Home
INVITATION FOR BID - Purchasing
Contents
1. lt 222 7 SII lt A aU AA U o RES REELS mg LESS lt S lt 6 A lt 5 SS lt 00 a Me TOE 000 SS lt ZZ Vv y ZZ RR IS ILLL e 94 SORES 1 SQ 2222 2222 y 222 22 CS NNNM 2 OLL 2222222222 yea HET ET 2 Mas CIES SY SISSY BSR EE yyy YVR II S LENS yy 04494 Qm SJ SIII 2YYY XR 2222222 NND RS SORE NSS CORA IILL 1 IM 2 2 l Z a E X AS 1 E 1 RASI A gt wey SN LEY IR 1 MN J FINISHED GRADE SLOPE AWAY FROM VAULT BLACK GEL COATED VENT CAP TYP OF 2 4 X 4 LANDSCAPE STYLE ACCESS HATCH BLACK GEL COAT FINISH r HATCH EXTENSION 6 VENT TYP OF 2 STAINLESS STEEL ANCHOR BOLT TYPICAL OF 2 PER SIDE 8 TOTAL 1 4 STAINLESS STEEL ANCHOR WIRE TYPICAL BY INSTALLIN CONTRACTOR AYU S SSS STAINLESS STEEL ANCHOR BOLT BY INSTALLING CONTRACTOR EMBED AT LEAST 3 INTO CONCRETE TYPICAL CONCRETE ANCHOR SLAB SIZE TO BE DETERMINED BY STRUCTURAL ENGINEER STEEL SKID 4 CONCRETE LEVELING PAD SUMP PIT 18 X 18 X 14 DEPTH OFFSET 3 FROM VAULT WALLS DFST 6400
2. g SA E v ve Lu amp PLEASE NOTE FOR THE EARLY E lt m PROCUREMENT PACKAGE PLEASE FURNISH neo gt lt Bp ALL FOUNTAIN EQUIPMENT AS IDENTIFIED lt x 7 ON THE FOUNTAIN EQUIPMENT SCHEDULE 7 np 2 ON DRAWING 04 AND AS DESCRIBED IN ul 3 lt lt z THE SPECIFICATION SECTION 13 1213 ALL E x pee OTHER MATERIALS AND INSTALLATION WILL CI gt 1 1T c BE BY OTHERS gt 4 2 e Og d oS 55 GAS ZO lt U Y Z RION E s ATIS TTE oz cz a SIRINI NONG Y 2 BIASES 3 e a 9 MSAN te 2 TQ lt WASA ac eT O E gy Bo 55 RSG E x W n eui pue wi amp Nez uc e 25 ININ Ge 2 NE Z c c E A c lt N I EC NI a Cu 3 m 2 552 z lt lt ER E m A Ac RI 090 T RX AE 2 8 ae O UO uu 2 2 VRE OA lt gt 898 RASS NE Z 00 SHE AA vs 5 rt i ng T sec s ZZ ot PF I i E A RAR VN E zy 2s X ul Mm zO Suu MS s A ENE TEN 4 p tas SAYA rax XS 0 YY ONO Ning 3 HS Yn nS TS nz O ne S 5 OF M au 05 ZO mis x lt T W a WEBSITE DADOT SKIMMER REV DATE DESCRIPTION SHEET TITLE RETURN PIPING EARLY PROCUREMENT CA C f x PACKAGE Sareea AS Fis MARCH 15 2013 ESOS yu DN Sone IMN
3. 22 23 Ratings 25 HP at 208 VAC Overload capacity 120 for 60 sec 18096 peak Starting torque 15096 DC injection braking ramp or coast to stop adjustable current limited Electronic reversing Adjustable accel decel 0 1 to 3600 sec 2 each Controlled speed range 40 1 Critical frequency rejection 2 selectable adjustable bands Torque limiting circuit 30 to 18096 Drive efficiency 96 to 9896 Energy saving control improves motor efficiency Displacement power factor 0 98 Output frequency 0 1 to 400 Hz Frequency resolution 0 01 Hz with digital reference 0 06 Hz with analog reference Frequency regulation 0 01 digital 10 to 40 C 0 1 analog 15 to 35 Torque boost full range auto Jog forward and reverse Power loss ride thru 2 sec Inertia ride thru Selectable auto restart after momentary power loss Programmable auto restart 0 to 10 attempts after re settable fault DC bus reactor 30 to 125 HP at 230 VAC 30 to 250 HP at 460 VAC Design Features D 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 32 bit microprocessor logic Surface mount devices Carrier frequency selectable to 15 kHz Keypad operator controls LED display four digit 24 VDC control logic Programmable contacts one form C and one NO Timer function contact initiated RS 232 communications port Volts hertz ratio 15 preset and one infinitely adjustable pattern 5 Multi speed set
4. 8 SLUMP TO ENSURE THE CONCRETE ADEQUATELY COVERS THE MOUNTING SKID AND FILLS THE ENTIRE VOID UNDER THE VAULT BETWEEN LEVELING SLAB AND BOTTOM OF VAULT 5 PIPING AND CONDUIT CONNECTIONS A CONNECT ALL PIPING AND CONDUIT AS INDICATED ON THE CONSTRUCTION DOCUMENTS DO NOT EXTERNALLY LOAD THE VAULT CONNECTIONS OR ALLOW THE CONNECTIONS TO SUPPORT THE WEIGHT OF THE CONNECTED PIPING IF THE PIPING IS NOT SUPPORTED PROPERLY SOIL SETTLING CAN RESULT IN EXCESSIVE LOADING ON THE PIPING THIS CAN RESULT IN BROKEN PIPING AND MISALIGNED CONNECTIONS IN THE VAULT B ALL OPEN CONDUITS CONNECTED TO THE VAULT SHOULD BE SEALED OR PLUGGED TO PREVENT WATER INTRUSION WARNING IF ALL DISCHARGE SUCTION PIPING ELECTRICAL CONDUIT CONNECTIONS AND AIR VENTS ARE NOT ROUTED ABOVE GRADE AND CAPPED FLOODING WILL OCCUR DURING ADVERSE WEATHER CONDITIONS A ONE DAY VAULT INSTALLATION IS RECOMMENDED 6 PRESSURE TESTING A PRESSURE TEST ALL PIPING CONNECTED TO THE VAULT TO INSURE THERE ARE NO LEAKS IN THE SYSTEM REFER TO THE PVC INSTALLATION amp PRESSURE TESTING NOTES FOR PRESSURE TESTING PROCEDURES 7 INTAKE AND EXHAUST VENTS A INSTALL AIR INTAKE AND EXHAUST VENTS AS SUPPLIED AND IN ACCORDANCE WITH THE CONSTRUCTION DOCUMENTS THE VENT CAPS AS PROVIDED SHOULD BE INSTALLED IMMEDIATELY TO PREVENT WATER INTRUSION 8 BACKFILLING AND COMPACTION A PROVIDE ADEQUATE INTERIOR BRACING DURING BACKFILLING TO PREVENT DAMAGE TO THE FIBERGLASS SHELL B ALL OPEN PIPING
5. 8 hours 3 4 18 hours 6 8 24 hours 10 amp higher 36 hours 5 A 24 hour static pressure test of 10 ft above highest vacuum drainage or gravity pipe invert elevation shall be performed on all vacuum and or gravity pipe lines using water as the medium All vacuum and gravity drain piping shall be tested with no loss of water pressure or noticeable leaks All pressure testing shall include a visual check of each joint by the Contractor in the presence of Construction Manager owner authorized representative and or Architect 6 The Contractor shall provide all pumps pressure plugs gauges and other instruments and devices necessary to perform the hydrostatic pressure tests specified herein Each complete discharge piping system shall be hydrostatically tested to a pressure of 150 of the system working pressure For purposes of this test system working pressure shall be defined at 50 PSIG and the hydrostatic test shall be performed at 75 PSIG Pressure test for at least 8 hours at which time pressure shall remain constant without additional pumping pressure loss or noticeable leaks PSI is required on all pressure piping to include return inlets piping using water as the medium 7 Pressure test all water piping prior to commencing backfill operations Hydrostatic water testing shall be the only approved method DO NOT PRESSURE TEST WITH COMPRESSED AIR as severe pipe damage and bodily injury can occur Do not exceed
6. 90 C SUNLIGHT RESISTANT FOR ABOVE AND BELOW GROUND USE ALL CONDUITS SHALL BE PROTECTED AT ALL TIMES FROM POSSIBLE WATER INGRESS USE ONLY APPROVED PRIMER AND PVS GLUE SUITABLE FOR JOINING ALL PVC CONDUITS AND FITTINGS PER MANUFACTURER S INSTRUCTIONS 14 ALL UNDERWATER JUNCTION BOXES MUST BE EQUIPPED WITH THREADED CONDUIT ENTRIES AND COMPRESSION TYPE CORD CONNECTORS FOR CORD ENTRY STRAIN RELIEF CONNECTORS SERVING NICHE MOUNTED UNDERWATER LIGHTS SHALL BE CAPABLE OF SEALING BOTH THE FIXTURE CORD AND AN AWG 8 INSULATED BONDING WIRE WHICH MAY BE REQUIRED BY SOME LOCAL CODES 15 ALL ELECTRICAL EQUIPMENT MUST BE PROPERLY BONDED AND GROUNDED FOR SAFETY PER THE LATEST NEC AND LOCAL CODE REQUIREMENTS ALL BONDING LUGS SHALL BE PROVIDED BY INSTALLING ELECTRICAL CONTRACTOR INSTALLING CONTRACTOR SHALL VERIFY ALL NECESSARY REQUIREMENTS OF LOCAL INSPECTOR BEFORE INSTALLING AND NOTIFY THE ARCHITECT OF ANY REQUIRED DEVIATIONS FROM SPECIFICATIONS PLANS OR NOTES AND RESOLVE ALL CONFLICTS BEFORE INSTALLING EQUIPMENT CONTRACTOR TO INSURE THAT ALL BONDING CODES ARE COMPLIED WITH FOR EACH METAL POOL EQUIPMENT COMPONENT 16 ALL CONDUIT CONNECTIONS BETWEEN DISSIMILAR METALS MUST BE MADE WITH DIELECTRIC FITTINGS AND SEALED WITH DIELECTRIC THREAD COMPOUND TO PREVENT GALVANIC DEGRADATION 17 THE INSTALLING ELECTRICAL CONTRACTOR WILL VERIFY THAT ALL ELECTRICAL EQUIPMENT GROUNDS WILL HAVE THE SAME REFERENCE POTENTIAL AND WILL GIVE EVIDENCE OF SUCH TO THE FOUNTAIN EQUIPME
7. By signing the bill of lading it is mutually agreed that the goods listed are accepted in apparent good order condition and correct quantity except as noted and are in proper condition for transportation according to the applicable regulations of the department of transportation for truck load shipments In cases where shipments that are damaged in transit and are signed for in good condition it will be the contractors responsibility to replace those damaged items All shipments are subject to the manufacture s standard terms and conditions Storage and Protection Contractor shall store all components in their original packages and protect all items from damage until final placement occurs Contractor shall rotate all motor shafts WATER FEATURES 13 1213 4 UNIVERSITY OF ALABAMA SHELBY FOUNTAIN 100 Design Specifications TUSCALOOSA AL 1 7 1 8 1 4 turn each and every month during storage up to the time of first performance to ensure motor shaft integrity WARRANTY Contractor installer and manufacturer shall furnish warranty for fountain system installation for a minimum period of one year from date of Substantial Completion of the Contract as specified in Contract Conditions Contractor shall include provisions of warranty to Owner not otherwise covered by manufacturer Warranty to include the following 1 Fountain system to be free of defects of materials and workmanship Fountain system performance to the designated wa
8. National Electric Code NEC 10 American Society of Mechanical Engineers ASME 11 American Society of Sanitary Engineering ASSE 12 Commercial Standards CS 13 National Electrical Manufacturer s Association NEMA 14 Uniform Building Code UBC 15 Institute of Electrical and Electronic Engineers IEEE 16 Insulated Power Cable Engineers Association IPCEA 17 International Plumbing Code IPC F All work shall conform to the latest edition of the National Building Code and or International Plumbing Code 1 3 SYSTEM REQUIREMENTS A Design Requirements 1 The fountain described in this Section shall be a fully automated self contained type stationary feature 2 The work of this Section shall include design of equipment items for fabrication and installation of fountain equipment and components to suit Project requirements as approved by Owner See Division 1 for additional provisions related to delegated design by Owner s Engineer B Performance Requirements 1 The 3 Geyser nozzle is to operate at a max display height of 20 The perimeter Aerating Foam Jet nozzles will operate at a display height of 6 with arching throw of 12 The combined pumping rate for the features is 525 g p m 105 t d h 1 4 SUBMITTALS C General Refer to and comply with Division 1 Section for procedures and additional submittal criteria D Installer Qualifications Comply with Article Quality Assurance herein Submi
9. 304 stainless steel cased pressure gauge and 1 97 N P T glycerin liquid filled 304 stainless steel cased vacuum gauge DFAN 100 3 Cup Anemometer conduit mounted P V C constructed pulse type output Condolet and 16 2 shielded cable to be provided by contractor DFWLS N Dual probe water level sensor cast bronze and stainless steel constructed probe voltage 12 volts or less 3 wire with integral wave suppression shield wall niche mounted DFDF 150 1 1 2 N P T discharge fitting heavy duty schedule 40 stainless steel constructed with 6 x 6 adjustable 11 gauge diverter plate with black powder coat finish DFFD 300 3 N P T cast bronze constructed floor drain fitting with integral waterstop flange and bronze plug Pond area equipment will be equipped with integral stainless steel membrane clamp and fasteners DFSO 300SW 3 F P T Sidewall overflow bronze constructed with natural bronze finish mounted flat in niche DFSK 150 2 Front access skimmer with bronze faceplate black cycolac constructed 1 1 2 connection DFWSB 4800 48 Dia x 12 Wave suppression baffle type 304 stainless steel constructed with adjustable leg stands black powder coat finish DFBV 125 1 25 N P T Ball valve synthetic constructed full flow design threaded connection DFFJ 125 1 25 N P T Water level independent Aerating Foam Jet nozzle machined synthetic constructed with integral swivel WATER FEATURES 13 1213 7 UNIVERSITY OF ALABAMA SHELB
10. 8 X 8 SUBTERRANEAN EQUIPMENT VAULT ELEVATION VIEW SCALE N T S NOUS ORs Ine ERRET PROCUREMENT PACKAGE PLEASE FURNISH ALL FOUNTAIN EQUIPMENT AS IDENTIFIED ON THE FOUNTAIN EQUIPMENT SCHEDULE 4 X 4 LANDSCAPE STYLE ACCESS HATCH CK GEL COATED VENT CAP ON DRAWING F0 04 AND AS DESCRIBED IN TE SPECICATION O e OTHER MATERIALS AND INSTALLATION WILL BE BY OTHERS FINISHED GRADE SLOPE AWAY FROM LID TO BE PROVIDED BY INSTALLING ANA I lt lt lt YS YY YY ENHAUST TRESH ARN NSLS WOOAIHYM HYP AIHYM NAN WHA YH YY 2 7222222242 AAA lt lt lt lt NNN N N N N N N N N N N2 WYYYYY yy ei AAA lt STAINLESS STEEL ANCHOR BOLT AN ANANAWAN SINS AAA AT A AAT A Ze TYPICAL OF 2 PER SIDE 8 TOTAL AA AAA AAA AAA ANANAS AA NAA ANANAS lt lt MY QOQOUONONYQOAA N N WO DYDD ON rw X X KC CC KC XA lt lt lt C 2 lt lt lt lt s lt lt lt lt lt lt lt x 2 2 5 5 ANCHOR WIRE BY lt lt lt INSTALLING CONTRACTOR lt lt lt 4 CONCRETE ANCHOR PAD lt lt lt lt lt S S EYEBOLT FOR ANCHOR WIRE E 2 A E CONCRETE PAD iS NLG CONTRACTOR TYP OF 8 Toa 5 4 CON
11. BY INSTALLING CONTRACTOR 1 2 PLUMBING BY INSTALLING CONTRACTOR SENSOR amp HOUSING SCALE N T S 6 1 2 ELEVATION ALE ADAPTER BY INSTALLING CONTRACTOR 1 2 PLUMBING BY INSTALLING CONTRACTOR DFSO SW A WALL NICHE WATER LEVEL WATER HAMMER ARRESTOR 1 110V SOLENOID VALVE 1 BRASS BALL VALVE DF WMUA 100 SS MAKEUP WATER ASSEMBLY MOUNTED IN VAULT SCALE N T S REV DATE DESCRIPTION SHEET TITLE DETAILS EARLY PROCUREMENT PACKAGE MARCH 15 2015 DRAWN CHECKED APPROVED PROJECT NO 5684 0 DRAWING NO PLEASE FOR pi BARLEY PROCUREMENT PACKAGE PLEASE FURNISH ALL FOUNTAIN EQUIPMENT AS IDENTIFIED ON THE FOUNTAIN EQUIPMENT SCHEDULE ON DRAWING F0 04 AND AS DESCRIBED IN aie SPECIFICATION SECTWROS 13 1213 ATE OTHER MATERIALS AND INSTALLATION WILL BE BY OTHERS F0 05 FOUNTAIN EQUIPMENT All in pool fittings shall be constructed of stainless steel bronze brass copper or fiberglass Fittings that will be visible shall have finishes that blend into the pool floor and walls bronze or brass finishes that will age naturally to a dark color or painted to blend with pool finishes Fountain Equipment Manufacturer shall be Delta Fountains CONTACT JAMES TURNER AT DELTA FOUNTAINS 904 886 9030 JAMES DELTAFOUNTAINS COM Refer to drawings for dimensions and installation details Refer to project specifications Section 13 1213 GENE
12. DETERMINED STAINLESS STEEL FRAME AND GRATE 2 PVC SLIP CONNECTION FOR FILTER SUCTION ON OPPOSITE SIDE OF SUMP SCALE N T S POOL FLOOR 6 P V C SLIP CONNECTION 18 FIBERGLASS SUMP WITH SANDCOAT FINISH DFSS 1824 6 FEATURE RETURN SUMP WITH ANII VORTEX PLATE S S ANTI VORTEX PLATE 1 2 POOL FLOOR S S FRAME 12 X 12 FIBERGLASS SUMP 2 CONNECTION DFSS 1214 2 FILTER RETURN SUMP WITH ANTI VORTEX PLATE SCALE N T S REMOVABLE 1 1 2 SLIP CONNECTION 8 1 8 1 14 DEBRIS BASKET FLOATING WE CAST BRONZE FACEPLATE OPERATIONAL WATER LEVEL REMOVEABLE BASKET SUCTION LINE TO SKIMMER 1 1 2 SLIP CONNECTION SUCTION 1 2 MANIFOLD FOUNTAIN WALL CAST BRONZE FACEPLATE DFSK 150 2 SKIMMER SCALE N T S OPERATING WATER LEVEL INSTALLING CONTRACTOR TO BOND WITH 8 SOLID AWG COPPER WIRE DAVIS ARCHITECTS DAVIS ARCHITECTS INC 1 172 SCHEDULE 80 PVC PIPE AND APPROPRIATE CONNECTORS 1 1 2 N P T CAST BY INSTALLING CONTRACTOR BRONZE VACUUM FITTING 120 TWENTY THIRD STREET SOUTH 205 322 7482 BIRMINGHAM AL 35233 FAX 322 7485 WEBSITE DADOT COM KEY PLAN SCALE N T S 7 PLAN VIEW 6 1 2 aa 3 4 BRONZE PLATE FLOAT TYPE WATER LEVEL SENSOR Ced 1 4 CAST BRONZE HOUSING 1 2 COUPLING 1 2 MALE ADAPTER
13. IN THE EVENT OF CONFLICTING REQUIREMENTS BETWEEN CONTRACT DOCUMENTS AND ANY LOCAL ELECTRIC CODE OR OTHER GOVERNING ORGANIZATIONS FOR THIS LOCATION THE MOST STRINGENT SHALL GOVERN AND TAKE PRECEDENCE IN THIS EVENT THE ARCHITECT SHALL BE NOTIFIED IMMEDIATELY IN WRITING OF SUCH CONFLICT 2 IT IS THE ELECTRICAL CONTRACTOR S RESPONSIBILITY TO VERIFY ALL FIELD DIMENSIONS CRITICAL TO FOUNTAIN EQUIPMENT INSTALLATION AND PERFORMANCE AND REPORT ANY DISCREPANCIES IN WRITING TO THE ARCHITECT AND THE ENGINEER UPON IMMEDIATE NOTICE 3 ITIS ELECTRICAL CONTRACTOR S RESPONSIBILITY TO INSURE THAT ALL ELECTRICAL EQUIPMENT IS INSTALLED AND WIRED BY A QUALIFIED LICENSED ELECTRICIAN EXPERIENCED IN FOUNTAIN SYSTEM WIRING 4 ACLASS A GROUND FAULT CIRCUIT INTERRUPTER GFCI MUST BE INSTALLED IN EACH BRANCH CIRCUIT SUPPLYING SUBMERSIBLE OR UNDERWATER FOUNTAIN EQUIPMENT EQUIPMENT OPERATING AT 15 VOLTS OR LESS MUST BE PROTECTED BY SUITABLE TRANSFORMER U L LISTED AND MARKED FOR THE APPLICATION 5 NOT USED 6 NOT USED 7 NOT USED 8 ALL ELECTRICAL EQUIPMENT WHICH DEPENDS ON SUBMERSION FOR SAFE OPERATION MUST BE PROTECTED AGAINST OVERHEATING BY AN INDEPENDENT LOW WATER CUTOFF DEVICE IF THE WATER LEVEL DROPS BELOW NORMAL OPERATING LEVELS OR CONTAIN AN INTERNAL THERMAL BIMETALIC AMBIENT COMPENSATING OVERLOAD 9 MAXIMUM LENGTH OF EXPOSED CORD IN FOUNTAIN IS LIMITED TO 9 NO ADDITIONAL CORD OR SPLICES OTHER THAN THOSE MADE IN A WATERTIGHT JUNCTION BOX ARE TO BE MA
