Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-2011-120 Struvite System Implementation; Shannon Industrial Contractors, Inc.; Project 2267
ct: £LIs FOR BIDDING August 11, 2011 City of Yakima, Washington Yakima Regional Wastewater Treatment Facility Struvite System. Implementation Project Specifications PHARMER ENGINEERING 1998 W. Judith Lane Boise, Idaho 83705 Phone: (208) 433-1900 Fax: (208) 433-1901 Project (Name) (Address) To: (Contractor) City of Yakima Change Order Yakima WWTP Struvite System 2220 E. Viola Shannon Industrial Contractors, Inc PO Box 3886 Coeur d'Alene, ID 83816 Change Order Number: 1 Change Order Date: 8/7/2012 Contract Number. 2267 Contract Date: 10/5/2011 You are directed to make the following changes in this Contract: Refer to the attached CPR's from Shannon Industrial Contractors, Inc. and Scope Description and Justification Narative CPR #1 CPR #2 CPR #3 CPR #4 CPR #5 CPR #6 CPR #7 CPR #8 Jabsco Pump Emergency Eyewash Non -Clog Pumps - Relays / lifting chain 4" Lines Credit for Paint / Insulation Chemical Tubing / PRV's Repair Electrical Circuits Top Hatch Closer 1,030.00 Add 5,685.00 Add 1,849 00 Add 1,390.37 Add 2,131.54 Deduct 2,408.53 Add 2,697.43 Add 919.70 Add Not Valid until signed by both the Approving Authority and Contractor. Signature of the Contractor indicated agreement herewith, including any adjustment on the Contract Sum or Contract Time. The Original Contract Sum was $ 718,644.00 Net changes by previous Change Orders $ - The Contract Sum Prior to this change order $ 718,644.00 The Contract Sum will be pincreased ❑Decreased ❑Unchanged by this Change Order $ 13;848.49 The New Contract Sum including this Change Order will be $ 732,492.49 The New Contract Time will be ❑Increased ❑Decreased Unchanged by ( ) working days The New Contract Time will be 240 working days Contractor By 04By Approval Recom ende App ov d By. Andy Hander Title: President Dean Smith Date: C// 9 .zo(Z ny O'Rourke Title: City Manager Date; /� � / By; k. �\�,UA . Date: NW t� Scott Schafer Date: 51/-0112— Struvite System Project Change Order 1 Scope Description and Justification Narrative CRR -01: JABSCO Pump - The Struvite harvesting pump was specified in the design documents as a single phase motor. The existinge|ectrica|serviceforthebui|dingreguiredittobeathreepha5emotor..Additiona{|y,the original Specification included brass materials whith are not recommended for use in this -type of ucr«ice. Therefore, a different model pump with a three phase motor and stainless steel materia|'sof construction was installed for the project. The scopeofthis change indudes providing a pump suitable for this service. CPR`02: Emergency Eyewash Hot Water Tank - Codes require a tepid water system tobeprovided for the outdOoremergency eyewash which was not included in the design. This.chanQeadded anot water tank along with ancillary Items associated with freeze pr�tection and backi9ow protection. CPR -03: Non-CIog Pumps — Relays/Lifting Chain - Mini -CAS relays:were requested hain'K4ini'[A6re|ays:werarequested by pant staff to protectthe Struvite feed pump from s high current event cause bya locked' rotor due to plugging or othet operational problems which may occur in the syttem. This wiU protect the pump from damage in the event of plugging. Additionally, alifting chain was determined to be necessary to service these pumps more easi!y, The scope of this charige inciudes addihgthesctwo|temsfor the Struvite feed pumps. [PR-04:4"Lines- After investigadonoftheactua|condibonsufthg[ent,atevau|t,itw/asdetermingdthatthc4"di|udon water line and 4" drain line for the centrifuge,were located on the wrong side of the newly installed baffle wall which teparates the liqUid to be fed through the Struvite reactort and the water which has been treated in the Struvite system. Additional fittings and supports were required to route these lines to the North side of the baffle wall so this flow would discharge in the treated water pod\on of the vault. CPR -05: Credit for Painu/Insu|a0om' Thedesignca|k*doutpaintahd insulatiorito be instafled on the interiorwater piing. The morn atmosphere is sufficient that insulation is not required and since the piping system is galvanized, painting is not required. Therefore, these two items were eliminated from the scope, CPR -06: Chemical Tu6|ne/9RIPx- Duhng start-up, it was discovered that the chemical feed puMpS could not overcome the dilution water system pressure. To alleviate this, a pressure reducing valve was installed on the dilution water to maintain the pressure below 3Q psi, and larger chemical feed tubing was installed to reduce the back pressure on the chemical feed pumps. CPR -07: Repair Electrical Circuits QuhnginataUahonof1he5truvbeReactorsupports1ruc1unet;sVmneex|rLingennbeddede|ecthca{ conduits and circuitswere damaged. Thisftem includes the workto restore these circuits. CPR -88: Top Hatch Closer - During start-up, the hatches on the top of each reactor were identified to pose asafety concern since they w erenot restraind from slamming shut. Piston type closers were designed to be installed:on each hatch to prevent the hatches from slamming shut and hurting operations and maintenance personnel who are ooking in the hatch as part of their duties. P0 Industrial Contractorsf Inc. PC) Box 3886 • 2301 17. Coenr Alene Ave. • Cour d' Alene, 83816 Phone: 208-765-2403 o Fax: 208-765-8873 • Email: Industrial@ShannonCompanies.nei January 5, 2012 Yakima WWTF 2220 E Viola Yakima, WA 98901 Attn: Dean Smith RE: Yakinia WWTF Struvite Recovery. CPR- 3 — Jabsco Pump 6 Dear Dean, Shannon Industrial's cost to provide a Jabsco Pump Model #30520-4001 in lieu of a Jabsco Model # 6050-0013 would be as follows: New Pump Package Original Pump Package Added.Cost Shannon 0 & P .15% Band, Insurance, 13&O Tax 3% Sub -Total Sales Tax 8.2% Total This Change Sincerely, Shannon IndustrialCoiitractors, Inc. Andy Hander President $1,632.00 <825.00> $807.00 121.00 24.00 $952.00 78.00 $1,030.00 Shannon Industrial Contractors, Inc. po Box 3886 • 2301 E. Coeur d' Alene Ave. • Coeur dAlcne; ID 83816 Phone: 208.765-2403 • Fax: 208-765-8873 # Email: Indumrial(i?ShaancinConmanies.net April 16, 2012 Yakiina WWTF .2220 E Viola Yakiina, WA 98901 Attn: Dean Smith RE: Yakima WWTF — Struvite.Recovery CPR -02 — Einergency.Eyewash.Tank Dear Dean, Shannon industriaPs-cost.to add a hot water tank, Mixing valve; backflow preventer, hcattapc, and insulation for the outdooremergency eyewash/shower assembly would be as follows.: Materials Labor lot Water Tank Mixing Valve Backflow Prevcnter Heat Tape, Electrical Insulation/Metal Jacket Plumbing $45/hr x 10 Electrical $70/hr x 10 Sub,Total Shannon 0 & P 15% Bond, Insurance,B840 Tax 3% Sales Tax 8.2% Sincerely; Shannon Ind ustriJ Contractors, inc. Andy Hamlet. President Sub -Total Total This Change $1,075.00 812.00 199.00 600.00 600.00 $450.00 700.00 $4,436.00 $665:00 153.00 $5,254.00 431.00 $5,685.00 Shannon Industrial Contractors, Inc. PO Box 3886 • 2301 E. Coeur d' Altne Ave. • Coeur d' Ake, lb 83816 Phone: 208-765-2403 • Fax: 208-765-8873 • Email: tndorial@ShanonCompaines.net April 30, 2012 Yakima WWI' 2220 E Viola Yakima, WA 98901 Attn: Dean -Smith RE: Yakima W.WIP—Struvite Recovery CPR -03 - Non Clog Pumps— Relays/Lifting Chain Dear Dean, Shannon Indiistriars cost to add Mibi -Cas relays and stainless steel lifting chain to the submersible non - Clog Flygt pump§ would be as follows: Mini- Cas 120 Relays 2 @ $350.00 each $700.00 Electrical Box Stainless Steel 300.00 Electrical Labor 4 hrs e $70/hr 280:00 Stainless Steel chain hardware & chain grip 169,00 Sub -Total $1,449.00 S1?annon 0 4 P .15% 2.17.00 Bond, InSurance, B&O Tax 3% '4100 Sales Tax 8.2% Sincerely, Shannon Industrial Contractors, Inc. 44 Andy Bander Prcident Sub -Total Total This Change $1709.00 140.00 $1,849.00 Shannon Industrial Contractors, Inc. PO Box 3886 131 E. PoplarAvs Cucur tr Alcnc. ID 83816 Phone: 2O8 -765 -?403 • Fax: 208-76S-8873 • Eruct& Intiustral@SIvontlaComp es:6cl June 6, 2012 Yakima WWTF 2220 E Viola Yakima, WA 98901 Attn: Dean Smith RE: Yakima W\VTF Struvite System CPR -04 4" Lines Dear Dean, Shannon Industrial's cost to provide the following items is itemized below. • Extend a 4" ductile iron line and a 4" cast iron line to the north side of the new isolation baffic.at the centrate tank. • Add a drain connection for the softener backwash, Labor 10 Hours @ $45/111 (Includes Per Diem) Material 0) 4" Ductile Iron 90° 75.00 (2) 4" Ductile Iron Field Flange 160.00 (5') 4" Duetile Iron Pipe 50,00 (2) 4" SS Boil & oosi<et Kit 60.00 (2) SS Hanger Assembly 50.00 (1) 4" Cast Iron 45° 12.00 (I) 4" Cast Iron 90" 12.00 (8') 4" Cast Iron Pipe 80.00 (4) 4" at Iron Band 36.00 (2) SS Hanger Assembly 50.00 (I) Softener Drain Items 50.00 Sincerely, Shatinnn Industrial.Contractors, Inc. Andy Haulier President $450.00 Material Total $635.00 Sub -Total $1,035.00 Shannon O&P 163.00 Bond, Insurance, B&O Tax 3%. 07,00 Suberotal $1,285.00 Sales Tax 8.2% 105.37 Total This Change $1,390.37 Shannon Industrial Contractors, Inc. PO Box 3886 • E PoplaAvc. • Coeur Cocurd Aiene, II) 83816 Phone: 248-765-2403 4 Pax: 208-765,8873 4 Email: imlustriali.11Sliammaeompaiks.rtel June 5, 2012 Yakima WWTF 2220 E Viola Yakima, WA 98901 Attn: Dean Smith RE: Yakima WWTF — Struvite Systeln CPR -05 Credit for.Paintfinstilation Dear Dean, If insulation and paint are not required -on the interior water piping, ,please deduct $1,970.00, Please call if you have any.questions. Sincerely, Shannon Industri 1 Contractors, Andy Hander President Shannon Industrial Contractors, Inc. PO Box 3886 1 131 E. Poplar Ave, 4 Coeur 3 Alene, HI 83816 Phone: 208-765-203 • Pax: 208-765-8873 • Email: IndustlialliSharmetiCampas.net June 5, 2012 Yakima 'WWTF 2220 .E Viola Yakima, WA 98901 Attn: Dean Smith RE: Yakima WWTF — Struvite System CPR -06 Chemical Tubing /PRVs ;Dear Dean, Shannon industries cost to change out the chemical tubing from 3/8" OD to 3/4" OD and to add (2) I" pressure -reducing valves to the Chemical system is as follows: Labor 20 Hours @:$50/Hr (Includes Per Diem & Travcl) Material & Fittings (2) .1".PRV's & Fittings Tubing, Adaptors, Strut Clamps & iniscellaneous fittings Sub -Total Shannon 0 & P 15% Bond, insurance, B&O Tax 3% Sales Tax 8.2% $1,000.00 190.00 $689.00 $1,879.00 282.00 65.00 Sub -Total $2,226.00 182.53 Total This Change $2,408.53 Please call if you haVe-any questions. Sincerely, Shannon InduStri I COntractors, Inc. Andy Hander President Shannon Industrial Contractors, Inc. PO Box 3886 o 131 E. Poplar Avc. • Cord Alene, ID 83816 Phone: 208-765-2403 to Fax: 208-765-8373 • Email: Industria1gShmonCompaoics.ncl June 6, 2012 Yakima WWTF 2220 E Viola Yakima, WA 98901 Attn: Dean Smith RE: Yakinia Struvite System CPR -07 Repair Electrical Circuits Dear Dean, The following is Shannon Industrial's cost to repair electrical circuits that were embedded in the concrete slab on grade. The circuits were damaged as they were approximately 5 to 6 inches below grade in line with the new anchors for the Sttuvite reactor supports and stair system. Labor 30 flours $70(1-1r $2,100.00 (Includes Per Diem) Material 320.00 Sub -Total $2,420.00 Shannon 0 & P 15% N/C Bond, Insurance, B&O Tax 3% 73.00 Sub -Total $2,493,00 Sales Tax 8.2% 204.43 Total This Change $2,697.43 Please call if you have any questions. Sincerely, Shannon lndustrial Contractors, Inc, Andy Hander President Shannon Industrial Contractors, Inc. PO Box 3886 • 131 E. Poplar Aye. 4 Coeur d' Alene, N 83816 Phone: 208-765-203 • Fax: 208.765.8873 o Email: bidusirialf011annonCompanies.net August 7, 2012 Yakima 'WWTF 2220 E Viola Yakima, WA 98901 Attn: Dean Smith RE: Yakima WWTF — Struvite System CPR -08 Top Hatch Closer Dear Dean, The following is,Shannon Industtiars cost to add (2)..closers on each reactor toplatch. Labor 8 Hours @ $45/Hr $360.00 Material 360.00 Sub -Total Shannon 0 & P 15% Bond, Instirance,.B&O Tax 3%. .Sub -Total Salc's Tax 8:2% Total This Change Please call if you have any questions. Sincerely, Shannon Industrial Contractors, Inc. L&/,7 Andy Hander President $720.00 108.00 22.00 5850.00 69.70 5919.70 DEPARTMENT OF COMMUNITY AND ECOO 1C DEVELOPMENT 129 North Second Street Yakima, Washington: 98901 Phone: (509) 575-6113 • Fax (509) 576-6792 Michael Morales, Director ADDENDUM NO. 1 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA For Yakima Regional Wastewater Treatment Plant Struvite System Implementation City Project No.: 2267 TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows ITEM 1. Revised Proposal Pages 11-16 shall be deleted from project and replaced with the attached revised proposal. ITEM 2. Detail Sheet New detail sheet "Pressure Gauge and Pressure Switch with Diaphragm Seal — M257" added to project documents. ITEM 3. Pipe Materials Clarification Plan sheets M2.2, M2.3, M2.4, M4.1, and M5.0 have been revised to clarify piping materials and to clarify the size of the flush water piping. Revised drawings are attached. ITEM 4. Instrument Device List New "Instrument / Device. List" added to project documents. Project No. 2267 / Addendum 1 Page 1 of 2 9/6/2011 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM 5. Questions and Responses Table of Bidder questions with clarifying responses. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: Dan Barbeau, P.E. r-- EXPIRES: 04-26-2012 10 END OF ADDENDUM NO. 1 SEPT ‘,Zoll Date Project No. 2267 / Addendum 1 Page 2 of 2 9/6/2011 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PROJECT NO. 2267 ADDENDUM 1 ITEM 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 To the dayC{e/k Yakima, This certifies that theundersigned has examined the location of: CITY OF2Y/VOIVIA YakitiW on01 te --- ~ tment Plant�^ Struvite,SystermImplenleritation City Project No. 2267, ~ —�n ���ep�nn. ~ embraced hn 6 nnon�andths'nnothpd�vwbith `a`nn - willwillnnadefor said vvork.imunderstood. The undrsignedhereby proposes to koand oonnp(etethe vvorkenmbnauedinthis innpnovennmnt.nraonmuohthereof ascan �a000np/etedwith the rnoneyavailable /naccordance with the said p|ane, specifications and mmrtract, and the following schedule of rates and prices. ` ~ Yakima Regional vvwTpStruvite System Implementation 11 ' ~ ARTICLE 1- BID RECIPIENT 1.01 Ti%„Bid is submitted to: City Clerk, of the City of Yakima 129 Nortel d Street Yakima, WA9901 1.02 The undersigned lidder proposes and agrees, if this Bid is accepted, to enter into an -- -- 4 __T.____, Agreement with Owier in the form included in the Bidding Documents to perform all Work as specified or inaicated in the Bidding Documents for the prices and within the times indicated in this Bid'and in accordance with the other terms and conditions of the Bidding Documents. , ARTICLE 2 - BIDDER'S ACKNOWLEDGEMEN1S, 2.01. Bidder accepts aII of the terms and conditions. of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may .agree to in writing -upon request-of,,Owner. .-. ARTICLE 3 - BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt - of which is hereby acknowledged. Addendum No. Addendum Date B. Bidder has visited the Site -_and become familiar -with and is satisfied as to the general, local and Site conditions -that may affect cost, progress, and performance of the Work. - C. -Bidder -is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or -relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities. E. Bidder has obtained and carefully studied (or accepts the consequences for not doing so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, Yakima Regional WWTP Struvite System Implementation 12 «S,x(t,� . ndt4N•.,pY';.tih" . .lyn{ii/iiq,;�,:',f•i"ix ;nlfi�c:� techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. K. