GRAVEL with sand to well-graded GRAVEL with silt and sand (GM-GW): TILL- occasional to some cobbles- some layers with cobbles especially at depth- rounded to subangular clasts- wet

Dense greyish brown silty SAND with gravel (SM): TILL- subrounded to subangular- wet

39.3

37.8

36.7

30.8

30.2

End of Borehole at 9.1 m- groundwater was encountered at 2.6 m

Page 206: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

348 Bluewater Road

Bedford, Nova Scotia

B4B 1J6

CONQUESTENGINEERINGLTD.

DOCUMENTS PREPARED BY CONQUEST ENGINEERING

LTD. ARE TO BE USED ONLY FOR THE SPECIFIC

PROJECT AND SPECIFIC USE FOR WHICH THEY WERE

PREPARED. ANY EXTENSION OF USE TO OTHER

PROJECTS, BY OWNER, OR ANY OTHER PARTY,

WITHOUT THE EXPRESSED, WRITTEN AUTHORIZATION

OF CONQUEST ENGINEERING LTD. IS DONE AT THE

USERS OWN RISK. IF USED IN A WAY OTHER THAN

WHAT WAS SPECIFICALLY INTENDED, THE OWNER

WILL HOLD CONQUEST ENGINEERING LTD. HARMLESS

FROM ALL CLAIMS AND LOSSES.

REV:

DRAWING:JOB #:

SCALE:

DATE:

DRAWN BY:

CHECKED BY:

PROJECT

1

0

BRUCE PUMP STATION

9 BRUCE STREET

DARTMOUTH, NS

04-JUNE-2020

NTS

20B028.00

DM

LR

LEGEND

BOREHOLE LOCATION PLAN

APPROXIMATE CONQUEST BOREHOLE LOCATION (MAY 2020)

N

BH1

B

R

U

C

E

S

T

R

E

E

T

P

O

W

E

R

S

T

R

E

E

T

Page 207: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

APPENDIX B

Page 208: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Page 1 of 2

GEOTECHNICAL RECOMMENDATIONS

WINTER CONSTRUCTION

The following are general geotechnical recommendations for earthworks for building areas in winter

conditions.

General

Earthworks conducted during freezing conditions are suspect. Special procedures and

precautions must be exercised to minimize the risk of future problems.

A site meeting should be held at project start-up to discuss the schedules of the various

contractors in relation to the following geotechnical recommendations.

Excavation

The rootmat/topsoil layer and any overlying snow will reduce the frost penetration. Conducting

only the excavation work required for each day of work is recommended to minimize freezing of

the soil in the foundation areas.

Excavated material to be used as structural fill should not be stockpiled, but should be placed and

compacted immediately after excavation.

Fill Placement

Based on our experience, it is generally impractical to place well-graded gravel, sand, or fine-grained

soils in temperatures lower than about -5 degrees Celsius. On very cold days, loose material starts to

freeze within about 15 minutes. At temperatures below -5 degrees Celsius, clear gravel or clear rockfill

is recommended but subject to design considerations governing the work.

The following provides recommendations for all structural fill types.

Structural fill placement should be conducted in small areas. Depending on the temperature, this

may allow for continuous placement of fill lifts during the work day without the requirement for

excavation of frozen material prior to placement of the next lift.

Material containing snow or ice should not be incorporated in the work. During snow events, fill

placement should be stopped. When the earthwork restart, all snow and ice should be removed

from the fill surface prior to subsequent fill placement. In order to remove all snow and/or ice

after a snow event, some of the underlying fill may have to be removed and wasted.

For intermediate fill lifts, frost protection (e.g.; straw, insulated tarp, etc) should be provided at

the end of the work day, or alternatively, fill that freezes overnight should be removed in the

morning. Also, any snow or ice should also be removed. Fill surfaces should be sloped to

prevent ponding of water during milder weather.

Page 209: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Page 2 of 2

The final fill surface, the base of footing excavations and slab subgrade should be protected from

freezing. If the final fill surface is exposed to freezing temperatures, heat will be required to

thaw the soil. Test pits and temperature readings could be completed to determine if the soil is

above freezing. Consideration should also be given to the installation of thermocouples in the

fill during placement, as a means of reading temperatures at depth. The areas that were frozen

should be proof-rolled.