14. Include equipment and material handling instructions and interfacing requirements and coordination notes with other trades and contractors 2 If family product data sheets are used cross out all items not appropriate Samples for Verification Submit for surface exposed elements of system as requested by Architect and highlight only the information that is pertinent Quality Control Submittals 1 Test Reports Fountain manufacturer s test report must be included in the control panel information package This report shall include results of the test on both motors and all lighting circuits 2 Field Reports The manufacturer shall provide a field test report in the controls package This report which includes information on the field voltage current and resistance at all components must be filled out by the installing electrical contractor and submitted to the manufacturer and the Architect for approval 3 Pressure Test Reports All testing procedures and forms shall be submitted for approval prior to performing tests Forms shall include test area description name of contractors representative performing the test dates test is performed start amp completion dates signature of the designated owner s representative who witnesses the test the test pressure length of the test amp the test method Completed forms shall be submitted as part of the contractor s close out documents Contract Closeout Operations and Maintenance Submi
15. J SSIES SIIYSAD NE E TYPE I 4000 PSF NS AAR MIN BEARING AREA IN SQUARE FEET OF REACTION BACKING CONCRETE UNDISTURBED GROUND FA s MESE 4 Tele pe e ts s e sw ps pz pe pe pe ue fre pw qo 20 Ht n 20 20 38 287 120 ue SEMEN E 2E rr UO EE I EHE 8 2 EXCAVATION EQUIPMENT VAULT INSTALLATION INSTRUCTIONS 1 RECEIVING THE VAULT A UPON ARRIVAL OF THE VAULT THE RECEIVING AGENT SHOULD INSPECT THE INTERIOR AND EXTERIOR FOR ANY VISIBLE DAMAGE THAT MAY HAVE OCCURRED DURING SHIPPING IF ANY DAMAGE IS FOUND ALL DAMAGES AND SHORTAGES SHALL BE CLEARLY DOCUMENTED ON THE BILL OF LADING AND PACKING SLIP BEFORE THE DELIVERY DRIVER LEAVES THE PREMISES THE RECEIVING AGENT SHOULD IMMEDIATELY NOTIFY THE FREIGHT LINE NOTE THE BILL OF LADING AND CONTACT THE FOUNTAIN EQUIPMENT MANUFACTURER IF THE EQUIPMENT VAULT IS NOT GOING TO BE INSTALLED AT THE TIME OF DELIVERY THE VAULT SHOULD BE STORED IN A COVERED AREA SAFE FROM FLOODING B CONTRACTOR SHALL STORE ALL COMPONENTS IN THEIR ORIGINAL PACKAGES AND PROTECT ALL ITEMS FROM DAMAGE UNTIL FINAL PLACEMENT OCCURS CONTRACTOR SHALL ROTATE ALL MOTOR SHAFTS 74 TURN EACH AND EVERY MONTH DURING STORAGE UP TO THE TIME OF FIRST PERFORMANCE TO ENSURE MOTOR SHAFT INTEGRITY TIGHTEN ALL PLUGS BOLTS NUTS AND UNION TYPE FITTINGS AND CLOSE ALL VALVES UNTIL SYSTEM IS READY FOR STARTUP C FIELD VERIFY ALL EQUIP
16. PIPE O D PLUS 12 INCHES AND DEEP ENOUGH TO ALLOW PIPING TO BE BURIED A MINIMUM OF 12 BELOW THE MAXIMUM EXPECTED FROST PENETRATION LINE TO AVOID FREEZE DAMAGE LAY PIPING IN HORIZONTAL PARALLEL AND PERPENDICULAR MANNER AVOID VERTICAL STACKING OF PIPES SPACE MINIMUM OF 3 APART ON ALL PARALLEL RUNS 8 USE ONLY CLEAN FREE FLOWING NON EXPANSIVE BACKFILL MATERIAL NATURALLY ROUNDED 74 PEA GRAVEL 8910 STONE 610 STONE FLOWABLE FILL OR SAND AND BACKFILL IN 6 LIFTS WITH ADEQUATE AND COMPLETE COMPACTION BETWEEN LIFTS TO 90 OF MAXIMUM DENSITY PER ASTM 1557 70 COMPACTION TO EXCESSIVE LOADS SHALL NOT BE PERMITTED A SECOND PRESSURE TEST ON THE PIPING SYSTEM MUST BE MADE AT THIS TIME TO INSURE THAT PIPING HAS NOT BEEN DAMAGED DURING BACKFILL OPERATIONS 9 AVOID LAYING SUCTION PIPING IN A MANNER THAT COULD RESULT IN A SUCTION LOOP BEFORE DURING OR AFTER BACKFILLING AND COMPACTION ALWAYS PITCH PIPE IN ADOWNWARD DIRECTION TO AVOID A SUCTION LOOP THAT WILL CAUSE AIR TO BE PERMANENTLY TRAPPED CAUSING LOSS IN PERFORMANCE OF THE PIPING SYSTEM DUE TO INCREASED FRICTION AND WORK LOAD DEMAND 10 ANY AND ALL COSTS ASSOCIATED WITH ABOVE ARE RESPONSIBILITY OF INSTALLER PRESSURE TESTING 1 PERFORM TESTS IN THE PRESENCE OF THE OWNER ARCHITECT OR AUTHORIZED REPRESENTATIVE FOR DESIGNATED DURATION WITH NO PRESSURE LOSS OR NOTICEABLE LEAKS 2 DO NOT INCLUDE EQUIPMENT IN TESTS WHICH COULD BE DAMAGED BY HIGH PRESSURE 3 FLUSH OUT ALL PIPES WITH CLEAN WATER
17. PRIOR TO PERFORMING LEAK TESTS 4 PERFORM TESTS AS FOLLOWS SYSTEM TEST PRESSURE MEDIUM DURATION WATER 150 OF OPERATING PRESSURE WATER 24 HOURS DRAINAGE 10FT OVER HIGHEST PIPE INVERT WATER 24 HOURS 5 AUTOMATIC MAKE UP WATER SYSTEMS SHALL BE THOROUGHLY TESTED AND OPERATIVE AT THE TIME OF FINAL OBSERVATION 6 AFTER THE SYSTEM HAS OPERATED FOR ONE WEEK CONTRACTOR AND OWNER S REPRESENTATIVE SHALL INSPECT WATER MAKE UP RATES AND AGREE THAT WATER USAGE IS APPROPRIATE FOR A SYSTEM OF THIS TYPE ARE WITHIN LOCAL ORDINANCES OR CODES AND THAT SUCH RATES ARE NOT INDICATIVE OF EXCESSIVE LEAKAGE FROM SYSTEM A WATER METER SHALL BE PLACED ON THE FILL LINE FOR THIS PURPOSE IF NECESSARY TO DOCUMENT PRECISE WATER USAGE GENERAL PIPING NOTES All system piping shall be Type L Copper Type K Copper or Schedule 80 PVC Return piping shall be routed as directly as possible and with a minimum number of bends in order to minimize friction resistance Return piping shall be Schedule 80 PVC Discharge piping shall be routed as directly as possible and with a minimum number of bends in order to minimize friction resistance Discharge piping shall be Schedule 80 PVC Drain piping shall comply with local codes and shall be fitted with the necessary cleanouts and traps as required by those codes Drain piping shall be Schedule 80 PVC 1 ITIS THE INSTALLING CONTRACTOR S RESPONSIBILITY TO VERIFY ALL FIELD DIMENSIONS CRITICAL TO FOUNTAIN EQUIPMENT INSTALLATION AND
18. Return Inlet fitting with integral waterstop flange and brass plug natural bronze finish DFVK 100 Vacuum Kit with leaf rake wall brush vacuum and backwash hose and telescopic Ext Pole DFSS 1214 2 5 12 X 12 discharge sump constructed of a minimum of 6 layers of heavy duty fiberglass black gel coat finish on inside sand coat finish on outside for better adhesion to concrete and with integral water stop flange stainless steel diverter plate and includes integral schedule 80 PVC 2 5 coupling DFWLS N Dual probe water level sensor cast bronze and stainless steel constructed probe voltage 12 volts or less 3 wire with integral wave suppression shield wall niche mounted DFSS 1214 2 5 12 X 12 suction sump constructed of a minimum of 6 layers of heavy duty fiberglass black gel coat finish on inside sand coat finish on outside for better adhesion to concrete and with integral water stop flange stainless steel anti vortex plate and includes integral schedule 40 PVC coupling as shown on drawings DFSS 1824 6 18 X 18 suction sump constructed of a minimum of 6 layers of heavy duty fiberglass black gel coat finish on inside sand coat finish on outside for better adhesion to concrete and with integral water stop flange stainless steel anti vortex plate and includes integral schedule 40 PVC coupling as shown on drawings DFAV 1412 14 X 14 11 gauge stainless steel anti vortex plate 11 1 2 X 11 1 2 stainless steel frame and s
19. STANDARDS FOR CLEANING AND REPAIRING PVC PIPE AND FITTING SURFACES FOR SOLVENT CEMENTING IPS CORPORATION WELD ON TYPE C 65 OR EQUIVALENT FOLLOW ALL DIRECTIONS AND INSTRUCTIONS APPEARING ON PRODUCT LABEL 3 USE ONLY PURPLE PVC PRIMER MEETING NSF UPC AND ASTM F 656 STANDARDS FOR SOFTENING AND PREPARING FIELD PIPE AND FITTING SURFACES FOR SOLVENT CEMENTING IPS CORPORATION WELD ON TYPE P 70 OR EQUIVALENT FOLLOW ALL DIRECTIONS AND INSTRUCTIONS APPEARING ON PRODUCT LABEL 4 USE ONLY CLEAR OR WHITE HEAVY BODIED MEDIUM SETTING PVC CEMENT MEETING NSF UPC AND ASTM D 2564 STANDARDS FOR SOLVENT CEMENTING PVC PLASTIC PIPE AND FITTINGS IPS CORPORATION WELD ON TYPE 711 OR EQUIVALENT FOLLOW ALL DIRECTIONS AND INSTRUCTIONS ON PRODUCT LABEL 5 PRESSURE TEST ALL WATER PIPING PRIOR TO COMMENCING BACKFILL OPERATIONS HYDROSTATIC WATER TESTING SHALL BE THE ONLY APPROVED METHOD DO NOT PRESSURE TEST WITH COMPRESSED AIR AS SEVERE PIPE DAMAGE AND BODILY INJURY CAN OCCUR DO NOT EXCEED THE RATED OPERATIONAL PRESSURE OF THE PIPING AND OR FITTINGS CARRYING THE LOWEST PRESSURE RATING LOCATE AND REPAIR ANY LEAKS AND RETEST PRIOR TO COMPLETION OF BACKFILL OPERATIONS 6 CONCRETE THRUST BLOCKING IS REQUIRED AT ALL DIRECTIONAL CHANGES TEE S ELBOWS ETC REDUCER FITTINGS AND LINE TERMINATIONS BUSHINGS END CAPS PLUGS ETC 7 PERFORM ADEQUATE TRENCHING AND BACKFILL OPERATIONS WHEN INSTALLING PVC PIPING BELOW GRADE TRENCH WIDTH SHOULD BE MINIMUM OF
20. TO GROUND LUG IN JUNCTION BOX ALL WIRING AND CONDUIT SHALL BE SIZED BY THE ELECTRICAL CONTRACTOR IN ACCORDANCE WITH THE LATEST EDITION OF THE NEC AND ALL ELECTRICAL CODES AND REGULATIONS WHERE WIRED CONDUIT SIZES ARE SPECIFIED ON THE DRAWINGS THEY SHALL BE INTERPRETED AS MINIMUM ALLOWABLE SIZES ALL CONDUCTORS SHALL BE COPPER WITH INSULATION SUITABLE FOR THE PARTICULAR WIRING LOCATION MINIMUM ACCEPTABLE INSULATION TYPE IS THWN OR BETTER SUITABLE FOR BOTH DRY AND WET LOCATIONS CONDUCTOR INSULATION SHALL BE MOISTURE RESISTANT FLAME RETARDENT THERMOPLASTIC AS APPROVED BY THE NEC CONDUCTOR SIZING SHALL BE BASED ON A AN AMBIENT TEMPERATURE OF 30 DEGREES CELSIUS AND A CONDUCTOR TEMPERATURE RATING OF 75 DEGREES CELSIUS MAX PER ARTICLE 310 OF THE NEC ALL UNDERWATER ELECTRICAL CABLE SHALL EITHER BE ENCASED IN WATERPROOF SEALED P V C CONDUIT OR SHALL BE RATED FOR CONTINUOUS OPERATION IN UNDERWATER MARINE ENVIRONMENTS 24 INSERT EACH SUBMERSIBLE CORD THROUGH THE BRASS CORD SEALS PROVIDED ON THE JUNCTION BOX AND TIGHTEN COMPLETELY 25 DO NOT OPERATE SUBMERSIBLE LIGHTS OR PUMPS MORE THAN 10 SECONDS UNLESS COMPLETELY SUBMERGED OR DAMAGE WILL RESULT AND WARRANTIES WILL BE VOIDED 26 ALL CONDUCTORS FOR FEEDERS WHICH EXCEED 200 FEET IN LENGTH SHALL BE INCREASED 1 TRADE SIZE AND INCREASED AN ADDITIONAL 1 TRADE SIZE FOR EACH ADDITIONAL 100 FEET OF OF FEEDER CABLE LENGTH 27 THE INFORMATION SUPPLIED IN THESE DRAWINGS SPECIFIES THE GENERAL REQUIREMENTS OF A COM
21. Tm a ORE lt PROJECT NO J 05500 eee A TORO OSCE ERS PPV NN gt 5 5684 01 CSS AST I KS ROR lt EIK SS X 2 22C2 LLII ANNE EATER EE ARR CSS SCALE F0 02 2 SASS 111 21 000 VN VNVEV IY VYSOO1IVOSNL lt VYAVEV IVY dO ALISMH3AINO SHL SLNAW AAC ddWI ALS 79 NIVIN YOd3 IAHS KE CL XO SINI OIN Me 2 ALL FOR Tne EARLY OTHER MATERIALS AND INSTALLATION WILL ON DRAWING F0 04 AND AS DESCRIBED IN EE OS ALL FOUNTAIN EQUIPMENT AS IDENTIFIED ON THE FOUNTAIN EQUIPMENT SCHEDULE RE SRE sm PROCUREMENT PACKAGE PLEASE FURNISH PLEASE NOTE KSSSRWYPY SS SS 99 RASA MACC oS TESS Sr QUA 08 9446 lt lt LA SS 4 ORES REE EED lt NJOSN3S 03345 QANIM ONISNOH AHOIN YOSNSAS 13 3 GSLNNOW CZ dAL LHOM SHOIN LSM Y3LYMYJANN 318viSsnrav MOST 9 dAL NOILONAL YSLVMYSCNN Q3LNnON HSN CIES AEST TIERS rm RE ORES ENS 1 DAVIS ARCHITECTS WOldlLod 13 jLIS HLM 31VNIOSOOO Q334 M3MOd XVW VGZL 3SvHd 80c SOdM SM3HLO A8 YsMOd SNIWOONI HT EARLY PROCUREMENT ELECTRICAL DIAGRAM PACKAGE SHEET TITLE CHECKED APPROVED 5684 01 MARCH 15 2013 DRAWN PROJECT NO DRAWING NO
22. all cartridge filters and one extra solenoid for water make up assembly PART 2 PRODUCTS 2 1 A COMPONENTS Mechanical Components The major mechanical components of the stationary fountain are as follows 1 DFFP 2500 55 Hp feature pump the motor shall be 208V 3 phase 1750 R P M standard drip proof motor The pump shall operate at a minimum of 525 GPM at 1055 TDH and shall have flanged 5 suction and 4 discharge connections and shall be cast iron body and have a single piece enclosed cast bronze impellor keyed to the shaft Shaft is heat treated stainless steel turned and ground with a renewable bronze sleeve WATER FEATURES 13 1213 5 UNIVERSITY OF ALABAMA SHELBY FOUNTAIN 100 Design Specifications TUSCALOOSA AL 10 11 12 13 14 15 to prevent contact between the shaft and the liquid being pumped The feature pump is pre plumbed and pre wired in equipment vault using min type 304 stainless steel hardware and including all necessary check valves isolation flow control valves strainers and neoprene connectors as shown on the drawings DFFP 075 3 4 Hp Self priming NSF approved filter pump and fitted 2 connections The pump shall operate at a minimum of 40 GPM at 60 TDH Pump is one piece case access to removable basket strainer and pump internals The pump shall have a floating eye seal between the closed impeller and diffuser for maximum efficiency The motor shall be 120V 1 phase
23. and tile work shall be completed Refer to mechanical and electrical notes on drawing for further information Contractor shall field verify all dimensions Consult architectural structural mechanical and electrical drawings for additional details not shown on these drawings When applicable all weirs shall be installed with an accuracy of or 1 16 over the entire weir length Unless otherwise noted refer to the architectural drawings for weir details Contractor shall provide all concrete work as required by all mechanical and electrical fountain equipment requirements including but not limited to housekeeping pads lock down slabs and thrust blocks where indicated Contractor shall provide all utilities such as power supplies water supplies and sewer connections under the building contract up to the fountain controls equipment and or pool fittings where indicated Contractor shall provide and is responsible for all elevation and X Y coordinates relating to all fountain equipment including vaults pool floors and pumps BASIC PIPING METHODS The Contractor shall verify and confirm all piping layouts locations and dimensions shown in these drawings and insure that the specified locations do not interfere with other equipment WATER FEATURES 13 1213 14 UNIVERSITY OF ALABAMA SHELBY FOUNTAIN 100 Design Specifications TUSCALOOSA AL K architecture or construction before installation All piping sh
24. for testing shall be furnished by the Contractor All tests shall be performed to the satisfaction of the Owner Architect and such other parties that may have legal jurisdiction Item or system to be tested shall not be closed up buried or covered until testing is completed and owner confirms approval Prepare reports of testing activities and submit as specified 1 Reference Division 1 Section 014300 Quality Requirements for related and additional provisions Piping Test 1 Conduct piping tests before joints are covered and after thrust blocks have been hardened sufficiently Fill pipeline 24 hours before testing and apply test pressure to stabilize system Use only potable water Flush out all pipes with clean water prior to performing leak tests 2 Do not include equipment in tests which could be damaged by high pressure 3 Automatic water make up systems shall be thoroughly tested and operative at the time of final observation 4 Pressure testing requires that a prescribed period of curing drying time be allowed in order to allow the PVC cement to properly cure and take a permanent set The following table sets forth the minimum drying period before the required pressure tests Note that the table applies only to weather temperatures ranging from 50 F to 90 F For drying times during temperatures that differ from this consult the fountain manufacturer Piping Size Curing Time 1 5 2 5
25. install service and or repair equipment whichever is applicable as required in this Solicitation In order for Bidders to qualify the following requirements must be fulfilled 2 1 The Bidder must provide in writing a statement that the Bidder has been regularly engaged in business for a minimum three 3 years engaging in furnishing delivering servicing repairing and installing equipment goods or services required in this Solicitation In lieu of the minimum number of years in business a performance bond may be submitted in the amount of one hundred 100 96 per cent of the contract price This bond will be used to secure the completion of the project should the successful Bidder default for any reason Failure to comply with this requirement may eliminate your bid response from consideration 2 2 Each bidder required to provide a bond shall submit a letter from a bonding agent licensed to do business in the State of Alabama stating that if the bidding company is the successful bidder said bonding agent will furnish a 10096 performance and payment bond covering and including products and service for the duration of the contract period Said bond shall be subject to the approval and acceptance of The University of Alabama The bond must be furnished to the University Purchasing Department within forty eight 48 hours after receipt of the purchase order The premium of the bond shall be paid by the successful bidder Failure to provide the bo
26. will be accepted It is the Bidder s responsibility to verify any information measurements and obtain any clarifications prior to submitting the bid response The University is not liable for any errors or misinterpretations made by the Bidder in response to this Solicitation The successful Bidder under the specifications required in this Solicitation shall furnish at its expense all equipment labor tools supplies transportation insurance and other expenses necessary to fully perform any phase of the requirements of this Solicitation Quote prices firm for a period of ninety 90 days following the bid opening date unless otherwise stated in the Special Conditions Bids that do not guarantee pricing firm for this period may be eliminated Failure to quote the term for which your prices will remain firm may eliminate your bid from consideration The quoted price must include but not be limited to all cables wires connectors etc to make a complete functioning unit unless specifically stated in the special conditions Include with your bid response complete details of your company s Return Merchandise policy including but not limited to amount of any restocking fee required procedures limitations contact person and phone number While the University does not enter into any purchase with the intent to return items ordered we do require this information be included with your bid response Failure to include this information may be groun