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. ARTICLE 4 — FURTHER REPRESENTATIONS 4.01 Bidder further represents that: A. this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and D. Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. Yakima Regional WWTP Struvite System Implementation 13 ARTICLE 5 — BASIS OF BID 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price. The Lump Sum Base Bid will serve as the basis of selection: SUB TOTAL - Lump Sum Base Bid Price excluding tax: Words Numerals TAX @ 8.2% - Sales Tax Portion of Lump Sum Base Bid Price: Words Numerals TOTAL - Lump Sum Bid with Sales Tax: Words Numerals Additive Alternate A — Alternative system that meets the requirements in Section 0110_ - Summary of Work: • SUB TOTAL — Alternate A Price excluding tax: Words Numerals TAX 8.2% - Sales Tax Portion of Alternate A: Words Numerals TOTAL — Alternate A with Sales Tax: Words Numerals Yakima Regional WWTP Struvite System Implementation 14 ARTICLE 6 — TIME OF COMPLETION 6.01 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. ARTICLE 7 — ATTACHMENTS TO THIS BID 7.01 The following documents are attached to and made a condition of this Bid. A. Required Bid security in the form of B. List of Proposed Subcontractors C. List of Proposed Suppliers (bidder's form) D. List of Project References (bidder's form) E. Required Bidder Qualification Statement with Supporting Data (bidder's form) F Affidavit of Non -Collusion ARTICLE 8 — NOTES TO USER 8.01 NOT USED. ARTICLE 9 — DEFINED TERMS 9.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. Yakima Regional WWTP Struvite System Implementation 15 ARTICLE 10 — BID SUBMITTAL 10.01 THIS BID SUBMITTED BY: If Bidder is: An Individual Name (typed or pnnted). By: (SEAL) (Individual's signature) Doing business as. A Partnership Partnership Name: (SEAL) By: _ (Signature of general partner -- attach evidence of authority to sign) Name (typed or pnnted): A Corporation Corporation Name: (SEAL) State of Incorporation. Type (General Business, Professional, Service, Lumted Liability). By: (Signature -- attach evidence of authority to sign) Name (typed or pnnted): Title: Attest Date of Authorization to do business in Washington is / / Yakima Regional WWTP Struvite System Implementation 16 (CORPORATE SEAL) A Joint Venture Name of Joint Venture: First Joint Venturer Name: (SEAL) By: (Signature of first joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: Second Joint Venturer Name: (SEAL) By: (Signature of second point venture partner -- attach evidence of authority to sign) Name (typed or printed): Title. (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above ) Bidder's Business Address Phone No. Fax No. SUBMITTED on , 20 State Contractor License No. Yakima Regional WWTP Struvite System Implementation 17 PROJECT NO. 2267 ADDENDUM 1 ITEM 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PRESSURE GAUGE (MIN 4-1/2" DIA CALIBRATED IN APPLICABLE UNITS) OR PRESSURE SWITCH \ WITH SNUBBER SST DIAPHRAGM - SEAL INST /--- CONNECTION FOR OIL FILL (SEE NOTE 2) - 1/4" 304 SST NIPPLE - 1/4" SST BALL VALVE 1" 304 SST ECC PLUG VALVE - 1-1/4"X1" 300 LB 304 SST BUSHING 1-1/4" TAPPED CONN. -<1 1-1/4" TAPPED CONN - COAT WITH EPDXY OR COAL TAR ENAMEL NOTES: 1 PRESSURE SERVICE SADDLE FOR DUCTILE IRON AND PVC PIPE. 2. USE ANNULAR SEAL WHERE INDICATED. 3 SEE SPECIFICATIONS. SECTION 17108 FOR GAUGE OR SWITCH AND DIAPHRAGM SEAL. PRESSURE GAUGE AND PRESSURE SWITCH WITH DIAPHRAGM SEAL M257 NTS PHARNIER 'ENG INEERJN M-257 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PROJECT NO. 2267 ADDENDUM 1 ITEM 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PAGE REVISION LOG 10283 - City of Yakima * t PAGE # PAGE DESCRIPTION PAGE REVISION DATE REV. # COVER SHEET, MAP & INDEX , _ BID SET 8/3/11 F G0.1 GENERAL LEGEND BID SET 8/3/11 F G0.2 PIPE & VALVE SCHEDULE BID SET 8/3/11 F G0.3 GENERAL NOTES BID SET 8/3/11 F G0.4 GENERAL ABBREVIATIONS BID SET 8/3/11 F S0.01 GENERAL STRUCTURAL NOTES BID SET 8/3/11 F S1.0 SOLIDS HAND BLDG LAYOUT BID SET 8/3/11 F 51.1 SOLIDS HAND BLDG LAYOUT BID SET 8/3/11 F S1.2 SOLIDS HAND BLDG LAYOUT BID SET 8/3/11 F S1.3 SOLIDS HAND BLDG LAYOUT BID SET 8/3/11 F SD1.0 STRUVITE REACTOR DEAILS BID SET 8/3/11 F SD1.1 STRUVITE REACTOR DEAILS BID SET 8/3/11 F SD1.2 STRUVITE REACTOR DEAILS BID SET 8/3/11 F SE1.0 STRUVITE REACTOR STAIR ELEV. BID SET 8/3/11 F SE1.1 STRUVITE REACTOR STAIR ELEV. BID SET 8/3/11 F M1.0 EXIST CONDITION MAIN FLOOR PLAN BID SET 8/3/11 F M1.1 CONDITIONS BSMT FLOOR PLAN BID SET 8/3/11 F • M1.2A DEMO/RELOCATION PLAN BID SET 8/3/11 F M1.2B DEMO/RELOCATION PLAN BID SET 8/3/11 F M2.0 PERSPECTIVE VIEW BID SET 8/3/11 F _.,. M2.1 ..-:M2.2..-.. M2.5 LAYOUT OVERALL PLAN .... :. .......KLAN..,:.- . .,, CTIONS n . � �- _ F ` .. SECTIONS Y_ SECTIONS BID SET - _ ADDENDU.M; ,.:.:;,ADNDIJ:NI.:#1`�-:-.,:�.;�:'=�:`.�':,'�s - DE , _,•, UM.# BID SET 8/3/11 8/3/11 F F M3.0 CHEMICAL PLAN BID SET 8/3/11 F M3.1 CHEMICAL SECTIONS BID SET 8/3/11 F M3.2 CHEMICAL SECTIONS/DETAILS BID SET 8/3/11 F M3.3 CHEMICAL PUMP RACK/DETAILS BID SET 8/3/11 F M4.0 :M4.1-.. MD1.0 SEPARATOR PLAN , .-:;SEPARATOR,SECTIONS.; SMALL DIAM UTILITY` PIPE, PLAN; REACTOR DETAILS BID SET ADD'ENDO'IVh#1:.',='_=.�_'',;� -�- i _ : ADDENDUM -#1 BID SET 8/3/11 �9 6J1I--;="Fr�>� {t 8/3/11 F F MD1.1 MECHANICAL DETAILS BID SET 8/3/11 F MD1.2 MECHANICAL DETAILS BID SET 8/3/11 F MD1.3 MECHANICAL DETAILS BID SET 8/3/11 F E0.1 ELECT DWGS SYMBOL SCHEDULE BID SET 8/3/11 F E1.0 EXIST ELECT MAIN FLOOR PLAN BID SET 8/3/11 F E2.0 MODIFIED ELECT MAIN FLOOR PLAN BID SET 8/3/11 F E2.1 CHEMICAL AREA ELECT PLAN BID SET 8/3/11 F E3.0 EXISTING MCC SHBA BID SET 8/3/11 F E3.1 CHEMICAL AREA ELECTRICAL PLAN BID SET 8/3/11 F E3.2 STARTER PANEL SVTSP ELEV BID SET 8/3/11 F E4.0 MCC-SHBA UNIT INFORMATION BID SET 8/3/11 F E4.1 EXIST/REVISED CIRCUIT SCHEDULES BID SET 8/3/11 F E5.0 ONE LINE DIAGRAMS BID SET 8/3/11 F E5.1 ELECTRICAL WIRING DIAGRAM BID SET 8/3/11 F 1 E6.0 CONTROL PANEL ELEVATIONS BID SET 8/3/11 F rage 1 9/6/2011 PAGE REVISION LOG 10283 - City of Yakima 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 2 9/6/2011 1 E6.1 CONTROL PANEL EWD BID SET 8/3/11 F E6.2 CONTROL PANEL EWD BID SET 8/3/11 F E6.3 CONTROL PANEL EWD BID SET 8/3/11 F E6.4 CONTROL PANEL EWD BID SET 8/3/11 F 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 2 9/6/2011 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 , 9/6/2011 11:33 CO PM, MOGI, PDF pcl G F D c A 16 LECTRIC ROOM 4 4 4 4 ' 3 12 1 11 13 9 1 , I r! L ---1 _.r .___________f...,4....: . . - . I NOTE: REACTOR CONE AND 'INNER SUPPORTS NOT SHOWN ' FOR PIPING CLARITY BELOW GENERAL NOTES: SOFTENER — P-30-300 1. ALL 90DEG ELBOWS TO BE LONG RADIUS SWEEP TYPE. TYPICAL ALL PROCESS PIPING. 2. DISASSEMBLY UNIONS WILL BE PLACED AT EACH TURN, TRANSITION AND STRAIGHT RUN LENGTH OF PIPE NOT TO EXCEED 10GENERALLY LOCATED FOR EASY DISASSEMBLY SPEARS UNION 2000 OR EQUAL. PLAN CHEMICAL FEED PUMP RACK 4" TANK Me •VERFLOW/DRAIN, 1 I I 7 SEE M3.0 11 ommil: ......... NEEP1131.111.,... Nona, gafi..a.valtamilli 1 c v v 7 L , 4 3 2 4" PVC2 VENT PIING, _CONNEOXI_O_RELOCATED 'ODOR -FIRING - RELOCATED PIPE AND EQUIPMENT, SEE M1.2b - - - - PVC2 VENT " PVd VENT PIPING 4" V100 VALVE HT GLASS N REACTOR SSELS I 6"-SS2 OVERFLOW REACTOR I 8" OVERFLOW TO MANHOLE CONNECTION AT FLOOR, VERIFY CONNECTION TO SUMP STRUVITE SEPARATOR PUMP P-50-300 STRUVITE SEPARATOR 5-50-400 1/2,1,0" 0 1' 2' M2 5 2" LVL ELEMENT, TYP 2 PER REACTOR G T-20-200 I C:1 EINIMINIM ES MIM1111•11111•11 . MIIIIIIIMIlMillna I'-',E=1111.1111111M1= '1=MU 1111111•.°111•1•1111111 - Mal= AMU= Mini= , 1 Eil. , .s, 4_I_ I 41= __ iiBYPASS ii 47' _ __ ____,„___,_ - - )- - 1E EXS- PLATFORM 6' ABOVE FINISH FLOOR I,._ PLATFORM ACCEJS FROM EXST SEE STRUCT CONNECT PIPE TO WALL WITH FABRICATED SST FLANGE, SEE SECTION INSERTION ,41 CHEMICAL SEE .----- m201 11 08 tr,m27.3 ' =I= f- GENF:RIF-0'SE! 1 -111-11_ -111 .1,c75- 1- --r Li- L H -i ,:v I I II I I -111 • , _ JP, _ { = 11 I I I it 1 1 - - - - - 11 - - ‘,. POINT, AgimD,2 2 mioo SEE GENERAL NOTE 1, TYP ALL PIPE SUPPORT, SEE IVIN3 MD1.2 4 V-400, TYP 2 314 RED, TYP.2 13vIETR , TYP.2 ACcEZS FOR SA L1ETAPS SAMPLE TAPS, ABOVE AND BELOW, SEE".4-‘10 MD1.2 - ! UM BELOW 1 1 : MD1.2 PCLYMEfI— FEED PUip DISASSEMBLY UNION TO MATCH PIPE SIZE, LOCATE FOR CONVIENENT DISASSEMBLY, SPEARS UNION 2000 OR EQUAL TYP ALL PRESSU E SE 3" PVC 111 PAR 1.1 ORT, SEE AG S, 20 MCN .2 10" BELOW -4. SST ISOLATION BAFFLE WALL BELOW, SEE 1 MD1.1 I I L DASHED PIPING UNDER MAIN FLOOR SLAB, TYP ALL 1 -=11111111 • 411111, PH/LEVEL S EQUIPMENT LOCATION $ LOCATE) _ _ 1161M S E Duct NAR-THR 3" DISASS ILY UNION, SPEARS UNION 2000 OR EQUAL 1 A M2.3 FEED 1 PUMP #1 1 writ. . ig i 1114.1. efi .4,44 Immliiiignaimitt+.414, It It4 PAI 11,10„ e4141 Kt Ilillrel".4.4 " di PgfiNt. .1 ja;441...4. .011 44 111 CUT HATCH FOR PIP PASSING, MAINTAIN HATC.000R.SIMS4GJ INTEGRIT M2.4 POLYMER FEED PUMP 16 PRO WNFIL M2 I =ADSRPILRLRYOR DAVIT pRANE FEED I P-10-120 I 2.4' 5 I O POLYMER AGING TANK No. 1 L ! !, — T vrri , I 1. — 1 L _ _ NO! -E. • EXIST! - EQUIPMENT -AND -RPM, SHOVVN. FIELD VERIFY ALL. 15 14 13 12 11 10 9 8 DESCRIPTION NUM DRWN BY CHK'D BY DATE BID SET JRH DSB 8-3-2011 ADDENDUM 4 1 JRH DSB 9-6-11 ATTENTION: 0 1/2 1 IF THIS BAR DOES NOT MEASURE 1" @ 22x34 or Y2" © 1107, THEN DRAWING IS NOT TO SCALE. SCALE ACCORDINGLY 1::rPHARNIER i ENGINEERING 6 DESIGNED: 5 4 3 2 N G F D 13 A DSB DRAWN: JRH CHECKED: APPROVED: PROJECT DATE: Aug. 2011 City of Yakima Struvite System Implementation PROJECT NO. 10283 SCALE: AS NOTED Yakima, Washington SOLIDS HANDLING BUILDING STRUVITE PLAN DRAWING NUMBER M2.2 REV .0.1a:norRADWO _E:L -- —,- _ ---1- — _I 4 —I - GENF:RIF-0'SE! 1 -111-11_ -111 .1,c75- 1- --r Li- L H -i ,:v I I II I I -111 • , _ JP, _ { = 11 I I I it 1 1 - - - - - 11 - - ‘,. POINT, AgimD,2 2 mioo SEE GENERAL NOTE 1, TYP ALL PIPE SUPPORT, SEE IVIN3 MD1.2 4 V-400, TYP 2 314 RED, TYP.2 13vIETR , TYP.2 ACcEZS FOR SA L1ETAPS SAMPLE TAPS, ABOVE AND BELOW, SEE".4-‘10 MD1.2 - ! UM BELOW 1 1 : MD1.2 PCLYMEfI— FEED PUip DISASSEMBLY UNION TO MATCH PIPE SIZE, LOCATE FOR CONVIENENT DISASSEMBLY, SPEARS UNION 2000 OR EQUAL TYP ALL PRESSU E SE 3" PVC 111 PAR 1.1 ORT, SEE AG S, 20 MCN .2 10" BELOW -4. SST ISOLATION BAFFLE WALL BELOW, SEE 1 MD1.1 I I L DASHED PIPING UNDER MAIN FLOOR SLAB, TYP ALL 1 -=11111111 • 411111, PH/LEVEL S EQUIPMENT LOCATION $ LOCATE) _ _ 1161M S E Duct NAR-THR 3" DISASS ILY UNION, SPEARS UNION 2000 OR EQUAL 1 A M2.3 FEED 1 PUMP #1 1 writ. . ig i 1114.1. efi .4,44 Immliiiignaimitt+.414, It It4 PAI 11,10„ e4141 Kt Ilillrel".4.4 " di PgfiNt. .1 ja;441...4. .011 44 111 CUT HATCH FOR PIP PASSING, MAINTAIN HATC.000R.SIMS4GJ INTEGRIT M2.4 POLYMER FEED PUMP 16 PRO WNFIL M2 I =ADSRPILRLRYOR DAVIT pRANE FEED I P-10-120 I 2.4' 5 I O POLYMER AGING TANK No. 1 L ! !, — T vrri , I 1. — 1 L _ _ NO! -E. • EXIST! - EQUIPMENT -AND -RPM, SHOVVN. FIELD VERIFY ALL. 15 14 13 12 11 10 9 8 DESCRIPTION NUM DRWN BY CHK'D BY DATE BID SET JRH DSB 8-3-2011 ADDENDUM 4 1 JRH DSB 9-6-11 ATTENTION: 0 1/2 1 IF THIS BAR DOES NOT MEASURE 1" @ 22x34 or Y2" © 1107, THEN DRAWING IS NOT TO SCALE. SCALE ACCORDINGLY 1::rPHARNIER i ENGINEERING 6 DESIGNED: 5 4 3 2 N G F D 13 A DSB DRAWN: JRH CHECKED: APPROVED: PROJECT DATE: Aug. 2011 City of Yakima Struvite System Implementation PROJECT NO. 10283 SCALE: AS NOTED Yakima, Washington SOLIDS HANDLING BUILDING STRUVITE PLAN DRAWING NUMBER M2.2 REV .0.1a:norRADWO FILEwwP G E D C B A 3" HIGH PRESSURE HOSE. TRUE 3" INSIDE DIAMETER THROUGHOUT NO BARBED FITTINGS TYP 2 PIPE SUPPORT, SEE 110-14 MD1.2 3" PVC2 1 i" CS5 SEE PLAN M5.0 CORE DRILL AND SEAL AT DECK — GALV a"" L Z_ NO.2 22561 SPRAYING LIFTING CHAIN, SYSTEMS FROTH SPRAY TYP 2 NOZZLES • SSTISOLATI BAFFLE WALL,ON 1I EXISTING WET WELL 2" TO 3" REDUCER TYP FEED FEED PUMP #2 PUMP #1 P-10-110 SEE = MDQ SECTION A 1/2"=1'-0" 0 1' 2' DISASSEMBLY TRUE UNION OR VAN STONE FLANGE TO MATCH PIPE SIZE, LOCATE FOR CONVIENENT DISASSEMBLY, SPEARS UNION 2000 OR EQUAL TYP ALL 4 V-401, TYP 2 3x4 RED TYP.2 3 MAG METER, FE 0-1 1 REACTORS, TYP 2, SEE STRUCT DWG 3' PVC2 3" PVC SOC X THRD COUPLING 3" PVC THRD CAP W/ 2.5" DRILLED ORIFICE �-. _ --- -- -- 4 3x4 RED BUSHING 3" FERNCO – COUPLING T PLAIN END SST, TYP 1 REACTOR PER REACTOR VESSEL #2 4' PVC2 PPORT 6" PE 3" PVC SOC X THRD COUPLING 3" PVC THRD CAP W/ 2.5" DRILLED ORIFICE _ Tr REACTOR VESSEL #1 T-20-200 T-20-100 45" EL 11.25° EL 6X8 RED 8X6 RED TEE 45° EL 11.25° EL RSR ARV, TYP 2, SEM' O MD1.2 6"-SS2 OVERFLOW 4" PVC2 VENT TO ODOR PIPING, SUPPORT PIPE BY COLUMN SIGHT GLASS ON REACTOR VESSEL, TYP 4 EA. VESSLE /11111111111.1111P1311111111111111 4" PVC2 VENT TO ODOR PIPING, SUPPORT PIPE BY PLATFORM PROVIDE EXTRA PIPE SEE NOTE SEE NOTE #1 EXTRA PIPE SPOOLS PIPE SUPPORT, SEE M3 MD1.2 SAMPLE TAPS, ABOVE AND 9ELbV�1 tEN1200 MD1.2 CHEMICAL INSERTION POINT, SEE SECTION 0 1' 2' EXISTING 8" CONNECT TO 8" OVERFLOW 8" OVERFLOW TO MANHOLE CONNECTION AT FLOOR, VERIFY CONNECTION TO SUMP DRAIN PIPE, VIF EXISTING 10" DRAIN PIPE, VIF B EXISTING 8" DRAIN PIPE, VIF NOTE. 1 PROVIDE A COMPLETE SET OF SPARE SPOOL PIECES AND FITTINGS FOR EACH REACTOR FEED PIPE SET 5 14 13 12 13 6 0 3 F D C 8 A REV NUM DESCRIPTION DRWN BY CHK'D BY DATE BID SET ADDENDUM # 1 JRH JRH DSB DSB 8.3-2011 96-11 ATTENTION: 0 1/2 1 IF THIS BAR DOES NOT MEASURE 1"@ 22x34 or 14" @11x17, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING DESIGNED: DSB DRAWN. JRH CHECKED APPROVED: PROJECT DATE: Auq. 2011 City of Yakima Struvite System Implementation Yakima, Washington PROJECT NO, 10283 SCALE: NTS SOLIDS HANDLING BUILDING STRUVITE SECTIONS -DRAWING NUMBER M2.3 REV G MFP"m"RACMG .1 IOIVJRG Mq, 9/(f1011 1 FILENAME H G F D C 6 A 13 12 11 10 PIPE SUPPORT, SEE M264 MD1.2 L EXISTING POLYMER PUMP PIPING, PARTIALLY SHOWN FOR CLARITY PIPE SUPPORT, SEE M263 MD1.2 DISASSEMBLY UNION TO MATCH PIPE SIZE, LOCATE FOR CONVIENENT DISASSEMBLY, SPEARS UNION 2000 OR EQUAL TYP ALL 3" SCH80 PVC C EXISTING POLYMER PUMP PIPING, \PARTIALLY SHOWN FOR CLARITY orEXISTING 'U POLYMER PUMP SST ISOLATION BAFFLE WALL, SEE MD1.1 EXISTING PIPE, FIELD VERIFY ALL EXISTING WET WELL SECTION TTSQ 1 n"=1 -o• 0 1' 2' FEED PUMP #2 IP-10-120 C M2.2 -1_ 1 i" CS5 SEE PLAN M5.0 CORE DRILL AND SEAL AT DECK 0 0 0 0 0 0 0 0 0 0 EXISTING MANWAY, V..F aEXISTING PIPE 10"-552 CENTRIFI DISCHARGE EXTENSION INTO SUMP 2- NO.2 22561 SPRAYING SYSTEMS FROTH SPRAY NOZZLES PIPE SUPPORT SEE273 .—. MD1.2 • SST ISOLATION � BAFFLE WALL, • SEE 1 MDI 1 EXISTING PIPE SECTION TSQ 0 1' 2' D M2.2 PLAN NOTES: O 1. CONNECT TO EXISTING WALL SPOOL OF CENTRIFUGE DISCHARGE, VERIFY FIELD CONDITION, FABRICATED OVERSIZED FLANGE W1 EPDXY ANCHOR BOLTS INTO EXST CONCRETE MAY BE NECESSARY 16 5 34 13 12 11 '10 6 5 3 2 1 REV NUM DESCRIPTION DRWN BY CHICO BY DATE BID SET G ADDENDUM 8 1 JRH JRH DSB DSB 8-3-2011 9-6-11 ATTENTION: 0 1/2 1 IF THIS BAR DOES NOT MEASURE 1"@ 22x34 or Ya' @ 1107, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY 113,11-7 PHARMER Fi ENGINEERING DESIGNED: DSB DRAWN: JRH CHECKED: APPROVED: PROJECT DATE: Aug. 2011 City of Yakima Struvite System Implementation Yakima, Washington PROJECT NO. 1 0283 SCALE. AS NOTED SOLIDS HANDLING BUILDING STRUVITE SECTIONS DRAWING NUMBER M2.4 REV G ALENA.ME. H G 0 E D C A REV NUM 16 15 14 3 12 10 9 1 6"-552 SEPARATOR DRAIN, SUPPORT WITH M264 MD1.1 —3 —2 1" DIAP VALVE GM 200 1" PVC E TING PIPE, SUPPORT ALONG STAIR FRAME, AND SEEM m264 4 MD1 1 —3 GUIDE AND SUPPORT 1" PVC HARVESTING PIPE FROM STAIR FRAME 78" EXPANSION JNT BY MANUFACTURER STRUVITE SEPARATOR P-50-400 6" DIA PRODUCT CHUTE 1"0 EPDXY ANCHOR BLTS, TYP 6 # 4 VERT 74 RING 12" O.C. 36"0 CONCRETE SEPARATOR SUPPORT SEPARATOR FEED PUMP I P-50-300 SECTION A 1!2"=1'-0" 0 1' 2' STRUVITE SEPARATOR PALLET 1.5'01" RED HARVESTING PORTS, 1" V-201 MPT EACH PORT, TYP 1" FLEX SST BRAIDED HOSE (TRUE 1" INSIDE DIAMETER THROUGHOUT, NO BARBED FITTINGS) 1•V-201 18" PIPE SUPP SEE M263 MD1.2 CAPPED SECTION (TYP.2) B 314"'"1'-0" 0 3' 4' 16 .6 14 1 13 12 11 10 9 6 5 SEE DWG M2.6- DESCRIPTION DRWN BY CHK'D BY DATE BID SET JRH DSB 8-3-2011 G ADDENDUM # 1 JRH DSB 9-6-11 xr b•v.