The moisture content of fill materials should be approximately 2% below optimum. Fill

materials with moisture contents above the optimum should not be used.

Loose edges of the structural fill lifts should be avoided to reduce frost penetration. Edges of fill

lifts should be tapered and compacted.

Regular checks of the temperature of the fill should be made. The soil temperature should be

greater than +2C to allow for compaction to the specified degree.

Footing Construction

Footings should not be placed on frozen material.

Where the footing elevation is within approved finer-grained materials, we recommend over-

excavation by at least 6 inches and placement of nominal 1 inch stone or other clean gravel. This

will reduce disturbance of the bearing surface.

Following construction of footings, temporary frost protection must be provided to avoid

freezing of the bearing surface and for protection of the concrete during curing.

Consideration should be given to specifying that the footing depth for interior foundations be

1.2 m below slab subgrade for frost protection during construction; or alternatively, fill could be

temporary bermed over interior footings to provide insulation.

Foundations should be backfilled with a free-draining granular material and drainage provided to

prevent adfreeze of foundations, particularly during construction.

Cast-in-place concrete should be protected during colder weather conditions as per CSA A23.1-

2014.

Geotechnical Inspection and Testing

The information herein should be reviewed by geotechnical personnel and customized to the specific

geotechnical aspects and design considerations of a site. Full-time inspection and testing by experience

geotechnical personnel is particularly important during earthworks in winter conditions and is strongly

recommended.

Page 210: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in
Page 211: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in
Page 212: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

Contract No. T04.2021

ISSUED FORTENDER

BRUCE STREET PUMP STATION RELOCATION

HALIFAX WATER

Page 213: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

 BRUCE STREET PUMP STATION RELOCATION

T04.2021C01

FORCE MAINS AND SEWER PLANAND PROFILE

Page 214: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

 

 BRUCE STREET PUMP STATION RELOCATION

SITE PLANS, REMOVALS AND DETAILS

 

T04.2021

C02

Page 215: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

····

····

···

··

··

 

 BRUCE STREET PUMP STATION RELOCATION

CIVIL DETAILS

 

 

T04.2021

C03

Page 216: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

PLAN AND SECTIONS

BRUCE STREET PUMP STATION RELOCATIONPUMP STATION

T04.2021C04

Page 217: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

BRUCE STREET PUMP STATION RELOCATIONPUMP STATION DETAILS 1

T04.2021C05

Page 218: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

BRUCE STREET PUMP STATION RELOCATIONPUMP STATION DETAILS 2

T04.2021C06

Page 219: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

BRUCE STREET PUMP STATION RELOCATIONSITEPLAN & SECTIONS

T04.2021E01

Page 220: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

& SCHEDULES

BRUCE STREET PUMP STATION RELOCATIONSLD, BLOCK DIAGRAMS, I O LIST,

T04.2021E02

Page 221: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

BRUCE STREET PUMP STATION RELOCATIONSCHEMATICS

T04.2021E03

Page 222: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

32 16 8 4 2 1

32

+-Power

24V (AC/DC)

16 8 4 2 1MODBUS ADDRESS

WhPulses

A B GG-+Output 2 RS-485

RS-485: Modbus RTU (9600, N, 8, 1)Output 2: -1100 = Relay output across A

-1200 = 0-10 VDCAnalog 1: A + / G-Analog 2: B + / G -

www.elkor.net

Universal Power Transducer

LINE VOLTAGE IS WIREDTO THIS TERMINAL

V1DEACTIVATE BEFORE SERVICING

V3 NV2

ALWAYS USE APPROPRIATE CTs(see nameplate)

I11 12 21 22 31 32I I I I I

Power

Diag

Wh

Qh/D

ir

PWR Qh

Wh

DIAG

BRUCE STREET PUMP STATION RELOCATIONELECTRICAL DETAILS 1

T04.2021E04

Page 223: Tender #T04.2021 Bruce Street Pump Station Relocation · Bruce Street Pump Station Relocation . Tender Issue Date – Tuesday, February 16, 2021. Bids submitted electronically in

BRUCE STREET PUMP STATION RELOCATIONELECTRICAL DETAILS 2

T04.2021E05