27. 1 Rigid conduit shall be corrosion resistant and either galvanized steel or rigid PVC as specified in Part 3 Article Basic Electrical Methods herein Submit Product Data and related specifications on materials to be used All electrical conduit and conduit fittings between submersible light fixture niches junction boxes and control panels will be U L listed rigid nonmetallic PVC NEMA TC 2 max 90 C sunlight resistant for above and below ground use All conduits shall be protected at all times from possible water ingress Use only approved primer and PVS glue suitable for joining all PVC conduits and fittings per manufacturer s instructions 2 All conductors shall be copper with insulation suitable for the particular wiring location as specified in Part 3 4 Article Basic Electrical Methods herein Submit Product Data and related specifications on materials to be used underwater 3 Reference requirements of other Project Manual Specifications for materials and items not specified herein 4 All PVC conduit connections underground shall be SCH40 pressure fittings FE male adaptors and couplings Use color coded primer pressure fitting PVC glue and Teflon paste The use of normal electrical PVC fittings is prohibited 5 All connections in the pool fountain shall be made with the assistance of a plumber using Teflon paste or Teflon tape to eliminate all leaks Use only tapered NPT stainless steel fittings and nipples The use of galvani
28. 12 INVITATION FOR BID Please Note New Bid Specification and Requirements Indicated Below State of Alabama Immigration Law If the successful bidder is located in Alabama or employs an individual or individuals within the State of Alabama the successful bidder shall provide a copy of its Employment Eligibility Verification E Verify company profile To expedite the ordering process this document may be submitted with the bid response If the successful bidder is not located in the State of Alabama and does not employ an individual or individuals within the State of Alabama the successful bidder shall complete and return the Certification of Compliance form included with this Request for Price Quotation E Verify company profile is not required To expedite the ordering process this document may be submitted with the bid response If you are not currently enrolled in E Verify follow these instructions e Logonto www uscis gov everify Click Getting Started for information about the program requirements and enrollment process Click Enroll in E Verify and begin enrollment process When enrollment process is complete click Edit Company Profile and print this one page document This one page document must be submitted prior to a contract or purchase order being issued For further assistance please consult the E Verify Quick Reference Guide If you have previously enrolled in E Verify follow these instructions e Log onto www us
29. 19 20 21 Thermal magnetic 2 pole molded case circuit breaker The breaker disconnects power in case of a short circuit or over amperage Breaker is UL listed The motor and lights shall be controlled by a keyed three position selection designated Hand Off Auto In the Hand mode the appropriate motor or set of lights shall be energized until the selection is placed in the Off mode In the Auto mode the appropriate motor shall be controlled by the appropriate time clock All power wiring shall be color coded using MTW 12 AWG minimum Control wiring shall be MTW 14 AWG minimum and be numbered lettered at each end Wire numbers letters shall be equivalent to Pass and Seymore LeGrande All wiring shall be routed through a wiring duct system to provide wire protection and an organized appearance Terminals shall be provided for interface with field installed equipment The terminal blocks shall be mounted on a 30 degree angle for ease of field connection Terminals shall be equivalent to Siemens Allen Bradley or Square D All components shall be labeled using a laser screened Mylar nameplate The nameplate shall be a laminated two part system using black letters on a white background on the door and yellow background on the back panel providing protection against fading pealing or warping The labeling system shall be computer controlled to provide logos post script type or custom design The use of engraved plastic ty
30. 2AWG 1442G 1 2 C APPROVED ACCESS LADDER DFST 6400 8 X 8 SUBTERRANEAN EQUIPMENT VAULT PLAN VIEW EQUIPMENT SCHEDULE FOAM JET NOZZLE WATER LEVEL INDEPENDENT 11 4 NPT 72 SUP FILTER SUPPLY EYEBALL FITTINGS WITH WATERSTOP FITTING CAST BRONZE AND MACHINED 4 DFEF 150 BRASS CONSTRUCTION 1 1 2 NPT MAKE UP WATER amp MANUAL FILL INLET FLOOR 1 1 2 AUTOMATIC MAKE UP WATER ASSEMBLY WITH 1 DFWMUA 100 SS 1 SOLENOID VALVE MOUNTED IN VAULT IMPROVEMENTS ALABAMA TUSCALOOSA E oHELBY FOUNTAIN amp SITE THE UNIVERSITY OF ALABAMA O ul O Y A lt DAVIS ARCHITECTS DAVIS ARCHITECTS INC 120 TWENTY THIRD STREET SOUTH 205 322 7482 BIRMINGHAM AL 35233 FAX 322 7485 WEBSITE DADOT COM KEY PLAN REV DATE DESCRIPTION SHEET TITLE VAULT DETAILS EARLY PROCUREMENT PACKAGE MARCH 15 2015 DRAWN CHECKED APPROVED PROJECT NO 5684 0 DRAWING NO FO 04 W L THREADED NIPPLE SIZE T B D IN FIELD BASED ON WATER DEPTH AND SET HEIGHT OF NOZZLE AS REQUIRED BY INSTALLING CONTRACTOR POOL FLOOR x SCALE N T S DF GN 300 GEYSER NOZZLE DFASU 300 3 N P T ADJUSTABLE SWIVEL DFPN 300 3 PENETRATION NIPPLE BOND WITH 8 AWG WIRE DFWSB 4800 4 DIA WAVE SUPPRESSION BAFFLE BLACK POWDER COAT FINISH TYPE 304 STAINLESS STEEL 1 8 THICK PLATE W L q t ADJUSTABLE LEGST
31. 3450 R P M and have a rust proof stainless steel shaft and permanently lubricated sealed bearings Filter pump is pre plumbed in equipment vault including all necessary check valves isolation flow control valves true union type as shown on the drawings DFCF 150 150 SQ FT Cartridge filter heavy duty abs constructed with cam amp ramp lid for easy access to removable washable filter media Filter is pre plumbed in equipment vault DFBF 65 9 Ib Automatic erosion type bromine feeder heavy duty abs constructed with integral check valve and proportioning valve Feeder is pre plumbed in equipment vault DFWMUA 150 100 1 1 2 water make up assembly type 304 schedule 40 stainless steel constructed with 110V bronze slow closing solenoid valve water hammer arrestor 1 1 1 2 heavy duty bronze constructed ball valve and 2 1 heavy duty bronze constructed ball valves The water make up assembly is pre plumbed ready for installation by the contractor PVC or copper construction is not acceptable The contractor shall connect in line on fresh water make up line and provide back flow preventer and or reduced pressure zone and pressure reducing valve to ensure the incoming line pressure does not exceed 50 P S I DFEF 150 1 1 2 N P T cast bronze constructed inlet fitting with integral waterstop flange and machined brass directional eyeball fitting with 3 4 discharge with PVC constructed is not acceptable DFVF 150 1 1 2 F P T Vacuum
32. ALL TESTS SHALL USE WATER NOT AIR FOR PRESSURE TESTING TESTING PROCEDURES amp FORMS SHALL BE SUBMITTED FOR APPROVAL PRIOR TO TESTING 23 ALL PENETRATIONS THROUGH OUTSIDE WALLS TO BELOW GRADE SHALL BE SEALED PER BUILDING SPECIFICATIONS USING EASY LINK SEALS IS RECOMMENDED 24 ALL PIPING PENETRATIONS THROUGH STRUCTURE WALLS INTO OPEN AREAS BELOW POOL STRUCTURE MUST HAVE ALLOWANCES MADE FOR SETTLEMENT 25 ALL ABOVE GROUND PIPING SHALL BE SUPPORTED WITH PIPE HANGERS PER SPECIFICATIONS AND CODE 26 ALL PIPING IS ASSUMED TO BE BURIED BELOW GROUND IN ALL CASES AND NOT INSTALLED ON OR ABOVE GRADE WHERE AN AIR TRAP LOOP OR HIGHPOINT COULD BE CREATED 27 CONTRACTOR SHALL OBTAIN ALL NECESSARY INSTALLATION PERMITS AND INSPECTIONS 28 ALL WELDED PVC FITTINGS ABOVE 6 DIAMETER SHALL BE FIBERGLASS REINFORCED AND USED ONLY ON NON PRESSURIZED LINES 29 ANY AND ALL COSTS ASSOCIATED WITH ABOVE ARE RESPONSIBILITY OF INSTALLER 4 REBAR SNUG TO PIPE 4 REBAR AN A oe RRR RRR AAA SYS A lt AR SS Z RRG NNANANNN I IS IF THRUSTS DUE TO HIGH PRESSURE ARE EXPECTED ANCHOR VALVES AS ABOVE AT VERTICAL BANDS ANCHOR TO RESIST OUTWARD THRUSTS 24 MIN 12 amp LARGER PIPE 18 MIN 10 amp SMALLER PIPE SECTION BENDS amp TEES ZVX7NAAAYSYNAYSAYAYAYSYSYSYSYSYA ANA COSME NASA X22222 SSN CRRA GF IGF IS FIRES WIR EE 8 L AE
33. AND CONDUIT SHOULD BE PROTECTED DURING THE BACKFILL PROCESS BACKFILL MATERIAL TO BE 8910 610 CRUSHED STONE FLOWABLE FILL OR ROUNDED GRAVEL 3 4 MAX AND LESS THAN 5 FINES BACKFILLING AND COMPACTION SHOULD OCCUR IN 6 LIFTS EACH LIFT IS TO BE HAND TAMPED DO NOT USE POWER OPERATED COMPACTORS AMIN OF 2 OF BACKFILL MATERIAL SHOULD BE PLACED BETWEEN THE VAULT WALLS AND SURROUNDING EARTH IN SOME GEOGRAPHIC LOCATIONS IT MAY BE NECESSARY TO PROVIDE ADDITIONAL DRAINAGE AROUND THE VAULT C FOR VAULTS IN AREAS OF HIGH GROUND WATER TABLES IT IS RECOMMENDED TO ENCASE THE VAULT IN CONCRETE BRACE INTERIOR WALLS WITH 4 EA 4 X 4 LUMBER AND 2 EA CROSS MEMBERS BRACE INSIDE CEILING WITH 4 EA 4 X 4 LUMBER AND 2 EA CROSS MEMBERS FORM THE OUTER SHELL BY CONVENTIONAL MEANS THE FIBERGLASS VAULT WILL BE USED AS THE INSIDE FORM POUR THE CONCRETE IN FOUR SEPARATE AND EQUAL LIFTS PON WARNING DO NOT USE SAND CLAY OR DIRT FOR BACKFILL WARNING GUARD THE VAULT AT ALL TIMES AGAINST CROSSING BY ANY HEAVY MACHINERY OR CONCRETE TRUCKS GENERAL ELECTRICAL NOTES 1 THE INSTALLATION OF ELECTRICAL EQUIPMENT AND WIRING IN WATER CAN PRODUCE EXTREME HAZARDS IT IS THE RESPONSIBILITY OF THE INSTALLING ELECTRICAL CONTRACTOR TO CONSULT amp COMPLY WITH THE LATEST EDITION OF THE NATIONAL ELECTRIC CODE NEC PUBLISHED BY THE NATIONAL FIRE PROTECTION ASSOCIATION QUINCY MASSACHUSETTS AND SAFETY REGULATIONS PRIOR TO INSTALLATION OF ELECTRICAL EQUIPMENT
34. ANDS TYP OF 4 POOL SPECIFICATION DATA CUSTOM FABRICATED STAINLESS STEEL BAFFLE WITH ADJUSTABLE LEGS AND BLACK POWDER COATED FINISH DFWSB 4800 WAVE BAFFLE BLACK POWDER COAT FINISH SCALE N T S Y CORD SEAL x Y THREAD TO THREAD SCH 80 BUSHING EXPLODED VIEW TAP f PIPE THREAD FROM BOTH SIDE OF PENETRATION MALE ADAPTER OFUL 250N 250W 120V NICHE MOUNTED FOUNTAIN LIGHT TAP 3 4 HUB TO RECEIVE 1 2 MALE CORD SEAL ADD 3 4 X1 2 THREAD TO THREAD REDUCING BUSHING TO ACCEPT 1 2 CORD SEAL ALL SIDE TAPS 3 4 STANDARD DFJB 4DB 8DB 4 8 TAP DECK BOX 3 4 C TO CONTROL PANEL 2412 AWG 1412 GROUND DFUL 250N 250W 120V FLOOR MOUNTED LIGHT amp DECK MOUNTED JUNCTION BOX SCALE N T S LIGHT POLE 3 STAINLESS STEEL ANGLE IRON MOUNTED TO SIDE OF LIGHT POLE 18 WIRES TO THE ANEMOMETER SHOULD BE RUN IN A METAL CONDUIT OR BE A SHIELDED PAIR DO NOT RUN THESE WIRES WITH POWER LINES SHIELDED CABLE AND CONDOLET TO BE PROVIDED BY CONTRACTOR IMPORTANT LOCATE ANEMOMETER ABOVE AND UPWIND OF FOUNTAIN METAL PIPE MUST BE GROUNDED GENERAL CONTRACTOR SHALL COORDINATE COORDINATE MOUNTING WITH LIGHT POLE MANUFACTURE STANDARD 10 TAIL ALABAMA DFAN 100 3 CUP ANEMOMETER SCALE N T S WATER LEVEL INDEPENDENT AERATING FOAM JET NOZZLE MACHINED SYNTHETIC CONSTRUCTION WITH INTEGRAL SWIVEL NIPPLE BY EPI C
35. ATION DRAWINGS DETAILS AND FOUNTAIN PRODUCT WARRANTY AND SYSTEM PERFORMANCE OR FOUNTAIN EQUIPMENT MANUFACTURER S GUARANTEE IS VOID 23 WRITTEN DIMENSIONS SHALL TAKE PRECEDENCE OVER SCALED MEASUREMENTS 24 NOT USED 25 ANY WATERPROOFING DETAILS OR SPECIFICATIONS THAT MAY APPEAR ON FOUNTAIN PLANS OR EQUIPMENT DETAILS ARE FOR GENERAL REFERENCE ONLY AND SHALL NOT BE INTERPRETED OR RELIED UPON AS A FORMAL SPECIFICATION OR RECOMMENDATION CONVERSELY THE ABSENCE OF WATERPROOFING DETAILS OR SPECIFICATION ON FOUNTAIN PLANS DETAILS OR PRODUCT SHEETS DO NOT IMPLY THAT WATERPROOFING IS NOT A PROJECT REQUIREMENT 26 NOT USED 27 IT IS THE RESPONSIBILITY OF THE WATERPROOFING CONTRACTOR TO REVIEW THE PROJECT SPECIFICATIONS FOR WATERPROOFING REQUIREMENTS FOR THE FOUNTAIN AND RELATED COMPONENTS AND PROVIDE THE SPECIFIED WATERPROOFING PRODUCTS AND SYSTEMS TO ENSURE WATERPROOF INTEGRITY OR THE FOUNTAIN SYSTEM 28 ITIS THE RESPONSIBILITY OF THE FOUNTAIN EQUIPMENT INSTALLER TO COORDINATE ALL WATERPROOFING MATERIALS SYSTEMS APPLICATIONS PROCEDURES MEANS AND METHODS WITH THE WATERPROOFING CONTRACTOR IN STRICT ACCORDANCE WITH THE PROJECT SPECIFICATIONS 29 IF THE FOUNTAIN CONTRACTOR WATERPROOFER HAS QUESTIONS PERTAINING TO WATERPROOFING THEY SHALL BE DIRECTED TO THE PROJECT ARCHITECT WHO IS SOLELY RESPONSIBLE FOR SUCH MATTERS 30 ALL FOUNTAIN SYSTEM EQUIPMENT AND COMPONENTS ARE DESIGNED AND MANUFACTURED FOR USE IN FRESH WATER APPLICATIONS ONLY DO NOT INSTAL
36. BE MADE AS SOON AS POSSIBLE TO PREVENT FLOODING OF THE VAULT IF PIPING CANNOT BE CONNECTED AT THE TIME OF THE INSTALLATION THE FOUNTAIN CONTRACTOR MUST CHECK TO MAKE SURE THAT ALL INTERIOR VALVES ARE CLOSED AND ALL CONDUIT CONNECTIONS ARE PLUGGED OR SEALED J POUR ANCHOR SLAB REFER TO INSTALLATION DETAIL DRAWINGS K INSTALL ADDITIONAL TEMPORARY AUTOMATIC SUMP PUMP OF SUITABLE SIZE OUTSIDE OF THE VAULT IF THE HOLE HAS TO BE LEFT OPEN OVERNIGHT CONTRACTOR IS RESPONSIBLE TO KEEP THE EXCAVATION AREA AROUND THE VAULT PUMPED AND DRY AT ALL TIMES WHILE AREA IS EXCAVATED L THE ACCESS HATCH ON THE VAULT SHOULD BE CLOSED AND LOCKED AT ALL TIMES WHILE UNATTENDED DURING THE INSTALLATION PERIOD WARNING FLOODING OF THE VAULT THRU THE NEGLIGENCE OF THE CONTRACTOR TO ADHERE TO THESE INSTALLATION SPECIFICATIONS VOIDS THE WARRANTY ON ALL EQUIPMENT IN THE VAULT REPLACEMENT OF DAMAGED EQUIPMENT WILL BE THE RESPONSIBILITY OF THE INSTALLING CONTRACTOR THE GUIDELINES OUTLINED ABOVE WILL AID IN THE PREVENTION OF FLOODING IN ADDITION CONSULT ALL INSTALLATION DETAILS IN THE CONSTRUCTION DOCUMENTS 4 CONCRETE ANCHOR SLAB A POUR 4 CONCRETE LEVELING SLAB STAINLESS STEEL ANCHOR BOLTS SHOULD BE INSERTED IN THE LEVELING SLAB B LEVELING SLAB SHOULD BE SLOPED SLIGHTLY TO THE CORNER OF THE VAULT WHERE THE SUMP PUMP GRAVITY DRAIN SUMP IS LOCATED C POUR ANCHOR SLAB IN ACCORDANCE WITH DETAILS ON CONTRACT DOCUMENTS THE CONCRETE SHOULD BE POURED WITH A MIN
37. CRETE STEEL SKID LEVELING PAD SUMP PIT 18 X 18 X 14 DEPTH OFFSET 3 FROM VAULT WALLS DFST 6400 8 X 8 SUBTERRANEAN EQUIPMENT VAULT ELEVATION VIEW SCALE N T S 25 Hp 208V 3 PHASE VARIABLE FREQUENCY DRIVE 3 3AWG 1 3G VACUUM SWITCH amp GAUGE R B ARG VAGUUN UCTION 9 CAPACITY AUTOMATIC m BROMINE SEPSE FEEDER i 8 C l BASKET STRAINER WITH CLAMP COVER POO 3 4 Hp 110V H 1 PHASE SELF A PRIMING FILTER PUMP 2 12AWG 1412G 1 2 C 8 STAINLESS STEEL FABRICATED HEADER Selle n gis ON 4 GEYSER DISCHARGE SL LEE 8 FRESH AIR INTAKE VENT BV BI 1 PLUMB TO NEAREST F ke Ch LOCATION a T 110V FRACTIONAL HP EXHAUST FAN 2 12AWG 1 12G 1 2 C 2 TO PERIMETER NOZZLE TYP OF 10 STACKED SINGLE OUTLET G F I PRO D B PTA 2 12AWG 1 12G 1 2 C 25 Hp 208V 3 PHASE FEATURE PUMP 3 3AWG 1 3G 1 1 4 C SCALE N T S 1 Un RESH RIN BACKFLOW PREVENTER amp N PRESSURE REDUCING F VALVE TO BE PROVIDED ee AG om BY CONTRACTOR LINE MAN TAIN MIN LJ PRESSURE NOT TO mi EXCEED 50 P S I 36 CLEARANCE si IN ERONT OF PANEL Hi AIR INTAKE VENT mi PLUMB TO NEAREST CONVENIENT LOCATION CONNECTIONS A gt 4 ANDSeAP ACCESS HATCH LIGHT AND LIGHT SWITCH 241
38. DE IN THE POOL CORDS EXTENDING BEYOND FOUNTAIN PERIMETER MUST BE ENCLOSED IN APPROVED WIRING ENCLOSURES 10 ALL SUBMERSIBLE LIGHTS AND PUMPS MUST HAVE SUFFICIENT CORD LENGTH TO ALLOW REMOVAL FROM THE WATER FOR RE LAMPING AND NORMAL MAINTENANCE FIXTURES CANNOT BE PERMANENTLY IMBEDDED IN THE FOUNTAIN STRUCTURE SO THAT THE WATER LEVEL MUST BE REDUCED OR THE FOUNTAIN DRAINED FOR RE LAMPING MAINTENANCE OR INSPECTION 11 SUBMERSIBLE EQUIPMENT MUST BE INHERENTLY STABLE OR BE SECURELY FASTENED IN PLACE WITH NON CORROSIVE FASTENERS SUITABLE FOR THE PURPOSE 12 UNDERWATER JUNCTION BOXES MUST BE FILLED WITH AN APPROVED RE ENTERABLE ELECTRICAL POTTING COMPOUND WAX OR PARAFFIN IS NOT ACCEPTABLE PRIOR TO FILLING POOL AND AFTER ALL CIRCUITS HAVE BEEN CHECKED TO PREVENT THE ENTRY OF MOISTURE AND BE FIRMLY ATTACHED TO SUPPORTS OR DIRECTLY TO THE FOUNTAIN SURFACE AND BONDED AS REQUIRED ALL CONDUIT STUBBED UP THROUGH THE POOL FLOOR MUST BE STAINLESS STEEL PVC RED BRASS AND EVERDUR ARE NOT ACCEPTABLE AS A CONDUIT SUPPORT STUB FOR SUBMERSIBLE JUNCTION BOXES ALL CONDUIT ENTRIES MUST BE COMPLETELY SEALED PRIOR TO POTTING TO PREVENT COMPOUND FROM ENTERING CONDUIT SYSTEM AFTER TESTING JUNCTION BOXES SHALL BE SEALED WITH SCOTCH 3M RE ENTERABLE COMPOUND OR OTHER APPROVED FILLING COMPOUND 13 ALL ELECTRICAL CONDUIT AND CONDUIT FITTINGS BETWEEN SUBMERSIBLE LIGHT FIXTURE NICHES JUNCTION BOXES AND CONTROL PANELS WILL BE U L LISTED RIGID NONMETALLIC PVC NEMA TC 2 MAX
39. EEL SKID SUPPORT CARE SHOULD BE TAKEN TO POSITION THE STRAPS AWAY FROM ANY PLUMBING CONNECTIONS ON THE SIDE OF THE VAULT DO NOT USE CHAINS OR CABLES TO LIFT THE VAULT DO NOT USE THE ANCHOR BOLTS ON THE SIDE OF THE VAULT FOR LIFTING LOWER THE VAULT ON TO THE ANCHOR SLAB AND ADJUST THE POSITION AS NECESSARY C THE FOUNTAIN CONTRACTOR IS TO SUPPLY AND INSTALL THE STAINLESS STEEL ANCHOR CABLES DIAMETER MIN BY CONTRACTOR FROM THE VAULT EYEHOOKS TO THE ANCHOR BOLTS IN THE SLAB ANCHOR BOLTS BY CONTRACTOR REMOVE SLACK FROM THE CABLES AND TIGHTEN DO NOT OVER TIGHTEN THE CABLE D ONCE THE VAULT IS IN PLACE IMMEDIATELY CONNECT THE TWO VENTILATION LINES AND ROUTE THEM TO THEIR DESIGNATED LOCATION E PERMANENT POWER IS TO BE PROVIDED TO THE SUMP PUMP IN THE VAULT BY A 24 HOUR DAY OPERATIONAL 120VAC 60 HZ 20 POWER SUPPLY TO THE SUMP PUMP S THIS SERVICE CAN BE ROUTED TEMPORARILY THROUGH THE VENTILATION SYSTEM AIR SUPPLY CLOSEST LINE TO THE FLOOR F CONNECT THE 1 1 2 OR 2 BACKWASH SUMP PUMP DISCHARGE LINES TO THE SEWER SYSTEM EITHER SANITARY OR STORM PER LOCAL CODES OR AS DESIGNATED ON THE CIVIL MEP DRAWINGS CHECK THE BALL VALVE ON THE SUMP PUMP DISCHARGE LINE AND MAKE SURE IT IS OPEN G LIFT THE FLOAT ON THE SUMP PUMP ONCE POWER CONNECTION IS MADE TO MAKE SURE THE PUMP IS WORKING H WHILE OPERATING UNDER TEMPORARY POWER IN AN UNFINISHED STATE CHECK THE VAULT DAILY ESPECIALLY BEFORE AND AFTER RAIN PIPING AND CONDUIT CONNECTIONS MUST