•awpnG ATTENTION: 0 112 1 IF THIS BAR DOES NOT MEASURE 1"@ 22034 or y" @ 11017, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY T, PHARMER ENGINEERING DESIGNED: DSB DRAWN: JRH CHECKED: APPROVED: PROJECT DATE. Aug. 2011 4 3 1 2 City of Yakima Struvite System Implementation Yakima, Washington PROJECT NO. 1 0283 SCALE: AS NOTED SOLIDS HANDLING BUILDING STRUVITE SEPARATOR SECTIONS H G F E D C B A DRAWING NUMBER w M4.1 REV G f0.EtirME. l 16 1 G F C NOTE. 1. ALL UTILITY WATER SHALL BE TYPE CS5 14 EYE WASH SHOWER STATIONS '2 0 AGN:. UM CHL f E TAN 10 9 ?� 1 RELOCATED ODOR 1-J it l .SCRUBBER 1 I L__ L- — 5 I q 2 NOTES: 1. PAINT 'C2' TO MATCH EXISTING AND INSULATE WITH CLOSED CELL FOAM TO MATCH EXISTING. 2. PAINT AIR LINE TO MATCH EXISTING. 3. INSULATE AND SHEATH "C1" WATER TO MATCH EXISTING (MATCH COLOR) 4. LABEL ALL PIPING TO MATCH EXISTING. I i CONNECTIONS DOWN YO WATER PA REACT R VESSEL CENTRIF UG POLYMER FEED PUMP POLYMER AGING TANK Nc. 1 r CONNECTION TO HOSE BIBS MOUNTED ON THE REACTOR SUPPORTED AT OPERATOR LEVEL _ 1:5' �S I "EEG 1 MPIr11 ,)DUCT ALLET CS5 (SEE NOTE 1) L PI IMP *0 D' -CONNECT TO' C2" WATER LINE ON HORIZONTAL RUN DOWNSTREAM OF STRAINER (.6' ABOVE F.F.) �itrlllllllNllallllllGillttslllrnil�1411� {uIIIIIN► i11►�I► lhi@11i liglimmi PLAN 3316'=1'-0' fn 0 0 3' 16' 6 5 4 13 12 10 5 3 J H G F E D C a A REV NUM DESCRIPTION DRWN BY CHK'D BY DATE BID SET ADDENDUM # 1 JRH JRH DSB DSB 6-3-2011 9411 ATTENTION: 0 1/2 1 IF THIS BAR DOES NOT MEASURE 1' 0 22x34 or 011x17. THEN DRAWING I5 NOT TO SCALE - SCALE ACCORDINGLY IT;PHARMER ENGINEERING I.yc7>JiURIR.f/� DESIGNED: DSB DRAWN: JRH CHECKED APPROVED: PROJECT DATE: Aug. 2011 City of Yakima Struvite System Implementation Yakima, Washington PROJECT NO. 10283 SCALE. AS NOTED SOLIDS HANDLING BUILDING SMALL DIAMETER UTILITY PIPE PLAN DRAWING NUMBER M5.V REV pen owmsR,Owa 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PROJECT NO. 2267 ADDENDUM 1 ITEM 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Regional WWTP - Struvite System Implementation Instrument / Device List - September 2, 2011 (instruments and devices include but are not limited to the following) Tag ID Description LE -40-101 Caustic Tank Level • -- Caustic Tank Level Analog Display PIT -20-101 Struvite Reactor No. 1 Level PIT -20-201 Struvite Reactor No. 2 Level AE -20-102 Struvite Reactor No. 1 pH AE -20-202 Struvite Reactor No. 2 pH -- Struvite Reactors pH Transmitter/Display AE -10-102 Struvite Wet Well pH -- Struvite Wet Well pH Transmitter/Display FE -10-111 Struvite Reactor No. 1 Flow Meter (Feed Pump) FE -10-121 Struvite Reactor No. 1 Flow Meter (Feed Pump) LT -10-101 Struvite Sump Reactive Bell (Bubbler) Level -- Struvite Sump Reactive Bell (Bubbler) Level Transmitter/Display T -20-100-V600 Struvite Reactor No. 1 Feed Valve and Positioner T -20=200-V600 Struvite Reactor No. 2 Feed Valve and Positioner T -50-100-V-202 Reactor 1 Harvest Line Motorized Valve V202 T -50-101-V-203 Reactor 1 Havest Line Solenoid Valve T -50-102-V-203 Reactor 1 Havest Line Solenoid Valve T -50-200-V-202 Reactor 2 Harvest Line Motorized Valve V202 T -50-201-V-203 Reactor 2 Havest Line Solenoid Valve T -50-202-V-203 Reactor 2 Havest Line Solenoid Valve FE -30-111 Reactor 1 NaOH Dilution Water Rotameter FE -30-211 Reactor 2 NaOH Dilution Water Rotameter FE -30-121 Reactor 1 MgCl2 Dilution Water Rotameter FE -30-221 Reactor 2 MgC12 Dilution Water Rotameter FE -30-113A Reactor 1 NaOH Feed #1 Rotameter FE -30-113B Reactor 1 NaOH Feed #2 Rotameter FE -30-113C Reactor 1 NaOH Feed #3 Rotameter FE -30-123A Reactor 1 MgCl2 Feed #1 Rotameter FE -30-123B Reactor 1 MgCl2 Feed #2 Rotameter FE -30-123C Reactor 1 MgCl2 Feed #3 Rotameter FE -30-213A Reactor 2 NaOH Feed #1 Rotameter FE -30-213B Reactor 2 NaOH Feed #2 Rotameter FE -30-213C Reactor 2 NaOH Feed #3 Rotameter FE -30-223A Reactor 2 MgCl2 Feed #1 Rotameter FE -30-223B Reactor 2 MgCl2 Feed #2 Rotameter FE -30-223C Reactor 2 MgCl2 Feed #3 Rotameter FE -50-101 Reactor 1 Harvesting Line #1 Rotameter FE -50-102 Reactor 1 Harvesting Line #2 Rotameter FE -50-201 Reactor 2 Harvesting Line #1 Rotameter - FE -50-202 Reactor 2 Harvesting Line #2 Rotameter PROJECT NO. 2267 ADDENDUM 1 ITEM5 111111 111111 MR I r NM all 1 r NE — 1 MN 111111 N NM M 1 Yakima Regional WWTP Struvite Implementation System Bidder Questions Current as of 9/6/2011 Date No. Question Response 8/23/2011 1 Correction for ControlFreek ControlFreek inc, Adam Snyder, 509-290-6500. 8/25/2011 2 Are ABS pumps an acceptable "or -equal" for 11148.2.08 plant staff will consider the ABS pumps if the offer a 5 year parts and labor warranty. 8/31/2011 3 Page 14 - General Conditions Delete Items H through K on the Bid Form, Page 14 of the General Conditions 8/31/2011 4 Page 31- General Conditions Delete Item F from the Bidder's Checklist. Item F refers to a MBE/WBE form that was not included in General Conditions 8/31/2011 5 On plan sheet M2.2 there is a 4" Check valve that is called out as V-400 in the 4" PVC Lines going to the Struvite reactors from feed pumps 1 & 2. On sheet M2.3 the same check valve is called out as a V-401. Which valve designation is correct? Supply and install a V-400 ball check 8/31/2011 6 Is there any P & ID drawings for the Struvite system project? It would be nice to make sure that we catch all the instruments and valves required for this job. No P&IDs are published for this design to protect intellectual property and know-how 8/31/2011 7 On Plan sheet M4.1 Section A show a V-1200 Diaphram valve by the 1" PVC line, but it is not in a pipeline. What is the diaphragm valve for? Diaphram valve location is incorrect on the drawing. It is to be placed at on the 1" slurry line as the line enters the product separator. 9/1/2011 8 On plan sheet MD1.0 the detail for the Pressure Transducer on the bottom of the reactor units is shown as a 2" connection but on plan sheet MD1.3 detail M455 it is shown as a 3" flanged connection with a 3" ball valve. Please verify which dimension we are to use for our bid. Use a 3" connection and V-201 valve 9/1/2011 9 On plan sheet M5.0 there is a C2 line running to the reactors and hose bibbs called out as a 1.5" C5 water line. Is the line going to the reactors 1- 1/2"? It shows 2" line drops at the reactors so where does it change from 1-1/2" to 2"? Or should the tie-in be 2" to the existing line Also there is a line with a V201 1" Ball valve shown near the feed pumps. What is this line for and what is it connecting to? Is there a drop off the 1-1/2" C5 line down to the feed pump area? Let me know how to proceed. Run C2 water as 1.5" to hose bibbs and to harvest flush as shown on C/M3 1. The water at the feed pumps is shown also on D7M2.4. The ball vavle above the feed pumps isolates for the froth spray nozzles. - Yakima WWTP - Struvite Bidding Questions (9-6-11) Page 1 of 4 9/6/2011 Yakima Regional WWTP Struvite Implementation System Bidder Questions Current as of 9/6/2011 Date No. Question Response 9/2/2011 10 Spec sections 11200 and 11210 both contain a short section on tank accessories that includes expansion joints for tank connections. But it isn't clear to me if you intend these expansion joints to be provided by the tank manufacturer or by the contractor. Can you clarify who provides these? Accessories noted !specifications are expected to come from the supplier to ensure they are endorsed by the supplier. 9/2/2011 11 There seems to be some conflict between the expansion joints for the tanks mentioned above and the specifications. Drawing M3.2 shows flexmaster expansion joints on the 4" overflow of both tanks while the specs call for flexmaster on the magnesium chloride tank and braided s/s on the caustic tank. Which is correct? The same drawing also shows the 3" fill lines on both tanks connecting with a 3" expansion joint with no mention of type. Are the specs correct for these two expansion joints? Follow the specification, flexmaster on the magnesium chloride and braided on the caustic. 9/2/2011 12 Drawing M2.2 shows the 4" check valves on the feed pump lines to the reactors to be valve type V-400 but drawing M2.3 shows these same valves as type V-401. Which is correct? Question was addressed on Wednesday. Provide and install the ball check valve (V-400) for the pump discharge 9/2/2011 13 I can't seem to locate a specification and/or manufacturer for the reactor vessels. Did I miss this in the specifications or do you intend the structural drawings to be sufficient? Reactors are fabricated items in accordance with the drawings and specifications. There is not a specification on the reactors themselves. The CONTRACTOR shall provide submittal drawing of the reactor which can be organized under 05500 - Metal Fabrications. Yakima WWTP - Struvite Bidding Questions (9-6-11) Page 2 of 4 ® ® I® ® ® ® Mil ® ® ® ® 9/6/2011 INN M i I IIIA MN M » — IIIIIIII>• — I>• MI 1111111 liiiii/ MIN — IIS NNE Yakima Regional WWTP Struvite Implementation System Bidder Questions Current as of 9/6/2011 Date No. Question Response 9/2/2011 14 Also regarding the reactor vessels, there is a reducer at the bottom of the vessels. If the reactor vessel is a manufactured product, is the reducer provided by the vessel manufacturer? If not, please explain what is happening at the connection of the reducer and vessel. Drawing MD1.0 in the detail of this fitting calls out an 18" flange connecting to the reactor but also shows the reducer size as 20" x 4". Drawing SD1.0 shows what appears to be a flange on the vessel and gives a measurement of 1'-7" on what appears to be the inside of the flange. This measurement does not correspond to either an 18" or 20" flange. Please clarify exactly what is needed here. The reactors are fabricated. Change the 1/MD1.0 callout to 20" flange and change the reducer to 4"x19" reducer The fabricated reducer shall mate with the reactor. The specific sizing can be addressed at the time of shop drawing development. 9/2/2011 15 Can you confirm the pipe group for the 10" centrifuge discharge extension? It appears to be SS2. SS2 9/2/2011 16 Can you confirm the pipe group for the 6" separator drain from the struvite separator? This also appears to be SS2 SS2 9/2/2011 17 Drawing M2.3, note 1 requires a spare set of spool pieces and fittings but does not mention valves. Please clarify if the spare materials will include any valves. Valves are not included included in the spare pipe spools 9/2/2011 18 Specification section 15251 includes a spec for service saddles that have ductile iron bodies with steel straps. But drawing MD1.2 detail M100 lists a Ford service saddle for the air release valves that is made of brass. Which saddle should be used for the air valves? DETAIL CHANGE MD1.2 Detail 100: Use ductile iron body, stainless steel straps. Install 304 stainless steel nipples, stainles steel isolation ball valve and air release valve as specified in V800. 9/2/2011 19 This same detail M100 for air valves shows PVC nipples and a PVC ball valve for isolation. is this air valve supposed to be V-800 on the valve schedule? If so, the valve schedule says that the nipples and isolation valve are to be stainless steel. Please advise if this valve is V-800 and the material desired for the isolation valve and nipples. DETAIL CHANGE MD1.2 Detail 100: Use ductile iron body, stainless steel straps. Install 304 stainless steel nipples, stainles steel isolation ball valve and air release valve as specified in V800 Yakima WWTP - Struvite Bidding Questions (9-6-11) Page 3 of 4 9/6/2011 Yakima Regional WWTP.; Struvite Implementation System Bidder Questions Current as of 9/6/2011 Date No. Question Response 9/2/2011 20 Drawing M2.2 makes reference to detail M203 for pressure gauges on the 3" discharge lines from feed pumps 1 and 2. But I can't locate this detail number or any other detail on pressure gauge installation on the drawings - please advise. Use detail M257 attached to this email. It is a pressure gauge with a'diaphram seal and stainless steel nipples and isolation valves. 9/2/2011 21 Drawing M3.0 shows the fill line to the magnesium chloride tank to be PVC2 while the line to the caustic tank is carbon steel (CS3). But if I look at the detail for the fill station on M3.2 referenced for both tanks it says the material is CS3 and calls out the ball valve as V-201 which is stainless steel. Please confirm if both fill stations are to be per the detail and if so, where the transition to PVC pipe occurs on the line for the magnesium chloride tank. For the magnesium chloride fill station, provide and install with PVC piping and V-400 ball valve. The caustic tank can use the detail as shown. , 9/2/2011 22 Drawing M2.2 general notes 1 and 2. Do both of these notes apply to all the piping on the project? I'm not sure how you are defining 'process' piping for the long sweep 90's. The disassembly unions are clearly shown on the 3"/4" feed lines to the reactors but do not seem to be drawn for any other lines. Please advise. Notes 1 and 2 can be limited to reactor feed piping and the harvest slurry line piping. 9/2/2011 23 Drawing M1.2b shows some new 4" drain piping but I can't seem to determine what type of pipe you want here — please advise. Standard ABS plastic is fine for drain piping. 