40. EPTABLE 43 CONDUITS ARE DRAWN FOR CLARITY AND DO NOT NECESSARILY SHOW EXACT ROUTING CONTRACTOR SHALL INSTALL CONDUITS WITH AS FEW CHANGES IN DIRECTION AS JOBSITE CONDITIONS WILL ALLOW 44 CONTRACTOR SHALL OBTAIN ALL NECESSARY INSTALLATION PERMITS AND INSPECTIONS 45 NOT USED 46 ALL PVC CONDUIT CONNECTIONS UNDERGROUND SHALL BE SCH40 PRESSURE FITTINGS FE MALE ADAPTERS AND COUPLINGS USE COLOR CODED PRIMER PRESSURE FITTING PVC GLUE AND TEFLON PASTE THE USE OF NORMAL ELECTRICAL PVC FITTINGS IS PROHIBITED 47 NOT USED 48 SHOULD ANY PRODUCT REQUIRE A THIRD PARTY LABEL OR CERTIFICATION AS AN ASSEMBLY E G N E C U L OR E T L LISTING SUCH REQUIREMENTS SHALL BE DETERMINED CONTRACTED FOR AND PAID BY CONTRACTOR 49 ALL METAL PARTS WITHIN 5 FEET OF THE INSIDE WALLS OF FOUNTAIN AND ALL METAL PARTS OF ASSOCIATED ELECTRICAL EQUIPMENT MUST BE BONDED TOGETHER PER NEC 680 P 50 ALL BONDING CONDUCTORS SHALL BE INSULATED 8 SOLID COPPER 51 ALL BONDING SHALL BE CONTINUOUS WITHOUT SPLICES ALL CONNECTIONS SHALL BE MADE BY EXOTHERMIC WELD OR FITTING APPROVED FOR SUCH USE IN FOUNTAINS AND POOLS 52 ANY AND ALL COSTS ASSOCIATED WITH THE ABOVE ARE THE RESPONSIBILITY OF INSTALLING CONTRACTOR CONSTRUCTION DOCUMENTATION 1 ALL FOUNTAIN EQUIPMENT PIPE VALVES amp FITTINGS SHALL BE SUBMITTED FOR APPROVAL PRIOR TO ACQUISITION REFER TO THE GENERAL CONDITIONS IN THE SPECIFICATIONS FOR SUBMITTAL PROCESS 2 ALL TESTING P
41. GHTING DRAINAGE AND VENTILATION IN PUMP ROOM TO PREVENT FLOODING CONDENSATION OR OVERHEATING OF EQUIPMENT AND COMPLY WITH ALL OSHA CONFINED SPACE REGULATIONS AND REQUIREMENTS BEFORE DURING AND AFTER SYSTEM INSTALLATION 17 ANY PRESSURIZED CITY WATER LINES SUPPLYING THE FOUNTAIN SYSTEM SHALL BE OF TYPE K COPPER AND SHALL BE PROTECTED BY AN APPROVED BACKFLOW PREVENTION DEVICE AND PRESSURE REDUCING VALVE SET AT 50 PSI MAXIMUM PRESSURE AND MINIMUM OF 40 PSI 18 THE INCOMING WATER SUPPLY LINE PRESSURE MUST NOT EXCEED 50 PSI AND IS PART OF THE BUILDING CONTRACT NOT THE FOUNTAIN 19 P TRAPS AND VENTS SHALL BE INSTALLED ON ANY DRAIN LINE CONNECTED TO A SANITARY SEWER SYSTEM WHERE AND WHEN REQUIRED BY PLUMBING CODE REGARDLESS OF WHETHER SHOWN ON INSTALLATION DRAWINGS 20 SOIL COMPACTION AROUND SUBTERRANEAN PIPING TO BE COMPACTED IN 6 LIFTS 21 ALL PIPING TO HAVE MINIMUM 2 SLOPE DOWN FROM FOUNTAIN TO EQUIPMENT VAULT EQUIPMENT ROOM UNLESS OTHERWISE SPECIFIED ON THE CONTRACT DOCUMENTS IF 2 SLOPE CANNOT BE ACHIEVED FOR ANY REASON SUBMIT PROPOSED SLOPE VARIATIONS TO ARCHITECT PRIOR TO INSTALLATION 22 PRESSURE TESTING ON ALL PIPE RUNS BETWEEN THE PUMPING EQUIPMENT AND THE FOUNTAIN BASIN SHALL BE PERFORMED BY THE INSTALLING CONTRACTOR AFTER ROUGH INS PIPES INSTALLED AND STUBBED UP ARE COMPLETE AND AGAIN BEFORE ANY CONCRETE IS POURED IT IS RECOMMEND TO MAINTAIN ALL PIPING UNDER PRESSURE DURING THE CONSTRUCTION PHASE TO DETECT ANY DAMAGE EARLY ON
42. IUS ELBOWS ON ALL DIRECTIONAL CHANGES ON SUCTION AND DISCHARGE LINES IN SOME INSTANCES PIPING DIAGRAMS ARE EXAGGERATED FOR PURPOSES OF CLARITY MAKE ALL SUCTION AND DISCHARGE PIPE RUNS USING THE MOST DIRECT ROUTES POSSIBLE AND USING THE MINIMUM NUMBER OF FITTINGS POSSIBLE SLOPE ALL LINES DOWN TO PUMP IN ALL CASES WITH NO LOOPS TRAPS OR HIGH POINTS 9 ON SUCTION LINES USE ONLY LUG TYPE BUTTERFLY VALVES FULL PORT OR GATE TYPE VALVES DO NOT REGULATE OR ADJUST FLOW FROM SUCTION SIDE OF PUMP USE SUCTION VALVES FOR EQUIPMENT ISOLATION PURPOSES ONLY 10 ON DISCHARGE LINES USE ONLY LUG TYPE BUTTERFLY GLOBE BALL PLUG OR OTHER LOW LOSS INFINITELY ADJUSTABLE VALVES FOR ISOLATION AND FLOW REGULATION 11 AN IN LINE BASKET STRAINER IS RECOMMENDED ON THE SUCTION SIDE OF PUMPS WITH BASKET PERFORATIONS PROPERLY SIZED TO PROTECT THE PUMP IMPELLER AND FOUNTAIN NOZZLE JET ORIFICES 12 PROVIDE ADEQUATE OVERFLOW DRAIN AND FILL LINE CAPACITY FOR THE FOUNTAIN SYSTEM 13 THE PIPING SYSTEM SHALL BE WATER PRESSURE TESTED FOR 24 HOURS PRIOR TO BACKFILLING AND SHALL THEN BE BURIED AND OR SUPPORTED AS REQUIRED TO PROTECT THE INTEGRITY OF MECHANICAL SYSTEM REFER TO PVC INSTALLATION NOTES 14 INSTALLING CONTRACTOR TO INSTALL THRUST BLOCKS AT ALL PIPING INTERSECTIONS ON SUBTERRANEAN PIPING RUNS 15 INSTALLING CONTRACTOR IS RESPONSIBLE FOR ALL PIPE SUPPORTS AND HANGERS AS REQUIRED PER LOCAL CODE AND SPECIFICATIONS 16 INSTALLER SHALL PROVIDE ADEQUATE ACCESS LI
43. L OR OPERATE ANY EQUIPMENT IN SALT BRINE OR BRACKISH WATER OF ANY KIND OR WARRANTY IS VOID 31 NOT USED 32 REFER TO CIVIL OR STRUCTURAL DESIGN DRAWINGS DETAILS NOTATIONS ETC FOR FOUNTAIN LAYOUT STRUCTURE OR CONSTRUCTION BUILDING PRACTICES INCLUDING BUT NOT LIMITED TO SOIL INTEGRITY CONCRETE DESIGN SPECIFICATIONS AND SLAB POUR METHODS CONCRETE STRUCTURAL WATERPROOFING SPECIFICATIONS MATERIALS AND METHODS ETC UNLESS OTHERWISE SPECIFICALLY STATED 33 ANY STRUCTURE DEPICTED OR APPEARING ON FOUNTAIN PLANS SHALL BE SHOWN SOLELY FOR DIMENSIONAL REFERENCE AND GENERAL STRUCTURAL ORIENTATION IN ORDER TO ADEQUATELY IDENTIFY COORDINATE ORIENT LOCATE AND INSTALL FOUNTAIN EQUIPMENT PACKAGE AND SHALL NOT BE RELIED ON FOR ANY OTHER PURPOSES 34 NOT USED 35 LANDSCAPE HARDSCAPE AND TOPOGRAPHICAL ENVIRONMENT SURROUNDING THE FOUNTAIN AREA SHALL BE COORDINATED SO THAT PROPER PLANT MATERIAL AND GROUND COVER IS SPECIFIED TO ENSURE EXCESS DEBRIS WILL BE KEPT AWAY FROM AND OUT OF THE FOUNTAIN SYSTEM PROPER SLOPE OF GRADE IS MANDATORY TO KEEP RAIN WATER AND IRRIGATION WATER FROM ENTERING INTO THE FOUNTAIN BASIN AND EQUIPMENT VAULT 36 REFER TO MECHANICAL AND ELECTRICAL NOTES ON DRAWINGS FOR FURTHER INFORMATION PVC INSTALLATION NOTES 1 UNLESS ARCHITECTS SPECIFICATIONS INDICATE OTHERWISE THE SUGGESTED MINIMUM PIPING AND FITTING STANDARD RECOMMENDED FOR THIS INSTALLATION IS TYPE 1 2 USE ONLY CLEAR PVC CLEANER MEETING NSF UPC AND ASTM
44. LATING ALL DIMENSIONS AT JOBSITE CONTRACTOR IS RESPONSIBLE FOR CONSTRUCTION INSTALLATION MEANS METHODS TECHNIQUES SEQUENCES STEPS PROCEDURES amp FOR ANY SAFETY REQUIREMENTS CODES PRECAUTIONS RULES REGULATIONS OR PROGRAMS PERTAINING TO THE CONSTRUCTION PROJECT INCLUDING BUT NOT LIMITED TO OSHA CONFINED SPACE REQUIREMENTS FOR PUMP ROOMS VAULT ROOM PITS 17 ALL COMPONENT ITEMS USED IN THE PRODUCTION OF FOUNTAIN PRODUCTS SHALL BE U L LISTED WHENEVER SUCH LABELING IS AVAILABLE FROM THE SOURCE EQUIPMENT OR MATERIAL 18 SHOULD ANY PRODUCT REQUIRE A THIRD PARTY LABEL OR CERTIFICATION AS AN ASSEMBLY E G N E C U L OR E T L LISTING SUCH REQUIREMENTS SHALL BE DETERMINED CONTRACTED FOR AND PAID FOR BY CONTRACTOR 19 CONTRACTOR SHALL BE RESPONSIBLE FOR SPECIAL LABELING OR CERTIFICATION REQUIREMENTS INCLUDING THIRD PARTY PRODUCT TESTING IF REQUIRED TO MEET CODE REQUIREMENTS 20 NOT USED 21 FATAL SUCTION ENTRAPMENT CAN OCCUR IF FOUNTAIN MECHANICAL EQUIPMENT AND PIPING IS NOT INSTALLED CORRECTLY AS SHOWN ANTI VORTEX PLATES MUST BE SECURELY FASTENED TO SUMPS AND OR POOL FLOOR USING SUITABLE VANDAL RESISTANT SAFETY FASTENERS AND ANCHORS AT ALL TIMES DURING OPERATION OF FOUNTAIN SYSTEM 22 NOTWITHSTANDING THE CONTRACT DOCUMENTS INCLUDING ARCHITECT S FINAL FOR CONSTRUCTION PLANS AND SPECIFICATION DATA THE FOUNTAIN SYSTEM MUST BE INSTALLED IN ACCORDANCE WITH THE FOUNTAIN EQUIPMENT MANUFACTURER S FINAL AND APPROVED SET OF SHOP INSTALL
45. MENT DIMENSIONS PRIOR TO EXCAVATION DIMENSIONS ARE SUBJECT TO CHANGE WITHOUT NOTICE ANY DISCREPANCIES SHOULD BE REPORTED IN WRITING IMMEDIATELY TO THE FOUNTAIN EQUIPMENT MANUFACTURER THE FOUNTAIN EQUIPMENT MANUFACTURER IS NOT RESPONSIBLE FOR ANY DIMENSIONAL DISCREPANCIES IF THE CONTRACTOR FAILS TO NOTIFY THE FOUNTAIN EQUIPMENT MANUFACTURER IN A TIMELY MANNER BEFORE INSTALLATION OF THE EQUIPMENT VAULT A EXCAVATE TO PROPER DEPTH TO RECEIVE THE VAULT AND A MINIMUM CLEAR AREA OF 3 0 AROUND THE PERIMETER OF THE VAULT B FIELD VERIFY EQUIPMENT DIMENSIONS AND REPORT ANY DISCREPANCIES IN WRITING TO THE FOUNTAIN MANUFACTURER C ALLOW FOR TAPERING OF THE SOIL TO PREVENT CAVE IN AND OR PROVIDE SOIL SUPPORT PER OSHA GUIDELINES D INSTALL 4 6 THICK LEVELING SLAB AND POUR THE CONCRETE ANCHOR SLAB AS INDICATED ON THE DRAWINGS THE ANCHOR SLAB IS TO BE REINFORCED WITH GRID USING 4 RE BAR ON 12 CENTERS E ONE PIECE MOLDED STAINLESS STEEL ANCHOR BOLTS AND 74 DIAMETER STAINLESS STEEL ANCHOR WIRE ARE TO BE PROVIDED AND INSTALLED BY THE FOUNTAIN CONTRACTOR THE ANCHOR BOLTS SHOULD BE TIED TO THE REINFORCING GRID 3 INSTALLING THE VAULT ALL OF THE FOLLOWING SHALL BE COMPLETED WITHOUT FAIL ON THE SAME DAY THE PUMP VAULT IS LOWERED DOWN INTO THE DESIGNATED SPACE A CHECK FOR FAVORABLE AND DRY METEOROLOGICAL FORECAST PRIOR TO BEGINNING INSTALLATION OF PUMP VAULT B THE VAULT SHOULD BE RIGGED WITH STRAPS LIFTING FROM THE BOTTOM OF THE VAULT NOT THE ST
46. ND FREEDOM FROM GROUNDS AND SHORT CIRCUITS BEFORE ACCEPTANCE IS REQUESTED ALL EQUIPMENT APPLIANCES AN DEVICES SHALL BE OPERATED UNDER LOAD CONDITIONS 7 CONTRACTOR SHALL ENSURE THAT INSTALLATION COMPLIES WITH ALL APPLICABLE NATIONAL AND LOCAL CODES AND PROJECT SPECIFICATIONS 8 ALL POOLS SHALL BE WATERPROOFED BY SPECIFIED APPROVED MEANS 9 PRIOR TO ANY FINISHING MATERIALS I E LIGHTS JETS COVER PLATES ETC BEING INSTALLED ALL POOLS SHALL BE TESTED FOR LEAKS FOR A MINIMUM OF 72 HOURS AND ALL WATERPROOFING AND TILE WORK SHALL BE COMPLETED 10 CONTRACTOR SHALL FIELD VERIFY ALL DIMENSIONS 11 CONSULT ARCHITECTURAL STRUCTURAL MECHANICAL AND ELECTRICAL DRAWINGS FOR ADDITIONAL DETAILS NOT SHOWN ON THESE DRAWINGS 12 THE FEATURE NOZZLES SHALL BE INSTALLED WITH AN ACCURACY OF OR 13 CONTRACTOR SHALL PROVIDE ALL CONCRETE WORK AS REQUIRED BY ALL MECHANICAL AND ELECTRICAL FOUNTAIN EQUIPMENT REQUIREMENTS INCLUDING BUT NOT LIMITED TO HOUSEKEEPING PADS LOCK DOWN SLABS AND THRUST BLOCKS WHERE INDICATED 14 CONTRACTOR SHALL PROVIDE ALL UTILITIES SUCH AS POWER SUPPLIES WATER SUPPLIES AND SEWER CONNECTIONS UNDER THE BUILDING CONTRACT UP TO THE FOUNTAIN CONTROLS EQUIPMENT AND OR POOL FITTINGS WHERE INDICATED 15 CONTRACTOR SHALL PROVIDE AND IS RESPONSIBLE FOR ALL ELEVATION AND X Y COORDINATED RELATING TO ALL FOUNTAIN EQUIPMENT INCLUDING VAULTS POOL FLOORS AND PUMPS 16 CONTRACTOR INSTALLER IS RESPONSIBLE FOR CONFIRMING AND CORRE
47. NT MANUFACTURER amp ARCHITECT BEFORE ANY EQUIPMENT IS INITIALLY ENERGIZED 18 THE INSTALLING CONTRACTOR SHALL SIZE ALL FEED WIRES LEADING TO FOUNTAIN CONTROL PANEL FOR NO MORE THAN 2 VOLTAGE DROP AND SHALL NOTIFY THE FOUNTAIN EQUIPMENT MANUFACTURER amp ARCHITECT BEFORE FABRICATING ELECTRICAL CONTROL PANEL IF WIRE IS UPSIZED SUCH THAT EXTRA LARGE WIRE LUGS ARE REQUIRED IT IS THE RESPONSIBILITY OF ELECTRICAL CONTRACTOR TO PROVIDE ANY DISCONNECT REQUIRED BY LOCAL CODE REQUIREMENTS 19 THE FOUNTAIN CONTROL PANEL SHALL BE ADEQUATELY PROTECTED FROM DEBRIS AND STORED PROPERLY DURING CONSTRUCTION AND PRIOR TO INITIAL OPERATION AND SHALL BE VACUUMED CLEAN AND ALL SCREWS FOR TERMINAL CONNECTIONS TIGHTENED 20 THE ELECTRICAL CONTRACTOR SHALL ENSURE THAT SUPPLY VOLTAGE IS WITHIN 5 OF DESIGN VOLTAGE WHEN ALL EQUIPMENT IS IN OPERATION AND SHALL RE TAP TRANSFORMER UP SIZE WIRE OR SUPPLY A BUCK AND BOOST TRANSFORMER TO GET SUPPLY VOLTAGE TO NECESSARY LEVEL IF NECESSARY 21 NOT USED 22 CONDUITS ENTERING FOUNTAIN SYSTEM CONTROL PANELS SHALL BE INSTALLED INTO BOTTOM OF ENCLOSURE IN THE EVENT WATER ENTERS CONDUIT AND FLOWS INTO PANEL THROUGH CONDUIT OPENINGS A DRAIN OPENING MUST BE MADE IN BOTTOM OF ENCLOSURE PAN TO ALLOW DRAINAGE OF WATER FROM ENCLOSURE IN THE EVENT OF WATER INGRESS 23 PULL CORRECT QUANTITY AND SIZE WIRES WITH SEPARATE GROUND THROUGH CONDUIT INTO JUNCTION BOX MAKE ALL SPLICES AND CONNECTIONS TIGHT AND WELL INSULATED CONNECT GROUND WIRE
48. ONTRACTOR THREADED CONNECTION SCALE N T S W L 2 DFPN 125 1 1 4 N P T SCH 40 STAINLESS STEEL PENETRATON NIPPLE WITH INTEGRAL WATERSTOP FLANGE DFFJ 125WLI FOAM JET NOZZLE WITH INTEGRAL SWIVEL amp WATERSTOP FITTING OPERATING WATER LEVEL INSTALLING CONTRACTOR TO BOND WITH 8 SOLID AWG COPPER WIRE 6 MINIMUM 1 1 2 SCHEDULE 80 PVC PIPE AND APPROPRIATE CONNECTORS 1 1 2 N P T CAST BRONZE BY INSTALLING CONTRACTOR DIRECTIONAL EYEBALL FITTING INSTALLING CONTRACTOR TO BOND WITH 8 AWG SOLID COPPER WIRE 3 SXT ELBOW BY OTHER 3 TO WASTE 8 MIN 3 M P T CAST BRONZE SIDEWALL OVERFLOW FITTING STATIC 1 2 WATER LEVEL FOUNTAIN WALL 3 SXT ELBOW BY OTHERS FOUNTAIN s d z ue Re s tape me oz fo a 4 4 a S 3 TO WASTE SIDE ELEVATION VIEW FRONT ELEVATION VIEW DFSO 30085W WALL NICHE OVERFLOW SCALE N T S IMPROVEMENTS TUSCALOOSA ADJUSTABLE DIVERTER PLATE BLACK POWDER COAT FINISH 77 1 1 2 S S WATERSTOP COUPLING S S ALL THREAD ROD 1 1 2 MALE ADAPTER 1 1 2 FEED DFDF 150 DISCHARGE FITTING WITH ADJUSTIBLE DIVERTER PLATE MAKE UP WATER amp FILL INLET SCALE oHELBY FOUNTAIN amp SITE THE UNIVERSITY OF ALABAMA UA PROVECT N T S 24 X24 STAINLESS STEEL ANTI VORTEX PLATE POWDER COAT TO BE
49. PERFORMANCE AND REPORT ANY DISCREPANCIES IN WRITING TO THE ARCHITECT UPON DISCOVERY 2 IT IS THE RESPONSIBILITY OF THE INSTALLING CONTRACTOR TO CHECK AND COMPLY WITH ALL APPLICABLE NATIONAL AND LOCAL PLUMBING CODES PRIOR TO INSTALLATION OF EQUIPMENT LOCAL CODES TAKE PRECEDENCE OVER GENERAL NOTES WHERE DISCREPANCIES OR CONFLICTS EXIST 3 ALL POOL PIPING PENETRATIONS THROUGH ANY CONCRETE WALL OR FLOOR MUST BE MADE WITH STAINLESS STEEL PIPE APPROPRIATE FOR THE APPLICATION AND MUST BE FLASHED OR FITTED WITH A WATERSTOP FLANGE TO PREVENT LEAKAGE FOR PIPE PENETRATIONS OVER 4 PIPE SIZE USE BACK TO BACK P V C FLANGES WITH STAINLESS STEEL BOLTS AND HARDWARE FOR WATERSTOP 4 INTERCONNECTING PIPING AND FITTINGS BETWEEN THE FEATURE AND EQUIPMENT VAULT ROOM IS SCHEDULE 80 P V C OR COPPER AS SUITABLE FOR THE WORKING PRESSURE OF THE SYSTEM SPECIFICATION REQUIREMENTS AND LOCAL CODES 5 ALL PIPE CONNECTIONS BETWEEN DISSIMILAR METALS MUST BE MADE WITH DIELECTRIC FITTINGS AND DIELECTRIC THREAD SEALING COMPOUND TO PREVENT GALVANIC DEGRADATION 6 SUCTION CENTER LINE OF PUMP MUST BE LOCATED AT OR BELOW LOWEST POOL FLOOR ELEVATION IF FLOODED END SUCTION TYPE AND NO MORE THAN 4 FT ABOVE POOL FLOOR ELEVATION IF SELF PRIMING TYPE ALL REDUCING FITTINGS MUST BE CONCENTRIC TYPE ON DISCHARGE LINE AND ECCENTRIC TYPE ON SUCTION LINE 7 SUCTION LINE MUST BE A STRAIGHT RUN INTO THE PUMP EYE OF AT LEAST 10 PIPE DIAMETERS WITH NO LOOPS HIGH POINTS OR TRAPS 8 USE LONG RAD
50. PLETE FUNCTIONING ELECTRICAL POWER DISTRIBUTION AND CONTROL SYSTEM THE ELECTRICAL SUBCONTRACTOR SHALL COORDINATE ALL ELECTRICAL INSTALLATION ACTIVITIES WITH THE CONSTRUCTION MANAGER GENERAL CONTRACTOR ARCHITECT AND WITH RESPECT TO WORK PHASE OTHER SEPARATE CONTRACTORS PERFORMING WORK RELATED TO THE FOUNTAIN INSTALLATION 28 ALL CONDUCTORS SHALL BE RUN IN RIGID CONDUIT SIZED FOR THE NUMBER OF WIRES CONTAINED WITHIN PER NEC REQUIREMENTS RIGID CONDUIT SHALL BE CORROSION RESISTANT AND EITHER GALVANIZED STEEL OR RIGID P V C WHEN CONDUIT IS SUBMERGED OR IN OTHER WET LOCATIONS RIGID P V C SHALL BE REQUIRED CONDUCTOR SIZING SHALL BE CORRECTED FOR THE NUMBER OF WIRES TO BE RUN IN A SINGLE CONDUIT OR RACEWAY IN ACCORDANCE WITH THE NEC ALL CONDUIT LOCATIONS AND ROUTING SHALL BE APPROVED BY THE ARCHITECT BEFORE INSTALLATION 29 THE WORK TO COMPLETE THE INSTALLATION OF THE FOUNTAIN INCLUDES SUCH NECESSARY MATERIAL AND DEVICES OF A MINOR NATURE THAT MAY NOT BE INDICATED ON THE DRAWINGS OR MENTIONED IN THE SPECIFICATIONS BUT WHICH ARE NECESSARY FOR THE COMPLIANCE WITH CODES AND FOR THE SUCCESSFUL OPERATION OF THE FEATURE THE CONTRACTOR SHALL BE ALLOWED NO EXTRA COMPENSATION BECAUSE OF THIS REQUIREMENT 30 THOROUGHLY TEST ALL FIXTURES SERVICES AND ALL CIRCUITS FOR PROPER OPERATING CONDITIONS AND FREEDOM FROM GROUNDS AND SHORT CIRCUITS BEFORE ACCEPTANCE IS REQUESTED ALL EQUIPMENT APPLIANCES AN DEVICES SHALL BE OPERATED UNDER LOAD CONDITIONS 31 THERMAL O
51. RAL NOTES 1 FINAL NOZZLE INSTALLATION AND ADJUSTMENT FOR POSITIONING AND THROTTLING TO ACHIEVED SPECIFIED PERFORMANCES FOR ALL DISPLAY DISCHARGE POINTS TO BE PERFORMED BY INSTALLING CONTRACTOR 2 THE EQUIPMENT VAULT LOCATION IS SHOWN IN GENERAL VICINITY ONLY CONFIRM THE EXACT LOCATION OF THE PUMP VAULT AND PROPER ELEVATION WITH THE ARCHITECT PRIOR TO INSTALLATION 3 PIPE ROUTING ON THE DRAWINGS IS DIAGRAMMATIC AND IN SOME INSTANCES EXAGGERATED FOR CLARITY THE CONTRACTOR SHALL DETERMINE THE EXACT ROUTING AT THE SITE TO AVOID CONFLICT WITH SITE CONDITIONS ANY ROUTING WHICH CREATES A TRAPPED CONDITION IN THE PIPING MUST BE CALLED TO THE ATTENTION OF THE ARCHITECT BEFORE THE PIPE IS INSTALLED 4 ALL PIPING BETWEEN THE WATER FEATURES AND PUMP ROOM SHALL BE INSTALLED SLOPED TOWARD THE PUMP ROOM A MINIMUM OF 2 UNLESS OTHERWISE INDICATED ON THE DRAWINGS IN CASES WHERE THE 2 SLOPE CANNOT BE ACHIEVED FOR ANY REASON SUBMIT THE PROPOSED PIPING SLOPE TO THE ARCHITECT PRIOR TO INSTALLATION 5 THE WORK TO COMPLETE THE INSTALLATION OF THE FOUNTAIN INCLUDES SUCH NECESSARY MATERIAL AND DEVICES OF A MINOR NATURE THAT MAY NOT BE INDICATED ON THE DRAWINGS OR MENTIONED IN THE SPECIFICATIONS BUT WHICH ARE NECESSARY FOR THE COMPLIANCE WITH CODES AND FOR THE SUCCESSFUL OPERATION OF THE FEATURE THE CONTRACTOR SHALL BE ALLOWED NO EXTRA COMPENSATION BECAUSE OF THIS REQUIREMENT 6 THOROUGHLY TEST ALL FIXTURES SERVICES AND ALL CIRCUITS FOR PROPER OPERATING CONDITIONS A
52. ROCEDURES AND FORMS SHALL BE SUBMITTED FOR APPROVAL PRIOR TO PERFORMING TESTS FORMS SHALL INCLUDE TEST AREA DESCRIPTION NAME OF CONTRACTOR S REPRESENTATIVE PERFORMING THE TEST DATES TEST IS PERFORMED START AND COMPLETION DATES SIGNATURE OF THE DESIGNATED OWNER S REPRESENTATIVE WHO WITNESSES THE TEST THE TEST PRESSURE LENGTH OF THE TEST amp THE TEST METHOD COMPLETED FORMS SHALL BE SUBMITTED AS PART OF THE CONTRACTOR S CLOSE OUT DOCUMENTS 3 CLOSE OUT DOCUMENTS SHALL BE SUBMITTED IN ACCORDANCE WITH THE GENERAL CONDITIONS OF THE PROJECT SPECIFICATIONS FOUNTAIN CLOSE OUT DOCUMENTS SHALL INCLUDE AS BUILT DRAWINGS MAINTENANCE PROCEDURES amp SCHEDULES TROUBLESHOOTING INFORMATION O amp M MANUALS FOUNTAIN COMPONENT DETAILS MANUFACTURER CONTACT INFORMATION CONTRACTOR CONTACT INFORMATION amp WARRANTIES PEREA ENOTE POR HE EARLY PROCUREMENT PACKAGE PLEASE FURNISH ALABAMA IMPROVEMENTS lt lt O m E 77 THE UNIVERSITY ALABAMA UA PROVECT n m aj 2 lt Z O gt m T 0 DAVIS ARCHITECTS DAVIS ARCHITECTS INC 120 TWENTY THIRD STREET SOUTH 205 322 7482 BIRMINGHAM AL 35233 FAX 322 7485 WEBSITE DADOT COM KEY PLAN REV DATE DESCRIPTION SHEET TITLE EARLY PROCUREMENT PACKAGE MARCH 15 2013 DRAWN CHECKED APPROVED PROJECT NO 5684 01 TYPE II 2000 PSF SOIL ALL FOUNTAIN EQUIPMENT AS IDENTIFIED ON THE FOUN
53. TAIN EQUIPMENT SCHEDULE NUS mm AB sam COS sam 1008 sam 1008 sam o pe zr pm pe 8 22 we 57 n NOTE BASED ON 100 PSI STATIC PRESSURE PLUS AWWA HAMMER 6 152 mm 4 37 sq m 4 37 sq m 6 55 sq m 3 27 sq m 2 18 sq m 2 09 sq m 8 203 mm 7 65 sq m 7 65 sq m 10 93 sq m 5 46 sq m 2 18 sq m 2 09 sq m ON DRAWING F0 04 AND AS DESCRIBED IN THE SPECIFICATION SECTION 13 1213 AOC OTHER MATERIALS AND INSTALLATION WILL BE EN FO 06 UNIVERSITY OF ALABAMA SHELBY FOUNTAIN 100 Design Specifications TUSCALOOSA AL SECTION 13 1213 WATER FEATURES PART 1 GENERAL 1 1 RELATED DOCUMENTS A Drawings and general provisions of the Contract including General and Supplementary Conditions and Division 1 apply to this Section 1 2 SUMMARY A Work of this Section includes all labor materials equipment tools incidentals and services necessary to design engineer manufacture supply and install the Stationary Fountain with related mechanical and electrical systems complete including all components hardware and accessories as indicated on the Contract Drawings and specified herein Discharge and suction piping systems Electrical conduit and wiring systems Subterranean Equipment Vault Mechanical and electrical equipment with components and accessories Manufacture of primary fountain equipment and components is a Basis of Design In
54. THE UNIVERSITY OF ALABAMA INVITATION FOR BID ATTENTION This is not an order Read all instructions and terms and conditions carefully INVITATION NO T053039 RETURN ALL COPIES OF BIDS TO 03 18 13 THE UNIVERSITY OF ALABAMA PURCHASING DEPARTMENT Fountain Vault Street Address 1101 Jackson Ave Suite 3000 Tuscaloosa Alabama 35401 OR Robin Sehmitt Mailing Address Box 870130 205 348 5385 Tuscaloosa Alabama 35487 PHONE 205 348 5230 FAX 205 348 8706 Bid Responses may NOT be faxed or emailed IMPORTANT SEALED BIDS MUST BE RECEIVED BY 4 3 2013 2 00 P M CST TIME Bid number and opening date must be clearly marked on the outside of all bid packages 1 Pursuant to the provisions of the State of Alabama Competitive Bid Law Section 41 16 20 and or 39 2 rules and regulations adopted there under sealed bids will be received on the items noted herein by The University of Alabama Purchasing Department until the date and time stated above In accordance with Alabama State Bid Law Section 41 16 27 where applicable the University reserves the right to enter into negotiations within thirty 30 days of the bid opening 2 The University s General Terms and Conditions and Instructions to Bidders apply to this Solicitation and shall become a part of any contract issued hereunder 3 For purposes of this Solicitation the Solicitation documents shall consist of the following components a Invitation for Bid and any Addenda b Gen
55. TURE AND ONE EXACT COPY OF THE ENTIRE BID RESPONSE Bidders who fail to follow this format may be disqualified from the evaluation and award phase of this bid The stated requirements appearing elsewhere in this solicitation shall become a part of the terms and conditions of any resulting contract Any deviations there from must be specifically defined If accepted by the University the deviations shall become part of the contract but such deviations must not be in conflict with the basic nature of this solicitation Note Bidders shall not submit their standard terms and conditions or purchase order terms as exceptions to or modification of the terms and conditions of this solicitation Each exception to or modification of a University term and condition shall be individually listed by the bidder Failure to follow this instruction may result in the determination that a bid submission is non responsive to a solicitation and the rejection of that bid The issuance of a University Purchase Order P or a signed Contract document is required to constitute a contract between the successful Bidder and the University which shall bind the successful Bidder to furnish and deliver the commodities ordered at the prices terms and conditions quoted and in accordance with the specifications of this Solicitation as well as the terms and conditions of the University s Purchase Order or Contract No shipments are to be made to The University of Alabama without th
56. VERLOAD RELAYS SHALL BE SET AT NOT MORE THAN 115 OF MOTOR FULL LOAD CURRENT AND IN ACCORDANCE WITH MANUFACTURER S REQUIREMENTS 32 ALL CONNECTIONS MUST BE RECHECKED BEFORE START UP AND ONE MONTH AFTER STARTUP BY A QUALIFIED TECHNICIAN 33 ALL G F C PROTECTED CIRCUITS MUST HAVE A SEPARATE NEUTRAL 34 ALL G F C l BREAKERS HAVE PIGTAILS WIRED TO THE NEUTRAL BAR 35 CONTRACTOR TO ENSURE THAT ALL BONDING CODES ARE COMPLIED WITH FOR EACH METAL POOL EQUIPMENT COMPONENT 36 WIRES FOR WATER LEVEL SENSOR MUST BE RUN IN A SEPARATE CONDUIT FROM THE POOL TO THE CONTROL PANEL 37 ALL CONDUIT PENETRATIONS THROUGH STRUCTURE WALLS INTO OPEN AREAS BELOW POOL STRUCTURE MUST HAVE ALLOWANCES MADE FOR SETTLEMENT 38 ALL CONDUIT INSTALLATION IN TRADE AREAS BELOW THE POOLS SHALL BE INSTALLED WITH E M T IN THE LEVEL BELOW WITH E M T STRAPS PER N E C AND SPECIFICATIONS 39 FLOOR MOUNTED CONTROL CENTERS AND TRANSFORMERS FOR FOUNTAIN RELATED EQUIPMENT SHALL BE INSTALLED ON A 4 CONCRETE HOUSEKEEPING PAD IF INSTALLED IN AN EQUIPMENT ROOM 40 NOT USED 41 ALL PENETRATIONS THROUGH OUTSIDE WALLS TO BELOW GRADE SHALL BE SEALED PER BUILDING SPECIFICATIONS USING EASY LINK SEALS IS RECOMMENDED 42 ALL CONNECTIONS IN THE POOL FOUNTAIN SHALL BE MADE WITH THE ASSISTANCE OF A PLUMBER USING TEFLON TAPE OR TEFLON PASTE TO ELIMINATE ALL LEAKS USE ONLY TAPERED N P T BRASS OR STAINLESS STEEL FITTINGS OR NIPPLES THE USE OF GALVANIZED P V C OR BLACK STEEL IS UNACC
57. Y FOUNTAIN 100 Design Specifications TUSCALOOSA AL 36 37 DFST 6400 8 x 8 x 6 subterranean equipment vault heavy duty fiberglass constructed with minimum 13 layers of fiberglass or a minimum of 5 8 thick one piece molded construction on bottom shell and lid Fabricating the bottom shell from fiberglass sheets and caulking the joints will not be acceptable The vault access hatch shall be 4 x 4 landscape access hatch black gel coat finish with 2 60lb carbon steel lifters mounted on aluminum brackets and bolted to the fiberglass with stainless steel lockable hardware The vault is to house the feature filter pump filtration equipment UL listed control panel automatic sump pumps exhaust fan utility light and access ladder The vault is pre plumbed and pre wired ready for installation DFSP 030 EV Automatic UL listed sump pump for equipment vault 1 3 Hp 110V 1 phase 1 1 2 N P T discharge cast iron motor housing thermoplastic pump body and strainer cast iron impeller with 10 vane vortex with pump out vanes on back side 300 series stainless steel shaft and hardware Buna N o rings silicone carbide silicon carbide Buna N single mechanical seal 10ft cord with plug and Pressure Grommet for sealing and strain relief single row ball oil lubricated upper and lower bearing including thermal overload protection in motor vertical float PVC Snap Action level control operating at 30 shut off head Pre plumbed wit
58. act Purchase Order No 2 Name of Contract Grantee Address Telephone Fax 3 Nature of Contract Grant 4 Does the contractor grantee have any relationships with any employee or official of the University or a family member of such employee or official that will enable such employee or official or his her family member to benefit from this contract If so please state the names relationships and nature of the benefit For employees of the University family members include spouse and dependents For members of the Board of Trustees officials family members include spouse dependents adult children and their spouses parents in laws siblings and their spouses This Disclosure Form will be available for public inspection upon request The above information is true and accurate to the best of my knowledge Signature of Authorized Agent of Contractor Grantee Date RETURN FORM TO The University of Alabama Purchasing Dept Box 870130 Tuscaloosa AL 35487 0130 Ph 205 348 5230 Fax 205 348 8706 www purchasing ua edu
59. all be installed as shown and as otherwise specified to make a complete workable and neat system All piping shall be cut accurately from dimensions established at the Project site and allowances shall be made for clearance of other devices All intraconnecting piping and associated fittings supplied by system manufacturer shall be a minimum of Schedule 80 PVC NSF PW rated Interconnecting intraconnecting interface points shall be slip fit threaded or flanged All interconnecting piping and associated fittings supports and seals shall be per section 2 2 A The Contractor shall not deviate from the pipe sizes shown herein unless prior written approval is obtained from the manufacturer and Architect When a size is not indicated the Contractor shall request the pipe size from the fountain manufacturer In the event that interference with other equipment or architecture requires relocation of pipes or a layout different from that shown herein the Contractor shall notify the fountain manufacturer immediately for reexamination of hydraulic parameters of the affected sections Pipe and accessories shall be handled in such a manner to not cause damage All cutting shall be done in a good workmanlike manner Before installation all piping and fittings shall be visually inspected for damage or defects The interior of the pipe shall be clean during the laying operation Pipe shall not be laid in water or in the trench when weather conditions are unsu
60. ate of Alabama the successful bidder shall complete and return the Certification of Compliance form included with this Request for Price Quotation E Verify company profile is not required To expedite the ordering process this document may be submitted with the bid response 2 0 3 0 4 0 INVITATION FOR BID If you are not currently enrolled in E Verify follow these instructions e Log onto www uscis gov everify e Click Getting Started for information about the program requirements and enrollment process e Click Enroll in E Verify and begin enrollment process e When enrollment process is complete click Edit Company Profile and print this one page document e This one page document must be submitted prior to a contract or purchase order being issued e For further assistance please consult the E Verify Quick Reference Guide If you have previously enrolled in E Verify follow these instructions Log onto www uscis gov everify e Click Edit Company Profile and print this one page document e This one page document must be submitted prior to a contract or purchase order being issued QUALIFICATIONS AND STANDARDS Due to the importance of maintaining a safe University environment it is imperative that the successful bidder meet certain qualifications that will guarantee The University of Alabama the successful Bidder is qualified to furnish and deliver products equipment and services or furnish deliver
61. be thoroughly trained and experienced in the necessary crafts and shall be completely familiar with the specified requirements and methods needed for proper performance of the work in this Section Fountain Manufacturer The fountain equipment described in this section shall be supplied by Delta Fountains Jacksonville Florida 800 641 6675 Fax 904 886 9089 All other fountain manufacturers requesting approval must comply with the requirements listed in the SUBMITTALS section under the Product Data paragraph All manufacturers data on individual components listed in PART 2 Products or pre approved equals where allowed shall be submitted to the owner and fountain consultant prior to approval Manufacturers requesting prior approval shall submit to owner at least 10 business days prior to the bid date all data on all individual components listed in PART 2 Products for review by the owner and fountain consultant All approvals will be issued in an addendum prior to the bid date Installers Qualifications Plumbing and electrical work for fountain system installation shall be performed by firms with each having at least 5 years of successful fountain installation experience on features similar to that required for the Project Field Measurements Verify dimensions with other work on Project which adjoins the equipment item s of this Section or to which work of this Section will be a part DELIVERY STORAGE AND HANDLING Packing and Shi
62. cis gov everify e Click Edit Company Profile and print this one page document e This one page document must be submitted prior to a contract or purchase order being issued The following has been added to the University of Alabama s General Terms and Conditions 35 State of Alabama Immigration Law Pursuant to the State of Alabama Immigration Law by signing this contract the contracting parties affirm for the duration of the agreement that they will not violate federal immigration law or knowingly employ hire for employment or continue to employ an unauthorized alien within the State of Alabama Furthermore a contracting party found to be in violation of this provision shall be deemed in breach of the agreement and shall be responsible for all damages resulting therefrom INVITATION FOR BID The University of Alabama requests sealed bids as per attached general and technical specifications or equal unless otherwise specified in the Special Conditions All Bidders submitting a bid must read all specifications carefully and respond accordingly Failure to do so may eliminate your bid from consideration due to non compliance 1 0 GENERAL SPECIFICATIONS 1 1 1 2 1 3 1 4 1 5 1 6 1 7 All bid responses technical information and any other attachments furnished to The University of Alabama in response to this request for quotation must be submitted in duplicate THE ORIGINAL BID AND ATTACHMENTS WITH ORIGINAL SIGNA
63. clude fountain system testing adjustment and operational training for Owner Related Sections include the following Division 9 Section 09 9600 High Performance Coatings Division 26 Section 26 0500 Basic Electrical Materials and Methods Division 26 Section 25 0526 Grounding and Bonding Division 26 Section 26 2716 Enclosed Switches and Circuit Breakers A ou B Related Fountain System Work to be Provided by Other Separate Contractors Pool construction refer to Architectural amp Structural sections Power supply to the vault refer to Electrical sections Site water coordinate with Civil sections Site sanitary coordinate with Civil sections ROD C General As Specified in Division 1 D Rules Governing and Restricting the Use and Supply of Water City of Tuscaloosa AL Department of Environmental Protection Bureau of Water and Sewer Operations Division of Water Connections and Permits E Other Standards and References American Society for Testing and Materials ASTM American Water Works Association AWWAA American Public Works Association APWA American National Standards Institute Inc ANSI National Fire Protection Association NFPA Underwriters Laboratories Inc UL Qr evo m WATER FEATURES 13 1213 1 UNIVERSITY OF ALABAMA SHELBY FOUNTAIN 100 Design Specifications TUSCALOOSA AL 7 National Sanitation Foundation NSF 8 Department of Health DOH 9
64. creen sized for 5196 open area for 12 sump black powder coat finish DFAV 2418 24 X 24 stainless steel anti vortex plate 17 1 2 X 17 1 2 stainless steel frame and screen sized for 51 open area for 18 sump black powder coat finish DFGN 300 3 N P T cast bronze constructed geyser nozzle one piece machined bronze casting with adjustable swivel WATER FEATURES 13 1213 6 UNIVERSITY OF ALABAMA SHELBY FOUNTAIN 100 Design Specifications TUSCALOOSA AL 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 DFUL 250N 250W 120VAC Flush niche mounted UL Listed submersible fountain light with stainless steel niche stainless steel housing integral cast bronze rock guard thermal protection clear lens T 4 quartz halogen lamp and 20 of type SO cord DFJB 4DB 4 Tap underwater Deck box cast bronze constructed with neoprene gasket and 1 3 4 bottom tap and 4 3 4 DFCC 50 1 2 Machined brass cord seals with neoprene grommet for watertight cord entry into deck box DFPC 2123C two part re enterable potting compound for application in the junction boxes to provide watertight environment for electrical connections DFPN 125 1 1 4 N P T Schedule 40 stainless steel penetration nipple with integral water stop flange Red brass or P V C will not be acceptable DFPN 300 3 N P T Schedule 40 stainless steel penetration nipple with integral wat