9/2/2011 24 Is State of Washington sales tax required Yes Taxes need to be listed separately on the revised bid form 9/2/2011 25 Is builder's risk insurance required Yes. It is described in Section 1-07.18 of the Special Provisions 9/6/2011 26 Substitution Request: Specification Section 15400.2.01- Emergency Shower from Acorn. Mixing Valve from Leonard. Alternate supplier is acceptable. Specification requirements remain. Yakima WWTP - Struvite Bidding Questions (9-6-11) Page 4 of 4 9/6/2011 Mill ® — — M — ME ® — M Mil MI fill — ® MEI — Milli CITY OF YAKIMA, WASHINGTON CITY OF YAKIMA YAKIMA REGIONAL WASTEWATER TREATMENT FACILITY STRUVITE IMPLEMENTATION SYSTEM PROJECT SPECIFICATIONS Prepared for the OWNER by: PHARMER ENGINEERING, LLC Boise, Idaho August 2011 TABLE OF CONTENTS TECHNICAL SPECIFICATIONS Section DIVISION 00 Contract Performance Bond Minimum Wage Affidavit Prevailing Wage Rates Proposal Bid Bond Form Non -Collusion Declaration Non -Discrimination Provision Subcontractor List Women and Minority Business Enterprise Policy Affirmative Action Plan Bidder Certification Subcontractor Certification Proposal Guaranty Bidder's Checklist DIVISION 01 01110 01330 01505 01520 01550 01575 01660 01668 01740 01815 Summary of Work Submittal Procedures Mobilization Construction Facilities Site Access and Storage Environment Protection Equipment Testing and System Startup Testing Electrical Systems Cleaning Testing Piping Systems DIVISION 03 03200 Reinforcing Steel 03300 Cast -In Place Concrete DIVISION 05 05120 Structural Steel 05500 Metal Fabrications DIVISION 09 09960 DIVISION 10 10110 DIVISION 11 11148 11149 11200 11210 11259 11330 11400 Coatings Steel Rolling Platform Ladder Submersible Non -Clog Pumps Struvite Separator Feed Pump Chemical Storage Tank — Plastic Chemical Storage Tank — Steel Chemical Metering Pumps Struvite Round Separator Water Softener Page 3 4 9 10 11 17 18 19 20 22 24 26 27 30 31 01110-1 01330-1 01505-1 01520-1 01550-1 01575-1 01660-1 01668-1 01740-1 01815-1 03200-1 03300-1 05120-1 05500-1 09960-1 10110-1 11148-1 11149-1 11200-1 11210-1 11259-1 11330-1 11400-1 Page 3 4 9 10 16 17 18 19 21 23 25 26 29 30 31 01110-2 01330-6 01505-1 01520-5 01550-2 01575-3 01660-5 01668-7 01740-2 01815-4 03200-4 03300-13 05120-6 05500-9 09960-9 10110-1 11148-7 11149-3 11200-6 11210-4 11259-5 11330-4 11400-1 City of Yakima Table of Contents Struvite System Implementation Page 1 DIVISION 13 13101 13102 13103 13104 13105 DIVISION 15 15005 15061 15183 15251 15268 15270 15300 15400 DIVISION 16 16010 16050 16060 16120 16130 16140 16410 16422 16447 16910 16940 Reactive Air Level Monitor Magnetic Flow Meter Differential Pressure Cell Ultrasonic Level Sensor pH Measuring Equipment Piping Identification Systems Pipe Hangers, Supports, and Anchors Pressure Gauges Couplings and Service Saddles Rotameters Static Mixers Heat Tracing and Insulation Plumbing Basic Electrical Requirements Basic Electrical Materials and Methods Grounding Conductors and Cables Raceways and Boxes Wiring Devices Enclosed Switches and Circuit Breakers Motor Controllers Control Stations programmable Logic Controllers Control Panels Amendments to the 2010 Standard Specifications Contract Special Provisions 13101-1 13102-1 13103-1 13104-1 13105-1 15005-1 15061-1 15183-1 15251-1 15268-1 15270-1 15300-1 15400-1 16010-1 16050-1 16060-1 16120-1 16130-1 16140-1 16410-1 16422-1 16447-1 16910-1 16940-1 1 23 13101-3 13102-3 13103-3 13104-2 13105-4 15005-2 15061-5 15183-2 15251-3 15268-2 15270-1 15300-1 15400-2 16010-14 16050-9 16060-4 16120-8 16130-15 16140-5 16410-5 16422-12 16447-4 16910-10 16940-12 21 46 City of Yakima Table of Contents Struvite System Implementation Page 2 1 1 1 1 1 1 1 1 1 CITY OF YAKIMA Yakima Regional Wastewater Treatment Plant Struvite System Implementation CITY PROJECT NO. 2267 A UG UST 2011 Yakima Regional WWTP Struvite System Implementation 1 INVITATION TO BID e ▪ l NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 until 2:00 PM on September 9, 2011 and will then and there be opened and publicly read for the construction of 1 1 1 1 1 1 1 1 1 1 1 t 1 CITY OF YAKIMA Yakima Regional Wastewater Treatment Plant Struvite System Implementation City Project No. 2267 This project provides a treatment system that removes phosphorus from the digested dewatered centrate at the Yakima Regional Wastewater Treatment Plant. The work is in and around the biosolids dewatering facility. All work shall be in accordance with the CONTRACT PROVISIONS, SPECIFICATIONS, and DRAWINGS. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond and insurance within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street upon payment of the amount of $30.00 for each set, non refundable, or by ordering a set by phone at 509-575-6674 or by FAX at 509-576-6305. Project questions should be directed to Dean Smith, P.E. at 509-249-6814. A pre-bid site visit will be held on Wednesday, August 24, 2011 at 10:00 A.M. at the Regional Wastewater Treatment Plant, 2220 East Viola, Yakima, Washington 98901. The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000-4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington, and at Plan Centers in Yakima and Kennewick, Washington. The City reserves the right to reject any or all bids and proposals. DATED this 17th day of August, 2011 PUBLISH August 17, 2011 August 24, 2011 DEBORAH KLOSTER CITY CLERK CONTRACT THIS AGREEMENT, made and entered into in triplicate, this `r day of ©ober, 2011, by and between the City of Yakima, hereinafter called the Owner, and Shannon Industrial Contractors, Inc. a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF. 718,644.40 , for Struvite System Implementation, City No. 2267, all in accordance with, and as described in the attached plans and specifications and the 2010 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Two Hundred Forty (240) working days. If work has not commenced within the ten (10) days after the notice to proceed, the first chargeable working day shall be the eleventh (11th) working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment; work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. INDEMNIFICATION. The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attomey's fees and court costs, arising out of, relating to, or resulting from The Contractor's performance or non-performance of the services, duties and obligations required of it under this Agreement. IV The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA CONTRACTOR this l C( day of �' 2011 Attest: City Manager 7/J4tfNo.. /iro<uariu/�.41 ,a j4/4 Corporation Conga /K4 - B (Print Name) Its: (President, Owner, etc.) Address: ,o)e 700C. C,©A /%� �3✓'(' Yakima Regional WWTP Struvite System Implementation 3 PERFORMANCE BOND Bond No. 023017776 BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Shannon Industrial Contractors, Inc. First National Insurance a Idaho Corporation as Principal and Company of America a corporation organized and existing under the laws of the State of Washington as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of $ 718,644.40 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA. Spokane DATED atsfakirrme, Washington, this 5112. day of Or tober 20 1 1. Never -the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on ptember 27 2011 , the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said Shannon Industrial Contractors, Inc. ,the above bounded Principal, a certain contract, the said contract being numbered 2267 , and providing for Struvite Sys tem (which contract is referred to herein and is made a part hereof as though attached hereto), and, Implementation WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW THEREFORE, if the said Shannon Industrial Contractors, Inc. shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub -contractors and material men, and all persons who shall supply said principal or sub -contractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, their employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub -contractor in the performance of said work and shall indemnify and hold the CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect Shanno Industp�/a1 Contractors, Inc. (Conor) Approved as to form: c:i4v G�.�►Viirv- /0 /I )/) (City Attorney) BYE1.1 'Lr (Print Name) Its: (President, Owner, etc..) First National Insurance Company of America Surety) Judith C. Kaiser -Smith (Print Name) tts: Attorney -in -Fact Yakima Regional WWTP Struvite System Implementation 4 1 1 1 THI'S POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. 4508568 FIRST NATIONAL INSURANCE COMPANY OF AMERICA SEATTLE, WASHINGTON POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That First National Insurance Company of America (the "Company"), a Washington stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint. JUDITH C. KAISER -SMITH, JAMES E. MAJESKEY II, JUDITH A. RAPP, LOIS K. LEE, SHAWN M. WILSON, WALTER W. WOLF, NICHOLAS W. PAGET, ALL OF THE CITY OF SPOKANE, STATE OF WASHINGTON , each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding FIFTY MILLION AND 00/100****************** ****** DOLLARS ($ 50,000,000.00************************) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE IV - Execution of Contracts: Section 12. Surety Bonds and Undertakings. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitations as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in - fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and executed, such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: Pursuant to Article IV, Section 12 of the By-laws, Garnet W. Elliott, Assistant Secretary of First National Insurance Company of America, is authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of First National Insurance Company of America has been affixed thereto in Plymouth Meeting, Pennsylvania this 7th day of April 2011 COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY FIRST NATIONAL INSURANCE COMPANY OF AMERICA By(9- - - -."- G✓- - Garnet W. Elliott, Assistant Secretary On this 7th day of April , 2011 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and acknowledged that he is an Assistant Secretary of First National Insurance Company of America; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of First National Insurance Company of America thereto with the authority and at the direction of said corporation. IN TESTIMONY WHEREOF41 first above written. e CERTIFICATE to subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and yea I, the undersigned, Assi t rst National Insurance Company of America, do hereby certify that the original power of attorney of which the foregoing is a full, true y, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power ofpatt rn ' is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys -in -fact as provided in Article IV, Section 12 of the By-laws of First National Insurance Company of America. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of First National Insurance Company of America at a meeting duly called and held on the 18th day of September, 2009. ai Seat Teresa Pastes: r, Notary Public Plymouth Twp , Montgomery County My Commission Expires M. 28,2013 Pennyls,,w : Asxnci tor, of Nctar!es By Teresa Pastella, Notary Public VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my nar Oand xed the corporate seal of the said company, this_6th _____day of October , 2011 • SEAL Davi M. Carey, As stant Secretary 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Client#: 88659 SHANNON! ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE TE(M;DDIY1 ) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Wolf-Majeskey-Rapp A Division of Payne Financial Group P. 0. Box 2984 CONTACT PHONE- FAX (A/C, No, Ext): (A/C, No): E-MAIL ADDRESS: PRODUCER CUSTOMER ID #: INSURER(S) AFFORDING COVERAGE NAIL # ne, WA y9ZZU AbliAgINSURER Shannon Industrial Contractors, Inc. P. 0. Box 3886 Coeur d'Alene, ID 83814 a: American Fire & Casualty Compan INSURER B : Ohio Casualty Insurance Co. 12/31/2010 INSURER C : Liberty Northwest EACH OCCURRENCE INSURER D : X INSURER E : INSURER F : X COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCR BED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDLUBR )INSRWVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY OCCUR X BKA53283151 12/31/2010 12/31/2011 EACH OCCURRENCE $1,000,000 $100,000 X TO PRS (RENTED PREEMMI E SES (Ea occurrence) CLAIMS -MADE X MED EXP (Any one person) $10,000 X PD Ded:1,000 PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: —7 PRODUCTS - COMP/OP AGG $2,000,000 POLICY X PROT LOC JEC $ A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS BAA53283151 12/31/2010 12/31/2011 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ X X $ $ B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE S053283151 12/31/2010 12/31/2011 EACH OCCURRENCE $5,000,000 $5,000,000 AGGREGATE DEDUCTIBLE RETENTION $ 10,000 $ X $ C WORKERS COMPENSATION EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVEE.L. OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS Y / N N/A WC41NC016604011 01/01/2011 01/01/2012 X WCSTATIT OTH- TORY LIMITS ERAND EACH ACCIDENT $1,000,000 N E.L. DISEASE - EA EMPLOYEE $1,000,000 below E.L. DISEASE - POLICY LIMIT $1 ,000,000 A Installation Floater BKA53283151 12/31/2010 12/31/2011 $250,000 $500 Deductible DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space s required) RE: Yakima Regional Wastewater Treatment Plant Struvite System Implementation City of Yakima, City of Union Gap, their agents, employees, and elected and appointed officials are additional insureds per policy form. CERTIFICATE HOLDER CANCELLATION City of Yakima Dept of Community and Economic Development 129 North Second Street Yakima, WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS, AUTHORIZED REPRESENTATIVE Q ACORD 25 (2009/09) 1 of 1 #S694389/M618963 ©1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CRP1 COMMERCIAL GENERAL LIABILITY CG 85 83 10 05 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED CONTRACTORS - PRODUCTS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II - Who Is An Insured is amended to include as an additional insured any person(s) or organiza- tion(s) whom you have agreed to add as an additional insured in a written contract or written agree- ment, but only with respect to liability for "bodily injury" or "property damage" caused by "your work" performed for that additional insured and included in the "products- completed operation hazard". B. The following additional provisions apply to the additional insured: 1. When the Named Insured is required to add an additional insured on this policy in a written contract or written agreement; the written contract or written agreement must be: a. Currently in effector becoming effective during the term of this policy; b. Executed prior to the "bodily injury," or "property damage"; and c. Between a Named Insured and the addition& insured. 2. That person or organization is an additional insured only for liability caused by your negligence specifically resulting from "your work" for the additional insured which is the subject of the written contract or written agreement. No coverage applies for any liability due to negligence attributable to any person or entity other than the Named Insured, the Named Insured's employees or sub- contractors. 3. The Limits of Insurance applicable to the additional insured are the lesser of: a. Those specified in the written contract or written agreement, or b. Those provided by this policy and defined in Section 111- Limits Of Insurance. These Limits of Insurance are inclusive of, and not in addition to, the Limits Of Insurance shown in the Declarations and defined in Section III - Limits Of Insurance. CG 85 83 10 05 Includes Copyrighted Material of ISO Properties, Inc., with its permission. Page 1 of 2 4. The insurance provided to the additional insured does not apply to: "Bodily injury" or "property damage" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failure to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawing and specifications; and b. Supervisory, inspection, architectural or engineering activities. 5. The following replaces Exclusion 1. under Paragraph 2., Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability: I. Damage To Your Work This insurance does not apply to "property damage" to "your work" arising out of it or any part of it and included in the "product -completed operations hazard". 6. We have no duty to defend or indemnify an additional insured under this endorsement: a. For any liability due to negligence attributable to any person or entity other than the Named Insured, the Named lnsured's employees or subcontractors. b. For any loss which occurs prior to our Named Insured commencing operations at the location of the loss. c. Until we receive written notice of a claim or "suit" from the additional insured as required in Section IV - Conditions - Duties In The Event Of Occurrence, Offense Claim Or Suit. C. Section IV - Conditions are amended as follows: 1. The following is added to Paragraph 2., Duties In The Event of Occurrence, Offense, Claim or Suit: An additional insured under this endorsement must comply with all provisions of this section. 