65. ct award is made Bidders are not allowed to communicate about the subject of the IFB with any University administrator faculty staff or members of the Board of Trustees except e The Purchasing Department representative any University Purchasing Official representing the University administration or others authorized in writing by the Purchasing Office and e University Representatives during Bidder presentations If violation of this provision occurs the University reserves the right to reject the Bidder s response to this Solicitation 9 0 INVITATION FOR BID SPECIAL CONDITIONS 9 1 The University of Alabama is requesting sealed bids to establish a contract upon date of award to Furnish and Deliver a Fountain Vault per attached general and technical specifications 9 2 The Fountain Vault must be delivered by July 1 2013 9 3 THIS BID IS FOR PRODUCT ONLY The University of Alabama will purchase the fountain and the equipment from the manufacturer or distributor and assign a contractor separately to coordinate delivery and sequencing 9 4 Drawings and general provisions of the Contract including specifications and summary of work schedule expected are attached in this bid request 9 5 The University of Alabama intends to assign this contract to a General Contractor to coordinate and schedule delivery The University of Alabama intends to issue a purchase order to the awarded vendor and make payment for product 9 6 Any questions rega
66. d stored properly during construction and prior to initial operation and shall be vacuumed clean and all screws for terminal connections tightened The electrical contractor shall ensure that supply voltage is within 596 of design voltage when all equipment is in operation and shall re tap transformer up size wire or supply a buck and boost transformer to get supply voltage to necessary level if necessary Wires for water level sensors must be run in a separate conduit to the fountain control panel All conduit penetrations through structure walls into trade areas below the pool structure must have the necessary allowances made for settlement Floor mounted motor control centers and transformers for fountain related equipment shall be installed on a 4 concrete housekeeping pad in equipment room Contractor installing fountain manufacturer supplied deck boxes in concrete for fountain lighting is to ensure that all open conduit ports are plugged watertight prior to slab pour around deck boxes All penetrations through outside walls to below grade shall be sealed per building specifications Using easy link seals is recommended Any and all costs associated with the above are the responsibility of installing contractor WATER FEATURES 13 1213 18 UNIVERSITY OF ALABAMA SHELBY FOUNTAIN 100 Design Specifications TUSCALOOSA AL 3 5 A FIELD QUALITY CONTROL Inspection and Testing General Labor materials instruments and power
67. ds for elimination of your bid from consideration DELIVERY INSTALLATION AND TRAINING REQUIREMENTS 6 1 Proposed delivery dates shall be stated in number of calendar days after receipt of order 6 2 All items must be delivered directly to the University by the successful Bidder and placed according to the instructions supplied by the University INSURANCE 7 1 See General Terms and Conditions for general Insurance Requirements Additional Insurance requirements may be listed in the Special Conditions Section 7 2 The successful Bidder shall provide the University Purchasing Department a certificate of insurance listing the required types of insurance and minimum liabilities specified in the General Terms and Conditions unless otherwise modified in the Special Conditions 7 3 The certificate must be received by The University of Alabama Purchasing Department within three 3 days of request Failure to comply with this request may eliminate your bid from consideration in the bid award 7 4 The University reserves the right to terminate any resulting contract if the Bidder fails to keep these policies in force for the above amounts or for the duration of the contract period 7 5 The umbrella policy must be listed on the insurance certificate with an explanation of the coverage 8 0 INVITATION FOR BID RESTRICTIONS ON COMMUNICATIONS WITH UNIVERSITY STAFF From the issue date of this Solicitation until a Contractor is selected and a contra
68. dual or individuals within the State of Alabama SIGNATURE OF COMPANY OFFICER PRINT COMPANY NAME PRINT NAME OF COMPANY OFFICER PRINT TITLE OF COMPANY OFFICER DATE pi SE Up XN fa VISTWN f 4 x J M AS LAND SE Employment Eligibility Verification Welcome User ID Last Login Log Out Click any Qo help ou Company Information My Cases New Cases View Edit Search Cases Company ID Number Doing Business As DBA My Profile Edit Profile Name Change Password DUNS Number Change Security Questions Edit Company Profile Physical Location Mailing Address Add Mew User Address 1 Address 1 View Existing Users Address 2 Address 2 Close Company Account City City State dise View Reports Zip Code View Essential Resources County Take Tutorial View User Manual Additional Information Contact Us Employer Identification Number Total Number of Employees Parent Organization Administrator Organization Designation Employer Category Federal Contractor Category Employees being verified NAICS Code Total Hiring Sites Total Points of Contact View MOU U S Department of Homeland Security www dhs gov U S Citizenship and Immigration Services www uscis gov Accessibility Download Viewers THE UNIVERSITY OF ALABAMA DISCLOSURE STATEMENT 1 Contr
69. e issuance of a Purchase Order P Bidders are not to accept or ship items against a requisition number R Any questions concerning these specifications should be directed to the Buyer listed on the signature page No department school or office at the University has the authority to solicit or receive official Solicitations nor authorize Solicitation or Contract changes other than the Purchasing Department All solicitations are issued under the direct supervision of the Associate Director for Purchasing and in complete accordance with the State of Alabama Bid Law Section 41 16 20 and University policies and procedures The terms and conditions included in this Solicitation along with any addenda any University contract and or University purchase order s issued referencing this Solicitation the University s General Terms and Conditions Instructions to Bidders shall constitute the entire and exclusive Contract between the University and the successful Bidder State of Alabama Immigration Law If the successful bidder is located in Alabama or employs an individual or individuals within the State of Alabama the successful bidder shall provide a copy of its Employment Eligibility Verification E Verify company profile To expedite the ordering process this document may be submitted with the bid response If the successful bidder is not located in the State of Alabama and does not employ an individual or individuals within the St
70. e sub panel shall be fabricated from 14 gauge steel and shall be finished with baked on white enamel Service entrance lugs shall be provided sized for 600 volts 300 amp minimum The power distribution block shall have a flammability rating of UL 94V 0 shall be based on NEC table using 75 degrees C wire and shall be equivalent to Square D class 9080 A 600V lightning arrestor shall be provided and connected to the service entrance lugs Motor starters shall be IEC rated full voltage non reversing with thermal overload relay Auxiliary contacts shall be provided as required for the specific control functions Motor starters shall be as manufactured by Square D Allen Bradley or pre approved equal All 120 volt equipment shall be protected individually by thermal magnetic circuit breakers with an interrupting rating of 10KAIC 2 240 volt minimum All circuit breakers shall be calibrated and sealed at the factory and shall be equivalent to Square D type QOU The lighting contactors shall be 30 amps rated and shall be equivalent to Omron type g72 or equal The fountain feature filter pump and lights shall be controlled by individual 24 hour time clock settings The time clocks shall be electronic with 24 hour capabilities or shall be integral to the memory module or PLC WATER FEATURES 13 1213 8 UNIVERSITY OF ALABAMA SHELBY FOUNTAIN 100 Design Specifications TUSCALOOSA AL 10 11 12 13 14 15 16 17 18
71. eet Cords extending beyond fountain perimeter must be enclosed in approved wiring enclosures All submersible lights and pumps must have sufficient cord length to allow removal from the water for re lamping and normal maintenance Fixtures cannot be permanently embedded in the fountain structure so that the water level must be reduced or the fountain drained for re lamping maintenance or inspection Submersible equipment must be inherently stable or be securely fastened in place with non corrosive fasteners suitable for the purpose Underwater junction boxes must be filled with an approved re enterable electrical potting compound wax or paraffin is not acceptable prior to filling pool and after all circuits have been checked to prevent the entry of moisture and must be firmly attached to supports or directly to the fountain surface and bonded as required All conduit stubbed up through pool floor must be stainless steel PVC Red Brass and Everdur are not acceptable as a conduit support stub for WATER FEATURES 13 1213 17 UNIVERSITY OF ALABAMA SHELBY FOUNTAIN 100 Design Specifications TUSCALOOSA AL AA BB CC DD EE FF GG submersible junction boxes All conduit entries must be completely sealed prior to potting to prevent compound from entering conduit system After testing junction boxes shall be sealed with scotch 3M re enterable compound or other approved filling compound All underwater junction boxes m
72. ently and has been submitted without collusion with and without any agreement understanding or planned common course of action with any other vendor of materials supplies equipment or services described in the Invitation for Bids designed to limit independent bidding or competition 2 The contents of the bid or bids have not been communicated by the bidder or its employees or agents to any person not an employee or agent of the bidder or its surety on any bond furnished with the bid or bids and will not be communicated to any such person prior to the official opening of the bid or bids 3 The bidder is legally entitled to enter into contracts with The University of Alabama and is not in violation of any prohibited conflict of interest including those prohibited by the Code of Alabama 13A 10 62 as amended 1975 4 have fully informed myself regarding the accuracy of the statement made above THIS AREA MUST BE COMPLETED DELIVERY AFTER RECEIPT OF ORDER NAME OF COMPANY pe FEDERAL EMPLOYER ID NO ADDRESS IL EE PAYMENT TERMS ADDRESS E MAIL SHIPPING TERMS CITY STATE amp ZIP CODE DATE F O B DESTINATION PREPAID AND ALLOWED QUOTE VALID UNTIL SIGNATURE Typed Printed Name of Signor SIGNATURE REQUIRED This bid cannot be considered valid unless signed and dated by an authorized agent of the bidder Type or print the information requested in the spaces provided An Equal Opportunity University Revised June 4 20
73. er stop flange Red brass or P V C will not be acceptable DFBS 800 Cast Iron basket strainer with flat faced end connections ANSI 125 psig rated and 304 stainless steel basket with 1 8 perforated mesh Strainers have a clamp cover Sizes as shown on drawings DFBFV X butterfly valves for isolation and flow control lug type cast iron bodies machined bronze discs gear wheel operator 316 stainless steel stems and EPDM seats The companion flanges are to be heavy duty schedule 80 PVC constructed using 304L stainless steel hardware for bolting all valves to the flanges Sizes as shown on the drawings DFNC X single sphere neoprene connector flat face flanged with carbon steel zinc plated flanges a hard steel wire frame and precision molded synthetic rubber reinforced with nylon cord Sizes as shown on the drawings DFCP 250 Complete control panel in weather resistant NEMA 3R enclosure includes main breaker motor starter motor overload protection timers for pumps and lights water level controls keyed hoa switches and pilot lights on panel door and 30 degree terminal strips for easy hook up surge protection The panel is UL 508A listed as an assembly DFVG 100 Vacuum Switch and gauge panel equipped with 1 weathertight nema 4 enclosed single pole double throw switching element combination vacuum switch with viton o rings that are suitable for temperatures of 32 400 F Panel also includes 1 34 N P T glycerin liquid filled
74. eral Terms and Conditions c Instructions to Bidders In the event that any provision of the component parts of the Solicitation conflicts with any provision of any other component parts the component part first enumerated shall govern 4 This Agreement and any disputes hereunder shall be governed by the laws of the State of Alabama without regard to conflict of law principles rschmitt fa ua edu CERTIFICATION PURSUANT TO ACT NO 2006 557 Alabama law section 41 4 116 code of Alabama 1975 provides that every bid submitted and contract executed shall contain a certification that the vendor contractor and all of its affiliates that make sales for delivery into Alabama or leases for use in Alabama are registered collecting and remitting Alabama state and local sales use and or lease tax on all taxable sales and leases in Alabama By submitting a response to this solicitation the bidder is hereby certifying that they are in full compliance with Act No 2006 557 they are not barred from bidding or entering into a contract pursuant to 41 4 116 and acknowledges that The University of Alabama may declare the contract void if the certification is false DISCLOSURE STATEMENT 1 If you or any owner officer partner board or director member employee or holder of more than 5 of the fair market value of your firm or any member of their households is an employee of The University of Alabama this information must be included in your so
75. f main power feed provided to serve the fountain equipment control panel and report all discrepancies in writing to the Fountain Manufacturer Architect and Engineer WATER FEATURES 13 1213 13 UNIVERSITY OF ALABAMA SHELBY FOUNTAIN 100 Design Specifications TUSCALOOSA AL 3 2 A 3 3 INSTALLATION All equipment furnished under this Section shall be installed in full conformity with the Contract Documents engineering data instructions and recommendations of the manufacturer Contractor shall obtain all necessary installation permits and inspections Installation of fountain equipment appurtenances shall confirm with provisions of Reference Standards and suit existing conditions on site as approved by Architect Contractor shall insure that installation complies with all applicable national and local codes and project specifications The incoming water supply line pressure must not exceed 50 PSI and is part of the building contract not the fountain Install horizontal piping 1 below freeze line Excavation Backfill and Compaction 1 Excavating trenching and backfilling shall be as specified in the Contract Documents and as noted on the drawings and compaction done in a maximum of 6 lifts All pools shall be waterproofed by specified approved means Prior to any finishing materials I E lights jets coverplates being installed all pools shall be tested for leaks for a minimum of 72 hours and all waterproofing
76. fied herein they shall be interpreted as minimum allowable sizes All conductors shall be copper with insulation suitable for the particular wiring location Minimum acceptable insulation is type THWN or better suitable for both dry and wet locations Conductor insulation shall be moisture resistant flame retardant thermoplastic as approved by the NEC Conductor sizing shall be based on an ambient temperature of 30 and a conductor temperature rating of 75 maximum per Article 310 of NEC All underwater electrical cable shall either be encased in waterproof sealed PVC conduit or shall be rated for continuous operation in underwater marine environments Contractor shall obtain all necessary installation permits and inspections It is the responsibility of the installing electrical contractor to insure that all electrical equipment is installed and wired by a qualified licensed electrician experienced in fountain system wiring Delta Fountains assumes no responsibility for liability whatsoever for installations not carried out by a qualified licensed electrician in accordance with our shop drawings and all provisions of the latest edition of NEC in general Article 680 specifically and local safety regulations All Delta Fountains electrical control panels include GFCI s when and where required when furnished It is the responsibility of the installing electrical contractor to verify all field dimensions critical to fountain equipment ins
77. h 1 1 2 Sch 80 P V C and a 1 1 piston check valve dark gray P V C constructed true union type EPDM O ring seals and is rated at 150 P S I at 73 F and pre wired in equipment vault B Electrical Components The major components to be included in the control panel and to be incorporated into a fully functional operating fountain system are specified and listed below 1 The fountain control system shall be designed for 208 Volts 3 phase 4 wire service and shall operate 1 25 Hp feature pump 1 3 4 Hp filter pump 23 250W 120V lights and appurtenances of the fountain A conductivity type low water cut off system shall be provided to de energize the control system during a low water level condition The water level sensor shall also provide a separate water level control system to increase the water level before the low water cut off alarms A condolet mounted anemometer is to be provided for wind speed compensation in conjunction with a variable frequency drive operating the feature pump controller NEMA 3R enclosure of galvanized steel construction primed and phosphatized finished with ANSI 49 gray baked on enamel manufactured by Hoffman equal to HCR series shall be provided The enclosure shall have collar studs for sub panel mounting hasp and staple for padlocking butterfly type stainless steel draw latches and hinged cover All Hardware shall be stainless steel All components shall be mounted to a removable sub panel Th
78. ht rated NEMA 4X oil tight or the HMI shall indicate this alarm as well as provide time delay values for alarm and reset The variable frequency drive shall be a special purpose drive with application specific features that add significant more for less benefits The VFD shall be as manufactured by Allen Bradley Powerflex Siemens Micromaster 440 series or pre approved equal a ASICs Application Specific Integrated Circuitry increases reliability b Dual bridge 12 pulse rectification By using a phase shift input transformer with dual secondary input current harmonic distortion factor can be reduced over 90 Energy savings control with Automatic output voltage adjustment in response to actual motor loading Real time energy savings based on motor algorithms Increases motor efficiency by several d Simplified operator keypad with 16 function LEDs provides the perfect execution of old fashioned simplicity of discrete indicator lights and the modern sophistication of keypad programming and control e Built in PID control that eliminates cost of external device WATER FEATURES 13 1213 9 UNIVERSITY OF ALABAMA SHELBY FOUNTAIN 100 Design Specifications TUSCALOOSA AL f WATER FEATURES Built in power consumption monitoring with built in kW display eliminates the need for external signal conditioner Performance features 1 2 3 4 5 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21
79. itable for the work Water shall be kept out of the trench until the pipe is installed While work is in progress open ends of the pipe and fittings shall be securely closed so that no trench water earth or other foreign matter will enter the piping system or fittings Perform adequate trenching and backfill operations when installing PVC piping below grade Trench width should be a minimum of pipe O D plus 12 inches and deep enough to allow piping to be buried a minimum of 12 below the maximum expected frost penetration line to avoid freeze damage Lay piping in horizontal parallel or perpendicular manner Avoid vertical stacking of pipes Space minimum of 3 apart on all parallel runs Use only clean free flowing non expansive backfill material naturally rounded 1 2 pea gravel 8910 stone 610 stone or sand and backfill in 6 lifts with adequate and complete compaction between lifts to 90 of maximum density per ASTM 1557 70 Compaction to excessive loads shall not be permitted A second pressure test on the piping system must be made at this time to insure that piping has not been damaged during backfill operations Concrete thrust blocking is recommended at all directional changes tee s elbows etc reducer fittings and line terminations bushings end caps plugs etc in fountain display discharge piping 6 and larger The bearing surface for the concrete thrust blocks where possible should be placed against undistu
80. l block as permanent wiring assembly Design features 1 Data integrity the user program is the most important 2 Parameter settings are stored in the internal EEPROM 3 Built in DC 24V sensor load power supply for the 4 Direct connection of sensors and actuators 5 On board digital input outputs CPU with 12 inputs and 12 outputs 6 Interrupt points 7 High speed counters 8 Easy expandability 9 2 high frequency pulse outputs 10 EEPROM 16K memory sub module with real time clock 11 Battery module for long term back up 12 Embedded web page for remote access and monitoring Functions 1 Fast instruction execution Instruction execution times of ms or 0 8 2 Extensive instruction set A large variety of basic operations such as binary logic result assignment save count time generation load transfer compare shift rotate complement generation call subroutines integrated communications instructions and other user friendly functions such as pulse duration modulation pulse train function arithmetic functions floating point arithmetic PID closed loop control jump functions loop functions and code conversions serve to simplify programming 3 Counting 4 Interrupt handling 5 Edge controlled interrupts 13 1213 11 UNIVERSITY OF ALABAMA SHELBY FOUNTAIN 100 Design Specifications TUSCALOOSA AL 6 Time driven interrupts 7 Counter interrupts 8 Communications interrupts 9 Direct interroga
81. licitation response Failure to disclose this information in your response may result in the elimination of your proposal from evaluation 2 If you or any owner officer partner board or director member employee or holder of more than 5 of the fair market value of your firm or any member of their households is an employee of The University of Alabama and you or your firm is awarded a contract as a result of this solicitation then within ten 10 days after the contract is entered into you agree to file a copy of that contract with the State of Alabama Ethics Commission in accordance with Code of Alabama Section 36 25 11 and upon request by the University furnish evidence of such filing 3 By accepting payments agreed to in any purchase order resulting from this bid Contractor certifies that to its knowledge no University employee or official and no family members of a University employee or official will receive a benefit from these payments except as has been previously disclosed in writing to the University on the Disclosure Statement of Relationship Between Contractors Grantees and Employees Officials of The University of Alabama AUTHENTICATION OF BID AND STATEMENT OF NON COLLUSION AND NON CONFLICT OF INTEREST I hereby swear or affirm under the penalty for false swearing as provided in Code of Alabama 6 5 180 that 1 In accordance with Code of Alabama Section 41 16 25 amended 1975 that the attached response has been arrived at independ
82. ller BASIC ELECTRICAL METHODS The information supplied in the drawings specifies the general requirements of a complete functioning electrical power distribution and control system The electrical subcontractor shall coordinate all electrical installation activities with the Construction Manager Contractor Architect and with respect to work Phase other separate contractors performing work related to fountain installation All electrical work shall comply with the latest edition of the National Electric Code NEC Section 680 published by the National Fire Protection Association Quincy Massachusetts In the event of conflicting requirements between Contract Documents and any local electric code or other governing organizations for this location the most stringent shall govern and take precedence In this event the Architect shall be notified immediately in writing of such conflict The installation of electrical equipment and wiring in water can produce extreme hazards It is the responsibility of the installing electrical contractor to consult and comply with all electrical codes and safety regulations prior to installation of electrical equipment Local codes take precedence over the general notes where discrepancies of conflicts exist All wiring and conduit shall be sized by the electrical sub contractor in accordance with the latest edition of the NEC and all electrical codes and regulations Where wiring and conduit sizes are speci
83. llow all directions and instructions appearing on product label Use only purple PVC primer meeting NSF UPC and ASTM F 656 standards for softening and preparing field pipe and fitting surfaces for solvent cementing IPS Corporation Weld On Type P 70 or equivalent Follow all directions and instructions appearing on product label Use only clear or white heavy bodied medium setting PVC cement meeting NSF UPC and ASTM D 2564 standards for solvent cementing PVC plastic pipe and fittings IPS Corporation Weld On Type 711 or equivalent Follow all directions and instructions on product label Provide Link Seal for all penetrations in equipment room All penetrations through outside walls to below grade shall be sealed per building specifications Using easy link seals is recommended All piping penetrations through structure walls into open areas below pool structure must have the necessary allowances made for settlement Pipe hangers and supports per national plumbing code All piping in open areas below the pools shall be installed free hanging from the ceiling in the level below with pipe hangers per specifications and code Reference requirements of other Project Manual Specifications for materials and items not specified herein WATER FEATURES 13 1213 12 UNIVERSITY OF ALABAMA SHELBY FOUNTAIN 100 Design Specifications TUSCALOOSA AL B 11 Install Thrust Block for Piping Turns or Intersections Electrical Materials
84. mi PROCUREMENT PACKAGE PLEASE FURNISH PLEASE NOTE 0332915 SINI OL dAL HAP NOILVOOT NOILOANNOO AdlM3 5 OG HO NDRNIXVIN V OL 135 Add d38 3Ol OsSd MAIO AG Q3GIAOMd M3L3W gd3LVA OL LO3NNOO NNNM RTT PIRES SSE PRT KEGEL X EER SA SSS RRO S 9995 Q IN FS LIA 4 RISE FE lt ONILLIA WANOVA KH LAINIE THe IWANVW J9 MJIVM dfl 3MV 2 dNNS Nesnl3s MO 1383AO AHOIN HH ANA S ASSUME NA 22222 1 Li X AAA Sy 4 iL LUE ARAZ 4 2 2 IIIS d Ra D 177 Sey 22 X LEAS 8 JININDIS dAnSs NesSnl3s W31SAS ner x7 CAL EN AVddS OC AIZZON 4S449 dWAS Nesnl3s jlSAS Jenilv33 1144 8 SAVM VIG dNINS Nesnl3s JLSAS eS OL CAL NM3LLVd e JWIWIMS 312203 QGd3L1Ve3v dAL LSJINNSSLVYM YIH ONIN TIV83A r FTT TA FEHTEEHTEHTRHEEHITES OS Tr ERAI 2 i SO N LX o NI
85. nd letter or bond will eliminate your bid from consideration in the bid award REFERENCES References must include at least three 3 other universities institutions or businesses which the bidder has successfully provided products services or installation of equipment similar to those required in this Solicitation in terms of manufacturer size features service or type of installation The references must include company name address project delivery date contact name phone number and email address PRODUCT SPECIFICATIONS Specify all terms and conditions of the warranties associated with your products with your bid response 5 0 6 0 7 0 INVITATION FOR BID PRICE QUOTATION 5 1 5 2 5 3 5 4 5 5 5 6 5 7 IMPORTANT It is required that the PRICE QUOTATION SHEET S furnished with this Request for Price Quotation be completed and submitted with your proposal DO NOT send generated price lists as your bid Failure to comply with this request may eliminate your bid from consideration in the bid award All prices shall be quoted furnish and install if applicable FOB The University of Alabama Tuscaloosa AL 35487 prepay and allowed Unit prices quoted must include any and all shipping and handling charges Any freight claims will be the responsibility of the Bidder The successful Bidder must transport at the time of set up the equipment and supplies necessary for this installation to campus No direct shipments
86. of debris tested for electrical integrity and pressure tested for leaks Chemical feed system when supplied shall be filled to proper level with required dosage of chemicals Manufacturer does not supply chemicals unless specifically listed in proposal The fountain basin shall be thoroughly cleaned and filled to proper water level with clean fresh water Contractor shall make available to factory personnel a plumber and electrician who have firsthand knowledge of the fountain installation at contractors own expense Contractor will perform any manual labor or provide any tools for adjustment and start up WATER FEATURES 13 1213 20 UNIVERSITY OF ALABAMA SHELBY FOUNTAIN 100 Design Specifications TUSCALOOSA AL D Contractor acknowledges the above requirements and understands that should above requirements not be completed factory personnel may immediately cancel visit and return to factory In such case Contractor shall be responsible for all costs and expenses incurred by manufacturer 3 7 DEMONSTRATION A Furnish complete on site instructions and demonstration to owner in the operation adjustment and maintenance of fountain system END OF SECTION WATER FEATURES 13 1213 21 THE UNIVERSITY OF ALABAMA CERTIFICATION OF COMPLIANCE WITH THE STATE OF ALABAMA IMMIGRATION LAW The undersigned officer of Company certifies to the Board of Trustees of the University of Alabama that the Company does not employ an indivi
87. onduits are drawn for clarity and do not necessarily show exact routing Contractor shall install conduits with as few changes in direction as jobsite conditions will allow All electrical equipment must be properly bonded and grounded for safety per the latest NEC and local code requirements All bonding lugs shall be provided by installing electrical contractor Installing contractor shall verify all necessary requirements of local inspector before installing and notify Delta Fountains of any required deviations from specifications or plans or notes and resolve all conflicts before installing equipment Contractor to insure that all bonding codes are complied with for each metal pool equipment component Submersible underwater lighting fixtures must be installed for operation at 150 volts or less between conductors Submersible pumps most operate at 300 volts or less between conductors Submersible lighting fixtures must be installed with the top of the fixture lens a minimum of 2 below the normal operation water level and must have the lens adequately guarded to prevent contact by any person All electrical equipment which depends on submersion for safe operation must be protected against overheating by an independent low water cutoff device if the water level drops below normal operating levels or contain an internal Thermal Bimetallic Ambient compensating overload Maximum length of exposed submersible cord in the fountain is limited to 9 f
88. pe tags is not acceptable The control system shall have complete drawings schematics using AutoCAD The drawing shall have a complete Bill of Materials front panel view with component locations and electrical schematic References to the Bill of Materials shall be located for each component The control system shall be designed and manufactured to meet all state and local codes Underwriters Laboratories and the National Electric Code particular attention to article 430 and 680 The entire control system shall bear a UL 508 serialized label Enclosed Industrial Control Panel The use of the UL label industrial control panel enclosure without the UL 508 serialized label is not acceptable Additionally the control panel shall bear a UL label for Industrial Control Panel for Permanently Attached Fountains The low water cutout system shall provide intrinsically safe voltage to the dual probe sensor The sensor shall provide an input to the PLC to de energize the pumps and motors An adjustable time delay shall be provided to prevent nuisance tripping A pilot light rated NEMA 4X oil tight or the HMI shall indicate this alarm as well as provide time delay values for alarm and reset The water make up system shall provide intrinsically safe voltage to the dual probe sensor The sensor shall provide an input a PLC to energize the water make up solenoid An adjustable time delay shall be provided to prevent nuisance tripping A pilot lig
89. pping Fountain manufacturer shall adequately package all shipments to protect the material during shipment Consolidate freight of like items when possible to ensure minimal shipments All shipments to be freight on board manufacturer s plant with fully insured freight allowed to the jobsite Handling and Unloading All shipments shall be driver signed and counted to verify that all components listed on the packing slips are included in shipment prior to leaving the manufacturer s premise Special Handling Contractor to take necessary precautions in unloading handling moving and storing all shipments until it is installed in its final position to protect all components from damage Contractor to refer to all notes on the shop drawings for any additional instructions on handling fountain equipment Acceptance at Site Contractor to schedule and arrange for delivery of all shipments Contractor is responsible for preparations of all equipment necessary to safely facilitate the unloading of all shipments and moving it to the final location Freight is F O B plant full freight allowed to jobsite Contractor to account for all items in each shipment for accuracy before signing for acceptance of shipment All damages and shortages shall be clearly documented on the Bill of Lading and packing slip before the delivery driver leaves the premises The manufacturer shall be promptly notified within 24 hours of any and all documented damages and shortages