2. As respects the coverage provided under this endorsement, Paragraph 4.b., Other Insurance is deleted and replaced by the following: 4. Other Insurance b. Excess Insurance This insurance is excess over any other insurance naming the additional insured as an insured whether primary, excess, contingent or on any other basis unless the written contract or agreement described in A. above specifically requires that this insurance be provided on either a primary basis or a primary and noncontributory basis. Page 2 of 2 Includes Copyrighted Material of ISO Properties, Inc., with its permission. CG 85 83 10 05 COMMERCIAL GENERAL LIABILITY CG88701208 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONSTRUCTION PROJECT(S) - GENERAL AGGREGATE LIMIT (PER PROJECT) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section 1 - Coverage A - Bodily Injury And Property Damage Liability, and for all medical ex- penses caused by accidents under Section 1 - Coverage C Medical Payments, which can be attributed only to ongoing operations at a single construction project away from premises owned by or rented to you: 1. A separate Construction Project General Aggregate Limit applies to each construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard", and for medical expenses under Cov- erage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under Coverage A for damages or under Coverage 'C for medical expenses shall reduce the Construction Project General Aggregate Limit for that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Construction Project General Aggregate Limit for any other construction project. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Construction Project General Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section 1 - Coverage A - Bodily Injury And Property Damage Liability, and for all medical ex- penses caused by accidents under Section 1 - Coverage C Medical Payments, which cannot be attrib- uted only to ongoing operations at a single construction project away from premises owned by or rented to you: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products - completed operations hazard" will reduce the Products -Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit. D. If the applicable construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Section 111 - Limits Of Insurance not otherwise modified by this endorsement shall continue to apply. CG88701208 Includes copyrighted material of ISO Properties, Inc., with its permission. Page 1 of 1 MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON ) COUNTY OF YAKIMA ) ss I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted,. I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Subscribed and sworn to before me on this Contractor day of , 20 Notary Public in and for the State of Washington residing at Yakima Regional WWTP Struvite System Implementation 9 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, can be found at www.lni.wa.gov. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties ininterest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504-4540 Telephone: 360-902-5335 Yakima Regional WWTP Struvite System Implementation 10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: CITY OF YAKIMA Yakima Regional Wa s to wa to r Tre a tm e n t Plant Struvite System Implementation City Project No. 2267 and that the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices Yakima Regional VWVTP Struvite System Implementation 11 ARTICLE 1— BID RECIPIENT 1.01 This Bid is submitted to. City Clerk of the City of Yakima 129 North 2nd Street Yakima, WA 98901 1.02 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2 — BIDDER'S ACKNOWLEDGEMENTS 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of which is hereby acknowledged. Addendum No. Addendum Date 47-7-11 B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities E. Bidder has obtained and carefully studied (or accepts the consequences for not doing so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, Yakima Regional WWTP Struvite System Implementation 12 techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. K. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. ARTICLE 4 — FURTHER REPRESENTATIONS 4.01 Bidder further represents that: A. this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid, C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and D. Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. Yakima Regional WWTP Struvite System Implementation 13 ARTICLE 5 — BASIS OF BID 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price. The Lump Sum Base Bid will serve as the basis of selection - SUB TOTAL - Lump Sum Base Bid Price excluding tax: /xl-y 0�. --111o05A-JD T&) 14'01•10 12-0) D 461/06 Words 10,04 <DO, 00 Numerals TAX @ 8.2% - Sales Tax Portion of Lump Sum Base Bid Price: FoOQ. 't'+-t&OSA0 R- i PD -Q 1) "F©J2 `r:()I k4n A✓vl —roe, e Words 'L . -k Numerals TOTAL - Lump Sum Bid with Sales Tax: '118)(44i 4-0 Words Numerals Additive Alternate A — Alternative system that meets the requirements in Section 0110 - Summary of Work: SUB TOTAL — Alternate A Price excluding tax: Words Numerals TAX 8 2% - Sales Tax Portion of Alternate A: Words Numerals TOTAL — Alternate A with Sales Tax: Words Numerals Yakima Regional WWTP Struvite System Implementation 14 ARTICLE 6 — TIME OF COMPLETION 6.01 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. ARTICLE 7 — ATTACHMENTS TO THIS BID 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of B. List of Proposed Subcontractors C. List of Proposed Suppliers (bidder's form) D. List of Project References (bidder's form) E. Required Bidder Qualification Statement with Supporting Data (bidder's form) F. Affidavit of Non -Collusion ARTICLE 8 — NOTES TO USER 8.01 NOT USED. ARTICLE 9 — DEFINED TERMS 9.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions Yakima Regional WWTP Struvite System Implementation 15 ARTICLE 10 — BID SUBMITTAL 10.01 THIS BID SUBMITTED BY: If Bidder is: An Individual Name (typed or printed): By: (SEAL) (Individual's signature) Doing business as: A Partnership Partnership Name: 1 v k (SEAL) By: (Signature of general partner -- attach evidence of authority to sign) Name (typed or printed): A Corporation Corporation Name;..52,e,,, e 14,34)4 / C' i /tt darc 67 r (S iari),V 4 State of Incorporation: as A) els Type (Gen Busine.s, Profe,siona-1, nService, Limited Liability): C ter / Zte 'Lp3s By: (Signature -- attach evidence of authority to sign) Name (typed or printed):►dv,1,1— Title: Attest Pre adc„,, Date of Authorization to do business in Washington is Yakima Regional WWTP Struvite System Implementation 16 (CORP A ATE SEAL) ✓t A Joint Venture Name of Joint Venture: First Joint Venturer Name: p/A (SEAL) By: (Signature of first joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: Second Joint Venturer Name: (SEAL) By: (Signature of second joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) Bidder's Business Address Phone No. Fax No. SUBMITTED on , 20 State Contractor License No. Yakima Regional WWTP Struvite System Implementation 17 BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, or cash in the amount of $ which amount is not Tess than five percent of the total bid. Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, SShattj�norri� Industrial Contractors, Inc. , as principal, and Firs tCompNational ly of surancce , as Surety, are held and firmly bound unto the City of mcr lea Yakima, as Tigee, in the penal sum of (5% of Cnntrat- tnr' s Ri ti) Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents, The condition of this obligation is such that if the Obligee shall make any award to the Principal for Struvite Sys tem Tmpl PmPnta t i nn , according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duty make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shalt be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and Liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 9th DAY OF Se.tember ,2011 Sh.nno ndurial Contractors, Inc. Principal First National Insurance Company of America Sure f Judith C. Kaiser -Smith, Attorney -in -Fact ,20 Received return of deposit in the sum of $ Yakima Regional WWTP Struvite System Implementation 17 Notarial Seat € Teresa Pastelia, Notary Public, i Plymouth Tv.>1;., Mentgornery County My Cornmisa!on Expires Mar. 28,20-13 1 F3=r:.bm;. ?ermsrknels AaecxCta+:nn of Notaries. 1 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 4508540 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. FIRST NATIONAL INSURANCE COMPANY OF AMERICA SEATTLE, WASHINGTON POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That First National Insurance Company of America (the "Company"), a Washington stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint. JUDITH C. KAISER -SMITH, JAMES E. MAJESKEY II, JUDITH A. RAPP, LOIS K. LEE, SHAWN M. WILSON, WALTER W. WOLF, NICHOLAS W. PAGET, ALL OF THE CITY OF SPOKANE, STATE OF WASHINGTON , each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding FIFTY MILLION AND 00/100****************** ****** DOLLARS ($ 50,000,000.00************************) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE IV - Execution of Contracts: Section 12. Surety Bonds and Undertakings. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitations as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in - fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and executed, such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: Pursuant to Article IV, Section 12 of the By-laws, Garnet W. Elliott, Assistant Secretary of First National Insurance Company of America, is authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of First National Insurance Company of America has been affixed thereto in Plymouth Meeting, Pennsylvania this 7th day of April 2011 COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY FIRST NATIONAL INSURANCE COMPANY OF AMERICA By G✓- Garnet W. Elliott, Assistant Secretary On this 7th day of April , 2011 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and acknowledged that he is an Assistant Secretary of First National Insurance Company of America; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of First National Insurance Company of America thereto with the authority and at the direction of said corporation. IN TESTIMONY WHEREOtave (sere nto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. CERTIFICATE By Teresa Pastella, Notary Public I, the undersigned, Ass :14 , 'Qf� •rst National Insurance Company of America, do hereby certify that the original power of attorney of which the foregoing is a full, tru r , ', y, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of a mei' is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys -in -fact as provided in Article IV, Section 12 of the By-laws of First National Insurance Company of America. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of First National Insurance Company of America at a meeting duly called and held on the 18th day of September, 2009. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this__Srh_____day of September ' 2011• By David M. Carey Assistant Secretary co N .y a c c _ O Ts 1— vN >,W c o°' 0 Q O -p C CD Sas c a. coo co D t0 *+ ai O C O CL) A N .c co E cv i C) O 0 0 O(0 1-- 1 1 NON -COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the aforesigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. Yakima Regional WWTP Struvite System Implementation 18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 NON-DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. '(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." Yakima Regional WW1? Struvlte System Implementation 19 SUBCONTRACTOR LIST Prepared in compliance with RCW 39.30.060 as amended (To be submitted with the Bid Proposal) Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non-responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name Item Numbers AIL LA024 IS s' L1 ?-e:-DAY‘ Li 0 K) ll/ A e-. �i OM" 1 C:l_E i I GA L Subcontractor Name Item Numbers Subcontractor Name Item Numbers Yakima Regional WWTP Struvite System Implementation 20 1 1 1 1 1 1 1 1 1 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Bid Items to be performed by the Prime Contractor: c ) Prime Contractor Name 1 Item Numbers 1 1 1 1 1 1 Yakima Regional WWTP Struvite System Implementation 21 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10%) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans/specifications, bid forms, and invitations to bid are as widely distributed as possible. Yakima Regional WWTP Struvite System Implementation 22 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 RESOLUTION NO. D'" 448 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy". a copy of which is attached hereto and by reference made a part hereof. �Q ADOPTED BY THE CITY COUNCIL this.. ?i day of 1983. C,11 ICI On A AAA.A.t.liCtj -yor ATTEST: City Clerk Yakima Regional WWTP Struvite System Implementation 23 AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. if such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. Yakima Regional WWTP Struvlte System Implementation 24 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. h. The contractor shall make specific efforts to encourage present minority employees to 1 recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. ' k. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. ' 1. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such I1 opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. I1 n. The contractor shall make certain that all facilities and company activities are non- segregated. 11 1 o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women -subcontractors, engaged in the trades covered by these Bid Conditions, including ' circulation of minority and women contractor associations. Iq. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the I 1 collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable minorities and women. (The I U.S. Department of Labor has held that it shall be no excuse that the union with which the I contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees) In the event the union referral practice prevents the 1 contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR 1 Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 111 1 Yakima Regional WWTP Struvlte System implementation 25 1 BIDDER CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: 1 a» H A.v1 cJ„i, Yi G'' (/J44' i L certifies that: (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract All 7rei ce3 iy /ID&SL and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being. and; 2. it will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub -contract under this contract the Subcontractor Certification required by these Bid Conditions. (Signature of Authorized Representative of Bidder) Yakima Regional WWTP Struvite System Implementation 26 1 1 1 1 1 1 1 1 i I I I and; SUBCONTRACTOR CERTIFICATION Subcontractors' Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract. (SUBCONTRACTOR) certifies that: 1. It intends to use the following listed construction trades in the work under the subcontract and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in Yakima, Washington, subject to these Bid Condition, those trades being: 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid conditions. 1 1 (Signature of Authorized Representative of Subcontractor) Yakima Regional WWTP Struvite System Implementation 27 MATERIALLY AND RESPONSIVENESS The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the °good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or Subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. Yakima Regional WWTP Struvite System Implementation 28 It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. Yakima Regional WWTP Struvite System Implementation 29 CITY OF YAKIMA Yakima Regional Wastewater Treatment Plant Struvite System Implementation City Protect No. 2267 The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH CASHIER'S CHECK CERTIFIED CHECK 0 IN THE AMOUNT OF DOLLARS ($ ) PAYABLE TO THE STATE TREASURER PROPOSAL BOND �f IN THE AMOUNT OF 5% OF THE BID **Receipt is hereby acknowledged of addendum(s) No.(s) 8 SIG �` UR y OF HOP L D OFFICIAL(s) FIRM NAME .Slieinn i fu AtQ (ADDRESS) Pi, s. eoe_4,- '/ale rte '7 L) F e/,. PRONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER 57M/VALLEG9.36 pp FEDERAL 1 trio 101)1001Y1.21/ 1 WA STATE EMPLOYMENT SECURITY REFERENCE NO. 3(769 r 0D 0 Note: (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1-02.6 of the standard specifications, re: 'Preparation of Proposal," or °Article 4° of the Instructions to Bidders for building construction jobs. Yakima Regional WWTP Struvite System Implementation 30 ✓s L%. -t. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 II 1 1 1 1 1 1 1 1 1 BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: A. PROPOSAL The base bid and any alternate prices, extensions and total amounts bid must be shown in the spaces provided. Proposer is required to submit this entire contract packet (pages 1-31) for the Project Bid. B. BID BOND ACCOMPANYING BID This Bid Bond form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond shall be not Tess than 5% of the total amount bid and may be shown in dollars or on a percentage basis. C. SUBCONTRACTOR LIST The form must be filled in for the specific trades listed Failure to provide a complete subcontractor list at time of bid WILL NOT render the bid non-responsive, except for specific trades listed. D. BIDDER'S CERTIFICATION E. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder. F. MBE/WBE FORM It is requested that The Bidder's Certification of the Affirmative Action Profile" in the MBEM/BE Form be filled in and signed by the bidder. Failure to provide this information WILL NOT render the bid non-responsive. The following forms are to be executed after the contract is awarded: A. CONTRACT This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his/her surety company. B. CERTIFICATEOFINSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1-07.18 (APWA) of the Standard Specifications and Special Provisions. Yakima Regional WWTP Struvite System Implementation 31 The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E -Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States. E -Verify will be used for newly hired employees during the term of the contract ONLY: it is NOT to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. The contractor shall sign and return with their bid response the E -Verify Declaration below. Failure to do so may be cause for rejection of bid. E -VERIFY COMPLIANCE DECLARATION The undersigned declares, under penalty of perjury under the laws of Washington State that: 1. By submitting this Declaration, I certify that I do not and will not, during the performance of this contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. 2. I agree to enroll in E -Verify prior to the start date of any contract issued by the City of Yakima to ensure that my workforce is legal to work in the United States of America. agree to use E -Verify for all newly hired employees during the length of the contract. 3. I certify that I am duly authorized to sign this declaration on behalf of my company. 4. I acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the E -Verify program at any time and that non-compliance could lead to suspension of this contract. Firm Name: Dated this day of , 20 Signature: Printed Name: Phone #: Email Address: Homeland Security's Web Address is: http://www.dhs.gov/e-verify Completed declarations can be mailed to: City of Yakima Purchasing, 129 No. 2nd Street, Yakima, WA 98901, faxed to 509-576-6394 or scanned and emailed to sownby@ci.yakima.wa.us 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01110 SUMMARY OF WORK PART 1 — GENERAL 1.01 SUMMARY The Work of this Contract is generally described as follows: A. The structural, mechanical and electrical designs shown on the drawings and described in these specifications represent the Base Bid alternative and are based in part on proprietary information provided by Multiform Harvest, Inc., a U.S. corporation, who has exclusive rights to use and license to others the rights to U.S, patents 6,994,782 and 7,005,072. This information cannot be copied or reused for other purposes. It is not the intent of these contract drawings and specifications to exclude from consideration proposals based on equivalent struvite recovery process systems technology not covered by the above - referenced U.S. patents. Any modifications to the mechanical, structural, electrical, instrumentation and control, and other portions of the work that may be required to adapt the general layout and details shown on the Drawings to the equipment actually furnished shall be at no additional cost to the Owner. All necessary design revisions shall be made at the Contractor's sole expense. All redesign information prepared by the Contractor shall be submitted for review prior to incorporating the redesign into the work. Substitutions may add to the scope of supply but may not reduce the scope of supply. B. General construction of a chemical treatment unit process that removes phosphorus and ammonia with the addition of magnesium, thereby making a struvite complex. The unit process shall generally have two duty reactor units as shown with individual feed pumps on variable frequency drives and associated modifications to the feed pump vault as shown on drawings. Other support equipment includes variable speed peristaltic feed pumps as shownand specified, dilution water for chemicals, chemical storage as shown and specified, solids product harvesting equipment. C. System Criteria. The system is general sized for the following conditions. Any alternate system proposed shall meet the criteria with the general elements noted in 1 01.A and specific equipment specified in the Contract Documents. General System Criteria Item Units j Initial j 2014 No. Reactors --- 1 2 2 Total Flow gpm € 220 220 d 1 70,000 70,000 Phosphate . m /L_ lbs/day I 80 47 350 204 Ammonia mq/L I 800 800 lbs/day 467 1 467 I Pharmer Engineering, LLC SUMMARY OF WORK Project No. 10283 01110-1 1 ,i 1.02 WORK SEQUENCE A. Construct Work in accordance with following requirements and to accommodate operation of existing facilities during construction period. Coordinate construction progress schedule and operations with ENGINEER and OWNER. OWNER reserves right to place facilities taken out of service by CONTRACTOR back into service on emergency basis upon 24-hour notification to CONTRACTOR. B. The CONTRACTOR shall meet the project milestones as set forth in the Agreement. 1.03 CONTRACTOR'S USE OF PREMISES A. Conduct operations to ensure least inconvenience to OWNER and operation of existing facility. Cooperate with OWNER during construction operations to minimize conflict and to facilitate OWNER'S operations. B. Employees of CONTRACTOR and Subcontractors involved in Work shall wear identifying button or badge when working in facilities occupied by OWNER. C. Obtain and pay for use of additional storage or Work areas needed for operations at no additional cost to OWNER. 1.04 OWNER OCCUPANCY OF PREMISES A. OWNER will occupy site and existing facilities during entire construction period for conduct of normal operations. B. OWNER reserves right to partially occupy and to place and install equipment in completed areas of facilities, prior to Substantial Completion, provided that such occupancy does not interfere with completion of Work. Such placing of equipment and partial occupancy shall not constitute acceptance of the Work. C. Prior to partial OWNER occupancy, mechanical and electrical systems shall be fully operational. Require inspections and tests shall have been successfully completed. Upon partial occupancy. OWNER will provide operation and maintenance of mechanical and electrical systems in occupied portions of the facility. D. Partial occupancy shall conform to requirements of General Conditions. PART 2 — PRODUCTS (Not Used) PART 3 — EXECUTION (Not Used) END OF SECTION SUMMARY OF WORK Pharmer Engineering, LLC 01110-2 Project No. 10283 SECTION 01330 SUBMITTAL PROCEDURES PART 1 — GENERAL 1.01 SUMMARY A. Requirements for Work-related (non -administrative) submittals including Substitutes and "Or - Equal" items, Shop Drawings, product data, Samples, test results, operating and maintenance data, and other miscellaneous Work-related submittals. 1 Submittals for certification of installation, instructional, and post -startup services are specified in Section 01615. 2. Submittals for record drawings are specified in Section 01789 B. Administrative Submittals: Procedures concerning items such as listing of manufacturers, Suppliers, Subcontractors, Construction Progress Schedule, bonds, payment applications, insurance certificates, schedule of values, and photographs are specified elsewhere. C. Work—Related Submittals: 1. Substitute and "Or -Equal" Items. a Includes material or equipment described in Paragraph 6.05 of General Conditions, Article 6 of the Supplementary Conditions, and Section 01615 which CONTRACTOR requests ENGINEER to accept, after Effective Date of the Agreement. 2. Shop Drawings: a. As defined in Paragraph 1.01.A.42 of the General Conditions, and in particular includes technical data and drawings specifically prepared for this Project, including fabrication and installation drawings, diagrams, data sheets, schedules, templates, patterns, reports, instructions, design mix formulas, measurements, and similar information not in standard printed form. 3. Product Data: a Includes standard catalog type printed information on manufactured materials, equipment and systems that has not been specifically prepared for this Project, including manufactures' product specifications, catalog cut sheets, standard wiring diagrams, printed performance curves, mill reports, and standard color charts. In addition, provide sufficient information to demonstrate compliance with Contract Document requirements 4 Samples. a. As defined in Paragraph 1 01.A.39 of the General Conditions, and in particular includes fabricated and manufactured physical examples of materials, products, and units of Work, including complete units, partial cuts of manufactured or fabricated Work, swatches showing color, texture, and pattern, and units of Work to be used for independent inspection and testing. b. Mock-ups are special forms of Samples too Targe or otherwise inconvenient for handling in manner specified for transmittal of Sample submittals. 5 Test Results. Pharmer Engineering, LLC SUBMITTAL PROCEDURES Project No. 10283 01330-1 1 i 1 1 1 a. Includes source and field quality inspection and test reports, actual performance curves, and certifications of results prepared specifically for equipment, material, and systems provided for this Project. 6. Operating and Maintenance Data: a. Includes information and directions for operating and maintaining equipment provided and installed for this Project. May be standard for equipment or prepared specifically for this Project. 7. Miscellaneous Submittals. a. Work-related submittals that do not fit in previous categories, including schedules, guarantees, warranties, certifications, maintenance agreements, workmanship bonds, survey data and reports, physical work records, copies of industry standards, field measurements, extra materials, keys, and similar information, devices, and materials applicable to Work. PART 2 — PRODUCTS (NOT USED) PART 3 — EXECUTION 3.01 SUBMITTAL PROCEDURES 1 A. Submit six (6) copies of each submittal to the ENGINEER for review. B Scheduling. 1 Provide preliminary and final submittal schedule in accordance with the General Conditions indicating time requirements for coordination of submittals with performance of Work. 2. Adjust submittal schedule to reflect revisions to Construction Progress Schedule. C Coordination: 1. Coordinate preparation and processing of submittals with performance of Work. Coordinate each submittal with other submittals and related activities such as substitution ' requests, testing, purchasing, fabrication, delivery, and similar activities. 2. Coordinate submission of different units of interrelated Work so submittal will not be delayed by ENGINEER'S need to review related submittal. ENGINEER may withhold action on submittal requiring coordination with other submittals until related submittals are ' provided. 3. Prepare and transmit each submittal sufficiently in advance of scheduled performance of related Work and other applicable activities. 1 1 1 D. Submittal Preparation: 1. Stamp and sign each submittal certifying to review and approval of submittal, verification of material and equipment, field measurements, field construction criteria, and coordination of information with Contract Documents in accordance with paragraph 6.17 of the General Conditions 2. Transmittal Form: Identify following: SUBMITTAL PROCEDURES Pharmer Engineering, LLC 01330-2 Project No. 10283 a. Date b. Transmittal and Submittal number c. Project d. Name and signature of CONTRACTOR: e If submittal is for substitute, identify as "Substitute" on transmittal. f Specification section and/or Drawing numbers. g. Description of submittal (i.e. equipment identification numbers, motor numbers, etc.) h. Variations from Contract Documents E. Resubmittal Preparation: 1. Comply with requirements for Submittal Preparation above, and in addition: a. Identify on transmittal form submittal is a resubmission. b. Make corrections or changes in submittal required by ENGINEER'S notations on returned submittal. c. On transmittal or separate page, answer or acknowledge in writing notations or questions indicated on ENGINEER'S transmittal form of returned submittal. 1) Identify each response by question or notation number established by ENGINEER. 2) If CONTRACTOR does not respond to each notation or question, resubmission will be returned without action by ENGINEER until CONTRACTIOR provides written response d. CONTRACTOR -initiated revisions or variations: 1) On transmittal form, identify variations or revisions from previously reviewed submittal. 3 02 SPECIFIC SUBMITTAL REQUIREMENTS A. General: 1 Comply with requirements specified below for each indicated type of submittal. Specific submittal requirements for individual units of work are specified in applicable Specification section. 2. If ENGINEER has responded to Written Clarification/Interpretation/Request submitted by CONTRACTOR, include ENGINEER'S response with submittal. B. Requests for Substitutes: 1. Collect data for items to be submitted for review as Substitute into one submittal for each item of material or equipment in accordance with paragraph 6.05 of the General and Supplementary Conditions. 2. Include completed CONTRACTOR'S REQUEST FOR SUBSTITUTION form as required by Supplementary Conditions. Use the form included in the Appendix. 3 Submit with other scheduled submittals for material and equipment allowing time for ENGINEER to evaluate additional information required to be submitted. 4. If CONTRACTOR requests to substitute for materials or equipment specified, but not identified in Specification as requiring submittal, CONTRACTOR shall indicate substitution in Submittal Schedule. C. Shop Drawings: Pharmer Engineering, LLC SUBMITTAL PROCEDURES Project No. 10283 01330-3 111 • 1 1 1 1 1 1 1 1 1 1 Maximum size 22 in by 34 in. 2 Submit graphic information at accurate scale with name of preparer indicated 3. Show dimensions and note which are based on field measurements. 