90. rbed soil Where it is not possible the fill between bearing surface and undisturbed soil must be compacted to at least 90 standard proctor density Thrust block shall be a concrete mix not leaner than one part cement two and one half sand and five parts stone Contractor shall coordinate the location of the thrust block with other work and existing conditions Work shall be performed in accordance with all applicable codes For additional information refer to NFPA 24 The sump pump in the equipment vault shall be connected as immediately as possible after secure placement and shall have a continuous power supply for the duration of the fountain system installation process Pressure test all piping as specified in Part 3 Article Field Quality Control herein WATER FEATURES 13 1213 15 UNIVERSITY OF ALABAMA SHELBY FOUNTAIN 100 Design Specifications TUSCALOOSA AL L 3 4 Avoid laying suction piping in a manner that could result in a suction loop before during or after backfilling and compaction Always pitch pipe in a downward direction to avoid a suction loop that will cause air to be permanently trapped causing loss in performance of the piping system due to increased friction and work load demand Piping in areas subject to freezing shall be installed at elevation of minimum 1 foot below frost line Do not install any water lines above the control panel Any and all costs associated with above are responsibility of insta
91. rding this bid must be emailed to rschmitt fa ua edu by end of day Wednesday March 20 2013 INVITATION FOR BID 10 0 QUOTE SHEET SCOPE The University of Alabama is requesting sealed bids to establish a contract upon date of award to Furnish and Deliver a Fountain Vault and associated equipment as per attached drawings and general and technical specifications IMPORTANT The quoted costs must include all shipping and handling charges Quote prices FOB The University of Alabama Prepaid and Allowed delivered unless otherwise noted in Solicitation QUOTE THE FOLLOWING SECTION 1 DESCRIPTION TOTAL COST Fountain Vault and associated equipment see attached drawings and specifications SECTION 2 WARRANTY INFORMATION Can you meet the delivery requirement of 07 01 2013 YES NO If no please explain Please indicate if you can accept ACH payments direct deposit YES NO VANVEV IV vVSOOTIvOS L SLNAW AGM 111 21 000 L1253nOMd VN lt VWNVAVIY 40 ALISMSAINN JHL ALS 79 NIVLNMNOsS ISAHS CHECKED APPROVED SUPPLY PIPING EARLY PROCUREMENT 5684 01 DAVIS ARCHITECTS MARCH 15 2013 DRAWN PROJECT NO DRAWING NO SHEET TITLE ALL FOR THE EARLY OTHER MATERIALS AND INSTALLATION WILL ON DRAWING F0 04 AND AS DESCRIBED IN BE mY ALL FOUNTAIN EQUIPMENT AS IDENTIFIED ON THE FOUNTAIN EQUIPMENT SCHEDULE SRE eW
92. stem B Contractor shall adjust fountain water system for volume and water flow characteristics to reflect design intent as approved by Architect C Contractor shall have the following conditions satisfied prior to departure of personnel from factory 1 2 3 10 11 12 13 All electrical connections shall be made and tested All underwater lighting shall be lamped installed and tested Thoroughly test all fixtures services and all circuits for proper operating conditions and freedom from grounds and short circuits before acceptance is requested All equipment appliances and devices shall be operated under load conditions All underwater junction boxes shall be wired and sealed with potting compound Pump and filter motors shall be power tested to insure proper impeller rotation at specified voltage Electronic water level control and or low water cut off control shall be installed and wired for operation All hydraulic lines and fittings shall be pressure tested for leaks repaired as necessary and flushed clean Basket strainers shall be checked and cleaned as required All nozzles jets manifolds headers and spray apparatus shall be installed properly and flushed of debris as required Final nozzle adjustment for position and throttling to achieved specified performance for all display discharge points to be performed by installing contractor Pump vaults when supplied by manufacturer shall be thoroughly cleaned
93. t fountain system installer qualifications including resume and system identification of previous work experience on fountain systems of type indicated for Project and the following work 1 Plumbing work 2 Electrical work 3 Concrete and Waterproofing Work 4 Other specific work rock work stainless steel etc E Product Data T Submit manufacturers data for all equipment and individual components listed in Part 2 Products 2 Submit a comprehensive electrical package to include a power diagram logic diagram process and instrumentation diagram panel layout component schedule and cut sheets on all individual components in the control panel The contractor shall furnish evidence that the building department has been contacted to assure local compliance WATER FEATURES 13 1213 2 UNIVERSITY OF ALABAMA SHELBY FOUNTAIN 100 Design Specifications TUSCALOOSA AL 1 5 and that any exceptions to local requirements or the National Electric Code have been addressed 3 Submit for other items and materials of system not indicated in this Section including for items of conduit wiring electrical devices piping and fittings sealants and or seals to confirm compatibility and conformance to Project wide requirements Shop Drawings A concise plan details and section s shall accompany the submittal data on all components to assure compliance with the intended design as specified and shown on the Contract Drawings 1
94. t manuals pertaining to the operations and maintenance of the fountain system prior to final approval of system installation The manuals shall include specification sheets operations and maintenance data and schedules exploded diagrams replacement parts lists copies of field and test reports as built drawings trouble shooting information manufacturer contact information contractor contact information and warranty information Comply with Division 1 QUALITY ASSURANCE General 1 Insofar as possible all materials and equipment used in the installation of this work shall be of the same brand or manufacturer throughout for each class of material or equipment The specification has allowed for substitutions however the substitution process will be strictly adhered to If the process is incomplete or not within the time frame no substitutions will be considered Substitutions will not be partially approved If any item is not approved the entire submittal will be rejected not for resubmission There will be no consideration for alternates after the bid Conform to Reference Standards and other Project Manual Sections as applicable 2 Piping materials shall bear label stamp or other markings of specified testing agency WATER FEATURES 13 1213 3 UNIVERSITY OF ALABAMA SHELBY FOUNTAIN 100 Design Specifications TUSCALOOSA AL 1 6 3 Use numbers of skilled workmen equal to work requirement or occasion The skilled workman shall
95. tallation and performance and report any discrepancies to Delta Fountains and the engineer upon immediate notice WATER FEATURES 13 1213 16 UNIVERSITY OF ALABAMA SHELBY FOUNTAIN 100 Design Specifications TUSCALOOSA AL H All conductors shall be run in rigid conduit sized for the number of wires contained within per NEC requirements Rigid conduit shall be corrosion resistant and either galvanized steel or rigid PVC When conduit is submerged or in other wet locations rigid PVC shall be required Conductor sizing shall be corrected for the number of wires to be run in a single conduit or raceway in accordance with NEC All conduit locations and routing shall be approved by the Architect before installation The work includes such necessary material and devices of a minor nature that may not be indicated on the drawings or mentioned in the specifications but which are necessary for the compliance with codes and for the successful operation of the entire control system The contractor shall be allowed no extra compensation because of this requirement All GFCI protected circuits must have a separate neutral All GFCI breakers have pigtails wired to a neutral bar A Class A ground fault circuit interrupter GFCI must be installed in each branch circuit supplying submersible or underwater fountain equipment Equipment operating at 15 volts or less must be protected by suitable transformer U L Listed and marked for the application C
96. ter volumes heights patterns and display features as outlined in the design requirements in section 1 3 E 3 3 Adjustments and or corrections to warranted equipment shall be made at factory as per standard warranty terms The manufacturer shall warrant all properly installed and maintained fountain equipment except lamps as provided in Part 2 Products of this Section free of defects in material and workmanship for a minimum period of one year from shipment The fountain manufacturer at their option shall replace or repair any materials components or workmanship found to be defective within the warranty period when returned to the factory freight pre paid No component may be returned for repair or replacement without an approved return materials authorization 1 Extended Warranties Fountain manufacturer shall furnish to Owner any extended warranty that is standard and usually available from item manufacture supplier for an item of equipment MAINTENANCE AND EXTRA MATERIALS Contractor shall supply chemical treatment materials of sufficient quantity in addition to materials needed for system testing and adjustment for use by Owner in maintenance of the system for a period of at least one month after Substantial Completion Contractor shall supply any other special tools or parts that would be needed for Owner s maintenance of the fountain system Extra Materials one additional replacement element is to be provided for
97. the rated operational pressure of the piping and or fittings carrying the lowest pressure rating Locate and repair any leaks and retest prior to completion of backfill operations It is recommended to leave some pressure on the piping system during backfill WATER FEATURES 13 1213 19 UNIVERSITY OF ALABAMA SHELBY FOUNTAIN 100 Design Specifications TUSCALOOSA AL operations and remaining construction activities and periodically check associated pressure gauges so that potential breaks can be identified immediately if they occur After the system has operated for one week contractor and owner s representative shall inspect water make up rates and agree that water usage is appropriate for a system of this type are within local ordinances or codes and that such rates are not indicative of excessive leakage from system A water meter shall be placed on the fill line for this purpose if necessary to document precise water usage C Manufacturer s Field Services 1 The fountain manufacturer shall be present for a minimum of 4 site coordination meetings which includes the review of the plans and shop drawings with the mechanical electrical and structural disciplines The fountain manufacturer must be available at the jobsite within a one week notice The representative shall be a factory employee and or a local sales representative 3 6 START UP AND ADJUSTMENTS A Manufacturer shall be present for the initial start up of the fountain sy
98. tings Remote speed reference 0 to 10 VDC or 4 to 20 mA Set point PID control Signal follower bias and gain Analog monitor output 0 to 10 VDC Fully EMC compliant when optional RFI filter connected NEMA 1 enclosed or protected chassis UL listed IEC 146A MTBF exceeds 28 years Embedded web page for remote access and monitoring Protective Features 1 DC bus CHARGE indicator 13 1213 10 UNIVERSITY OF ALABAMA SHELBY FOUNTAIN 100 Design Specifications TUSCALOOSA AL 2 Optically Isolated controls a Phase to phase phase to neutral short circuit protection b Ground fault protection c Electronic motor overload UL d Current and torque limit e Fault circuit over current over voltage and over temperature Service Conditions Ambient service temperature 10 C to 40 104 NEMA 1 to 45 113 F protected chassis Humidity non condensing to 95 Altitude to 3300 ft higher by derating Input voltage 10 15 200 to 230 VAC 380 to 460 VAC Input frequency 50 60 Hz 596 3 phase 3 wire phase sequence insensitive 22 programmable logic controller shall control the fountain pumps The PLC shall be an Allen Bradley Micrologix series Siemens 224XP series or pre approved equivalent a WATER FEATURES Mechanical features 1 2 3 4 Rugged compact plastic housing Easily accessible connection elements and controls Assembly on standard horizontal or vertical Termina
99. tion and driving of inputs and outputs 10 Password protection 11 Full access 12 Read only 13 Complete protection 14 Debugging and diagnostic functions 15 Forcing of inputs and outputs in debugging and diagnostic mode d Communications The built in PPI point to point interface provides a range of communications features 1 Ifthe control panel drawings include remote communication the avenue of connection through Ethernet through cat5 cable will be installed by contractor The communications capabilities can range from PLC upload download to full HMI VFD and PLC monitoring and control 23 Programming The PLC shall be supplied with a fully functional program that shall perform basic operations including time clock settings and water level control functions 2 2 INSTALLATION COMPONENTS A Piping Materials 1 2 10 Unless architects specifications indicate otherwise the suggested minimum piping and fitting standard recommended for this installation is Type 1 All interconnecting piping and associated fittings supplied by installing Contractor shall be a minimum of Schedule 80 PVC NSF PW rated All welded PVC fittings above 6 diameter shall be fiberglass reinforced and used only on non pressurized lines Use only clear PVC cleaner meeting NSF UPC and ASTM standards for cleaning and repairing PVC pipe and fitting surfaces for solvent cementing IPS Corporation Weld On Type C 65 or equivalent Fo
100. ust be equipped with threaded conduit entries and compression type cord connectors for cord entry Strain relief connectors serving niche Mounted underwater lights shall be capable of sealing both the fixture cord and an AWG 8 insulated bonding wire which may be required by some local codes Pull correct quantity and size conductors wired with separate ground through conduit into junction box Make all splices and connections tight and well insulated Connect ground wire to ground lug in junction box or other suitable grounding location Insert each submersible cord through the brass cord seals provided on the junction box and tighten completely Do not operate submersible lights or pumps more than ten seconds unless completely submerged or damage will result and warranty will be voided The installing electrical contractor will verify that all electrical equipment grounds will have the same reference potential and will give evidence of such to Delta Fountains before any equipment is initially energized The installing contractor shall size all feed wires leading to fountain control panel for no more than 2 voltage drop and shall notify Delta Fountains before fabricating electrical control panel if wire is upsized such that extra large wire lugs are required It is the responsibility of electrical contractor to provide any disconnect required by local code requirements The fountain control panel shall be adequately protected from debris an
101. zed black brass or steel piping is prohibited 6 All conduit connections between dissimilar metals must be made with dielectric fittings and sealed with dielectric thread compound to prevent galvanic degradation PART 3 EXECUTION 3 1 A EXAMINATION Verification of existing elevations Verify all joining elevations prior to laying pipe or setting pipe Notify Fountain equipment manufacturer Architect and or Engineer of all discrepancies before proceeding with the construction of the fountain Verification of Dimensions Before proceeding with any work the contractor shall check and verify all dimensions sizes and the like and shall assume full responsibility for the fitting in of all materials and equipment to the conditions on site if the Fountain equipment manufacturer Architect and or Engineer is not notified in writing and a resolution is not agreed upon All conflicts relating to any penetration size dimension elevation equipment location or equipment size or dimension shall be addressed and resolved with the manufacturer Architect and or Engineer of record before the contractor can proceed with the construction of any part of the fountain that may be or become affected by the confliction Verify Utilities Contractor shall verify with local authorities where the proper tie into water for fill amp make up water sanitary or storm sewer for overflow and drain Contractor shall verify matching voltage and phase o
Download Pdf Manuals
Related Search
Related Contents
ダウンロード Manual User and installation guide Steam Vac Classic EXTRA300S 日本語取扱説明書 - 株式会社ハイテックマルチプレックス Aviso de segurança Manual del usuario Manual Leo 20 Basico 10094 S01 S42 Repair Graco 308618C User's Manual Manual Copyright © All rights reserved.
Failed to retrieve file