4. Indicate compliance with standards and notation of coordination requirements. 5. Highlight, encircle or otherwise indicate variation from Contract documents or previous submittals and revisions on resubmittals. 6. Do not use ENGINEER'S Drawings as Shop Drawings. 7. Provide blank space for CONTRACTOR stamps. 8. Provide 4 -in. by 8 -in. blank space for ENGINEER stamps. 9 Submit I sepia reproducible (or vellum reproducible) and I print for drawings larger than 11 -in. by 17 -in Submit 2 copies for other drawings. D. Product Data: 1. Collect required data into single submittal for each unit of Work or system Where product data includes information on several similar materials or equipment, some of which are not require for use in Project, mark copies to show which items are not applicable to Project. 2. Submit 6 copies. E. Samples: 1. Provide Samples physically identical with proposed materials and equipment to be incorporated into work. Where variations in color, pattern, and texture are inherent in product, submit multiple units (not less than 3) showing approximate limit of variations. 2. Provide full set of option Samples where selection by OWNER or ENGINEER is required. 3. Include information with Sample to show generic description, source, product name, manufacturer, limitations, and compliance with standards. 4 Submit Samples with other related elements of work. 5. Submit 3 sets of Samples where Specifications indicate ENGINEER'S selection of color, pattern, texture or similar characteristics from manufacturer's range of standard choices is necessary. For other submittals, submit a single set of Samples. One set of Samples will be returned with ENGINEER'S action noted. 6. Maintain returned set of Samples at .Project site, in suitable condition and available for quality control comparisons throughout course of Work. F. Test Results: 1. Identify each test by Specification section and type of test. 2. Submittal is to confirm that results of tests verify materials, products, and systems comply with Contract Documents and are not for approval. 3. Unless otherwise required in Specifications, test results shall be submitted to ENGINEER'S field office. 4. Submit 3 copies. G. Operating and Maintenance (O&M) Data: 1. Organize operating and maintenance information into suitable sets of manageable size, and bind into individual binders properly identified and indexed: Include emergency instructions, spare parts list, copies of warranties, wiring diagrams, recommended "turn -around" cycles, inspection procedures, Shop Drawings, product data, and similar applicable information. 2. Binders shall be heavy duty 2 -in., 3 ring, vinyl covered, with pocket folders for folded sheet material 3 Submit after equipment submittal has been returned "Approved" or "Approved as Noted". 4. Submit 5 identical copies SUBMITTAL PROCEDURES Pharmer Engineering, LLC 01330-4 Project No. 10283 H. Miscellaneous: 1. Guarantees, Warranties, Maintenance Agreements, and Workmanship Bonds: a. Refer to Specification sections for requirements. b. Provide 2 executed copies. Provide 2 additional copies where required for operation and maintenance data. 2. Survey Data: a. Refer to Specification sections for requirements of property surveys, building or structure condition surveys, field measurements, quantitative records of actual work, damage surveys, and similar data. b Submit 10 copies of property surveys. Submit 2 copies of other surveys. 3 Certifications: a. Refer to Specification sections for requirements. b. Submit 6 copies. 4. Closeout Submittals; a. Refer to Specification sections for requirements of spare parts, extra and overrun stock, maintenance tools and devices, keys, and similar units to be submitted. 3 03 ACTION ON SUBMITTALS A. General: 1 Except for submittals for record and similar purposes, where action and return is not required or requested, ENGINEER will review each submittal, mark the appropriate action, and return. 2. Where submittal must be held for coordination, ENGINEER will so advise CONTRACTOR without delay 3 ENGINEER will stamp each submittal with uniform, self-explanatory action stamp, appropriately marked with submittal action. B. Notification of Insufficient Information: 1. If information submitted is not sufficient to complete review of submittal, ENGINEER will send transmittal to CONTRACTOR notifying CONTRACTOR that additional information is required. 2. Submittal will be placed "on hold" and not returned until CONTRACTOR provides the additional information. C. Unsolicited Submittals: 1 ENGINEER will return unsolicited submittals without reviewing D. Action Stamp: 1. Marking: "Approved" Pharmer Engineering, LLC SUBMITTAL PROCEDURES Project No. 10283 01330-5 1 a. Work covered by submittal may proceed provided it complies with Contract Documents. Acceptance of Work depends on that compliance. 1 2. Marking: "Approved As Noted" 111 1 1 1 1 1 1 1 a. Work covered by submittal may proceed provided it complies with ENGINEER'S notations or corrections on submittal and with Contract Documents. Acceptance of work depends on that compliance. Resubmittal not required. 3. Marking: "Revise and Resubmit" a. Do not proceed with Work covered by submittal. b. Revise submittal or prepare new submittal in accordance with ENGINEER'S notations. 4. Marking: "Not Approved" a. Work covered by submittal does not comply with Contract Documents. Do not proceed with Work covered by submittal. b. Prepare new submittal complying with Contract Documents. E. General Distribution: 1. Unless required elsewhere, provide distribution of submittals to Subcontractors, Suppliers, governing authorities, and others as necessary for performance of Work. 2. Provide copies of submittals bearing ENGINEER'S action stamp to: a. Job site file. b. Record documents file. END OF SECTION SUBMITTAL PROCEDURES Pharmer Engineering, LLC 01330-6 Project No. 10283 SECTION 01505 MOBILIZATION PART 1—GENERAL 1.01. GENERAL A. Mobilization shall include the obtaining of all permits; moving onto the site of all plant and equipment; furnishing and erecting plants, temporary buildings, and other construction facilities, and implementing security requirements; all as required for the proper performance and completion of the WORK. Mobilization shall include the following principal items: 1. Moving on to the site of all CONTRACTOR'S plant and equipment required for first month operations. 2. Installing temporary construction power, wiring, and lighting facilities. 3. Establishing fire protection system. 4. Providing field office trailers for the CONTRACTOR and the ENGINEER, complete with all specified furnishings and utility services including telephones, telephone appurtenances, and copying machine. 5 Providing on-site sanitary facilities and potable water facilities. 6 Arranging for and erection of CONTRACTOR'S work and storage yard. 7. Constructing and implementing security features and requirements complying with Section 01520. 8. Obtaining all required permits 9 Having all OSHA required notices and establishment of safety programs. 10 Having the CONTRACTOR'S superintendent at the job site full time. 11. Completion of submittals on all buried piping, concrete, and critical items identified in the 60 -day schedule. 1 02. PAYMENT FOR MOBILIZATION A. The CONTRACTOR'S attention is directed to the condition that no payment for mobilization, or any part thereof, will be approved for payment under the Contract until all mobilization items listed above have been completed as specified PART 2—PRODUCTS (NOT USED) PART 3—EXECUTION (NOT USED) - END OF SECTION - City of Yakima Struvite System Implementation Mobilization 01505 - 1 SECTION 01520 CONSTRUCTION FACILITIES PART 1 - GENERAL 101 SUMMARY A. Temporary construction facilities required for the Work, including, but not limited to: 1. Utilities including lighting and electricity, heat, telephone service, and water. 2. Sanitary facilities. 3. Fire protection. 4. Roads. 5. Security fencing. 6. Enclosures. 7. Parking. 8. Field office for CONTRACTOR'S personnel. B. Maintain temporary facilities in proper and safe condition throughout progress of Work. C Comply with federal, state, and local codes and regulations, and utility company requirements. 1 02 LAYOUT OF TEMPORARY FACILITIES A. Before starting Work, submit to ENGINEER, for approval, proposed layout of temporary facilities. B. Should CONTRACTOR require space in addition to that shown on Drawings, CONTRACTOR shall make arrangements for storage of materials and equipment in locations off Site. PART 2 - PRODUCTS 2 01 TEMPORARY LIGHTING AND ELECTRICITY A. General: 1. Temporary lighting shall be sufficient to enable CONTRACTOR and Subcontractors to complete Work and enable ENGINEER to observe Work. Illumination shall meet or exceed state code requirements. B Temporary electric power may be obtained from OWNER'S electrical system as follows: 1. CONTRACTOR is responsible to implement temporary power. The power supply will be changed by the utility company during the course of construction which may result in interruption or require changes to the CONTRACTOR'S temporary power system 2. No charge will be made for electricity obtained from OWNER'S electrical system and used for construction. If CONTRACTOR or utility company changes location of power which changes meter location, any costs for reworking temporary power or meter relocation shall be by the CONTRACTOR. 3. Provide electrical protection to prevent disruption of plant power from over -current, ground faults, and short circuits. 4. If CONTRACTOR requires more than OWNER'S available supply, CONTRACTOR shall provide generator power and pay all costs associated with such power. City of Yakima Construction Facilities Struvite Sustem Implementation 01520-1 C CONTRACTOR'S responsibilities. 1. Provide, maintain, and remove temporary electric service facilities. 2. Provide temporary electric systems and components in conformance with requirements of National Electric Code and local authorities. 3. Facilities exposed to weather shall be weatherproof type. 4 Enclosures shall be locked to prevent unauthorized access. 5. Provide lamps, wiring, switches, sockets, and similar equipment required for temporary lighting and power tools. 6. Provide electric service to temporary offices. 2.02 TEMPORARY TELEPHONE SERVICE A. Telephone service is not available at the lagoon site. CONTRACTOR shall use cell phones for site communication means, both voice and electronic delivery (access to e-mail transmissions). CONTRACTOR shall also arrange for a local sending/receiving of fax transmissions. 2.03 WATER FOR CONSTRUCTION A. CONTRACTOR is responsible for providing water for construction. 1. Provide temporary water hauling to bring water to point of use. OWNER will select off-site location for providing construction water. CONTRACTOR is responsible for obtaining and hauling water. 2.04 WATER FOR TESTING A. Unless specifically stated otherwise in Specifications, OWNER shall provide water necessary for testing of lagoon liners. Comply with requirements specified under WATER FOR CONSTRUCTION in this Section. CONTRACTOR to provide piping, pumping, and facilities required to bring water to point of use. 2 05 SANITARY FACILITIES A. Provide temporary sanitary facilities conforming to state and local regulations, in sufficient numbers for use of CONTRACTOR'S and Subcontractor's employees. B Maintain in sanitary condition and properly supply with toilet paper. 2.06 TEMPORARY FIRE PROTECTION A. Provide and maintain fire extinguishers and other fire protection equipment and devices as would be reasonably effective in extinguishing fires during early stages by personnel at Site. 2.07 TEMPORARY SITE AND OTHER ROADS A. Maintain existing roads used during construction free from accumulation of dirt, mud and construction debris. B. CONTRACTOR shall repair or replace existing roads to original or better condition prior to Final Completion. Survey and record condition of existing roads prior to construction. CONSTRUCTION FACILITIES City of Yakima 01520-2 Struvite System Implementation 2.08 CONTRACTOR'S STAGING AND WORK AREA A. Staging area. Provide minimum of 2 -inches crushed stone surface to access trailers and sanitary facilities. B. Work Area: 1. Limit construction operations and storage of equipment and materials to areas shown on Drawings and as determined by ENGINEER. 2. Except as provided herein, no private property, or other area adjacent to Site shall be used for storage of CONTRACTOR'S equipment and materials unless prior written approval is obtained from legal owner of the respective locations. 3. Contractor shall maintain staging areas during construction in a manner that will not obstruct operations of existing facilities. Work shall proceed in an orderly manner, maintaining construction Site and staging area free of debris and unnecessary equipment or materials. 2.09 SECURITY A. CONTRACTOR shall be responsible for Toss or injury to persons or property where Work is involved, and shall provide security and take precautionary measures to protect CONTRACTOR'S and OWNER'S interests. B. Provide and maintain temporary fencing of design and type needed to prevent entry into active construction areas. 210 ENCLOSURES A. Provide and maintain all enclosures, scaffolds, tarpaulins, canopies, warning signs, steps, platforms, bridges, and other temporary construction necessary for proper completion of Work. 2.11 PARKING A. Staging area and designated areas within construction limits may be used for parking of construction personnel's private vehicles and CONTRACTOR'S lightweight vehicles. B. Make arrangements for additional parking off site as required. 2.12 CONTRACTOR'S FIELD OFFICES AND BUILDINGS A. If required by CONTRACTOR, erect where designated by ENGINEER, and maintain temporary field office and tool and storage buildings for CONTRACTOR'S use. B. Buildings or trailers shall be neat and well constructed, surfaced with plywood, siding, masonite, or other similar material, well painted and void of advertisements. 2.13' ENGINEER'S FIELD OFFICE AND EQUIPMENT A. Provide mobile field office trailer with screened windows and lockable doors with minimum floor area of 128 sq ft (8 ft x 16 ft). Locate where designated by Engineer. B Office shall be neat and well constructed, surfaced with plywood, siding, masonite, or other similar material, well painted and void of advertisements. City of Yakima Construction Facilities Struvite Sustem Implementation 01520-3 C. Include the following utilities and equipment 1. Heat and air conditioning, capable of maintaining 65°F winter (3,000 W electric wall heater) and 80°F summer temperatures (8,000 Btu AC). 2. Electrical power and lights. 3 Potable water and chiller. 4. One desk and two desk chairs 5. One upright, floor -standing drafting table with stool. 6. Drawing rack with 6 holders for 24 -in. by 36 -in drawings 7 One 4 -drawer fireproof file cabinet and one standard 4 -drawer file cabinet. 8. Two visitor chairs. 9. One portable ABC fire extinguisher. 10. One over -door removable sign with Engineer's company name. 2 14 PROJECT SIGN A. CONTRACTOR shall provide and mount a 4' x 8' sign. Coordinate sign design (content) and placement with ENGINEER and OWNER. PART 3 — EXECUTION 101 GENERAL A. Maintain and operate systems to ensure continuous service for duration of construction. B. Modify and extend systems, as Work progress requires. 1.02 REMOVAL A. Completely remove temporary materials, equipment, signs, and structures when no longer required B In unfinished areas, clean and repair damaged caused by temporary installations or use of temporary facilities, restore drainage, and evenly grade, seed or plant as necessary to provide appearance equal to or better than original. C In finished areas, restore existing or permanent facilities used for temporary services to specified, or original condition. 1 03 DAMAGE TO EXISTING PROPERTY A. CONTRACTOR is responsible for replacing or repairing damage to existing buildings, structures, sidewalks, roads, parking areas, and other existing assets. B. CONTRACTOR shall have option of having OWNER contract for such Work and have cost deducted from Contract Price CONSTRUCTION FACILITIES City of Yakima 01520-4 Struvite System Implementation i 1 1 1 1 1 1 1 1 1 1 1 1 1 3 04 OWNER'S USE A. Upon acceptance of Work, or portion of work defined and certified as Substantially Complete by ENGINEER, and OWNER commences full-time successful operation of facility or portion thereof, OWNER will pay cost for utilities used for OWNER'S operation. CONTRACTOR shall continue to pay for utilities used until final acceptance of Work, except as provided herein. However, heat for building as required for construction purposes shall still be paid by CONTRACTOR unless, due to occupancy by OWNER, more heat shall be required due to increased temperature or lengthened duration, in which case OWNER will bear difference in cost. END OF SECTION City of Yakima Construction Facilities Struvite Sustem Implementation 01520-5 SECTION 01550 SITE ACCESS AND STORAGE PART 1—GENERAL 1.01 HIGHWAY LIMITATIONS A. The CONTRACTOR shall make its own investigation of the condition of available public and private roads and of clearances, restrictions, bridge load limits, and other limitations affecting transportation and ingress and egress to the site of the WORK. It shall be the CONTRACTOR'S responsibility to construct and maintain any haul roads required for its construction operations. 1 02 TEMPORARY CROSSINGS A. General: Continuous, unobstructed, safe, and adequate pedestrian and vehicular access shall be provided to fire hydrants, commercial and industrial establishments, churches, schools, parking lots, service stations, motels, fire and police stations, and hospitals. Safe and adequate public transportation stops and pedestrian crossings at intervals not exceeding 300 feet shall be provided. The CONTRACTOR shall cooperate with parties involved in the delivery of mail and removal of trash and garbage so as to maintain existing schedules for such services. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. B Street Use. Nothing herein shall be construed to entitle the CONTRACTOR to the exclusive use of any public street, alleyway, or parking area during the performance of the WORK hereunder, and it shall so conduct its operations as not to interfere unnecessarily with the authorized work of utility companies or other agencies in such streets, alleyways, or parking areas. No street shall be closed to the public without first obtaining permission of the ENGINEER and proper governmental authority. Where excavation is being performed in primary streets or highways, one lane in each direction shall be kept open to traffic at all times unless otherwise indicated. Toe boards shall be provided to retain excavated material if required by the ENGINEER or the agency having jurisdiction over the street or highway Fire hydrants on or adjacent to the WORK shall be kept accessible to fire -fighting equipment at all times. Temporary provisions shall be made by the CONTRACTOR to assure the use of sidewalks and the proper functioning of all gutters, storm drain inlets, and other drainage facilities. C. Traffic Control: For the protection of traffic in public or private streets and ways, the CONTRACTOR shall provide, place, and maintain all necessary barricades, traffic cones, warning signs, lights, and other safety devices in accordance with the requirements of the "Manual of Uniform Traffic Control Devices, Part VI – Traffic Controls for Street and Highway Construction and Maintenance Operations," published by U.S. Department of Transportation, Federal Highway Administration (ANSI D6.1) The CONTRACTOR shall take all necessary precautions for the protection of the WORK and the safety of the public. All barricades and obstructions shall be illuminated at night, and all lights shall be kept burning from sunset until sunrise. The CONTRACTOR shall station such guards or flaggers and shall conform to such special safety regulations relating to traffic control as may be required by the public authorities within their respective jurisdictions. All signs, signals, and barricades shall conform to the requirements of Subpart G, Part 1926, of the OSHA Safety and Health Standards for Construction. The CONTRACTOR shall remove traffic control devices when no longer needed, repair all damage caused by installation of the devices, and shall remove post settings and backfill the resulting holes to match grade. City of Yakima Site Access and Storage Struvite System Implementation 01550 - 1 1i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1.03 SITE ACCESS A. CONTRACTOR and SUPPLIERS shall use the available access road. It shall be the CONTRACTOR's responsibility to maintain the road during construction and repair it after project completion as specified in the contract documents. 1 04 CONTRACTOR'S WORK AND STORAGE AREA A. The CONTRACTOR shall make its own arrangements for any necessary off-site storage or shop areas necessary for the proper execution of the WORK. B. Should the CONTRACTOR find it necessary to use any additional land for storage or for other purposes during the construction of the WORK, it shall provide for the use of such lands at its own expense. C. All hazardous materials which are delivered in containers shall be stored in the original containers until use. Hazardous materials which are delivered in bulk shall be stored in containers which meet the requirements of authorities having jurisdiction. 105 PARKING A. The CONTRACTOR shall: 1. Provide temporary parking areas immediately adjacent to the job trailer as follows. 2 spaces for the ENGINEER 1 space for the OWNER 2. The CONTRACTOR shall direct its employees to park in areas as directed by the ENGINEER. 3 Traffic and parking areas shall be maintained in a sound condition, free of excavated material, construction equipment, mud, and construction materials The CONTRACTOR shall repair breaks, potholes, low areas which collect standing water, and other deficiencies. PART 2—PRODUCTS (NOT USED) PART 3—EXECUTION (NOT USED) - END OF SECTION - Site Access and Storage City of Yakima 01550 - 2 Struvite System Implementation SECTION 01575 ENVIRONMENT PROTECTION PART 1 - GENERAL 101 SUMMARY A. General requirements pertaining to abatement and control of environmental pollution arising from activities of Contractor and Subcontractors in performance of the Work of the Contract. B. Contractor, in executing Work, shall maintain work areas free from environmental pollution that would be in violation of federal, state or local regulations PART 2 — PRODUCTS (NOT USED) PART 3 - EXECUTION 3 01 GENERAL A. The land resources within boundaries of the Project, but outside the limits of permanent Work performed under this Contract shall be preserved in their present condition or be restored to a condition after completion of construction that will appear to be natural and not detract from the appearance of the Project. B. Insofar as possible, confine activities to pertinent areas defined on the Drawings or elsewhere in the Contract Documents. 1. Return construction areas to their preconstruction elevations except where surface elevations are otherwise noted to be changed. 2. Maintain natural drainage patterns. 3. Conduct construction activities in such a manner that ponding of stagnant water conducive to mosquito breeding habitat will not occur at any time. C. Land resources: 1. Do not remove, cut, deface, injure, or destroy trees or other vegetation outside the Work area limits 2. Do not remove, cut, deface, injure, or destroy trees or other vegetation inside the Work area limits, designated to be preserved, except as permitted by ENGINEER. 3 Land resources damaged by CONTRACTOR shall be promptly replaced or repaired to the approval of ENGINEER at CONTRACTOR'S expense. 3 02 ARCHAEOLOGICAL FINDS DURING CONSTRUCTION A. There are no ;known archaeological remains at the Project site. Ifdiscovered, discontinue work immediately and contact OWNER and ENGINEER. 3 03 PROTECTION OF STORM SEWERS A. Prevent construction materials, concrete, earth or other debris from entering existing storm sewers or sewer construction. 3 04 PROTECTION OF WATERWAYS City of Yakima Environment Protection Struvite System Implementation 01575-1 1 A. Observe rules and regulations of State of Washington and agencies of U S. government prohibiting pollution of lakes, streams, rivers or wetlands by dumping of refuse, rubbish, dredge material or debris. B. Disposal of materials into waters of state must conform to requirements of Washington DOE. Permits will be obtained by OWNER and provided to CONTRACTOR for posting on site 1. Other permits shall be obtained by CONTRACTOR. C Provide holding ponds or approved method to divert flows, including storm flows and flows created by construction activity, to prevent excessive silting of waterways and flooding of Site. D. Comply with procedures outlined in U.S. EPA manuals entitled "Guidelines for Erosion and Sedimentation Control Planning and Implementation", Manual EPA -72-015 and "Processes, Procedures, and Methods to Control Pollution Resulting from All Construction Activity", Manual EPA -43019-73-007. 3 05 DISPOSAL OF EXCESS EXCAVATED AND OTHER WASTE MATERIALS A. Excess excavated material not required or suitable for backfill and other waste material shall be disposed of in accordance with local regulations. B. Provide watertight conveyance of liquid, semi-liquid or saturated materials which tend to bleed during transport. Liquid loss from transported materials is not permitted, whether being delivered to construction site or hauled away for disposal. C All permitting and sighting requirements will be the responsibility of the contractor. 3.06 PROTECTION OF AIR QUALITY A. Minimize air pollution by requiring use of properly operating combustion emission control devices on construction vehicles and equipment and encourage shutdown of motorized equipment not in use B. Do not burn trash on Site. C If temporary heating devices are necessary for protection of Work, they shall not cause air pollution. 3 08 USE OF CHEMICALS A. Chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification, shall be approved by U.S. EPA or U.S. Department of Agriculture or any other applicable regulatory agency B. Use and disposal of chemicals and residues shall comply with manufacture's instructions. 3.09 NOISE CONTROL A. Conduct operations to cause least annoyance to residents in vicinity of Work, and comply with applicable local ordinances. ENVIRONMENT PROTECTION City of Yakima 01575-2 Struvite System Implementation B Equip construction equipment and other apparatus with mechanical devices necessary to minimize noise. C. Equip compressors with silencers on intake lines. D. Equip gasoline or oil -powered equipment with silencers or mufflers on exhaust lines. E. Line storage bins and hoppers with material that will deaden sounds. F Route vehicles carrying rock, concrete, or other material over such streets as will cause least annoyance to public and do not operate on public streets between hours of 7:00 pm and 7 30 am, nor on legal holidays, unless approved by OWNER. 3.10 DUST CONTROL A. Take special care in providing and maintaining temporary roads, OWNER'S existing roads, and public roads used during construction operations in clean, dust free condition. B. Comply with local regulations for dust control. If CONTRACTOR'S dust control measures are considered inadequate by ENGINEER, ENGINEER may require CONTRACTOR to take additional dust control measures 3 11 FUELS AND LUBRICANTS A. Comply with local, state, and federal regulations concerning transportation and storage of fuels and lubricants B. Fuel storage area location shall be approved by OWNER prior to installation. C. Report spills or leaks from fueling equipment or construction equipment to OWNER and cleanup as required. D OWNER may require CONTRACTOR to remove damaged or leaking equipment from Site END OF SECTION City of Yakima Environment Protection Struvite System Implementation 01575-3 SECTION 01660 EQUIPMENT TESTING AND SYSTEM STARTUP PART 1—GENERAL 1.01 WORK INCLUDED A. Equipment testing and startup is a requirement to satisfactorily fulfill the contract obligations and, therefore, shall be completed within the contract time. B. The CONTRACTOR shall coordinate with the OWNER all work necessary for the successful operation of all equipment, including owner furnished equipment. C. During all equipment testing plant/facility startup period and acceptance test periods, the OWNER shall ensure that experienced, trained, and qualified personnel are onsite at all times to oversee and safeguard such testing and operations. 1.02 SUBMITTALS A. Schedule. The schedule for testing and startup shall be submitted to the ENGINEER for review. B. Testing and Startup Plan: Not less than 60 Days prior to startup, the CONTRACTOR shall submit for review a detailed Testing and Startup Plan. The Plan shall include schedules for equipment certifications, schedules for submitting final Owner's Manuals, schedule for training the OWNER's personnel, list of OWNER and CONTRACTOR furnished supplies, electrical testing, and detailed schedule of operations to achieve successful equipment testing, startup, performance and acceptance testing and activities to implement the 7 -day test. The Plan shall include test checklists and data forms for each item of equipment and shall address coordination with the OWNER's staff. The CONTRACTOR and OWNER shall revise the Plan as necessary based on review comments. C. System Outage Requests: Request for shutdown of on-line systems as necessary to test or start up the plant and equipment. Shutdown requests must be submitted at least two weeks prior to shutdown. D Records and Documentation: Submit documentation that the equipment has been properly installed, is in accurate alignment, is free from undue stresses from connecting piping and anchoring, and has operated satisfactorily under full load conditions. E. The CONTRACTOR shall maintain the following records during installation, testing and system startup and submit these said records prior to acceptance: 1. Lubrication and service records for each item of mechanical/electrical equipment. 2 Hours of daily operation for each item of mechanical/electrical equipment. 3. Logs of electrical test and measurements. 4. Instrumentation calibration and testing and check lists. 5. Manufacturer's certification of proper equipment installation. 6. Testing and validation of all PLC inputs, outputs, logic functions, status indication, and alarms. 7. Factory and field equipment settings. 8. Other records, logs, and check lists as required by the Contract Documents. PART 2—PRODUCTS (NOT USED) City of Yakima Equipment Testing and System Startup Struvite System Implementation 01660 - 1 PART 3—EXECUTION 3 01 GENERAL A. The CONTRACTOR shall be required to follow Start Up Plan. B. The CONTRACTOR shall provide the services of an experienced and authorized representative of each item of equipment who shall visit the site of the WORK and inspect, check, adjust if necessary, and approve the installation of equipment. In each case, the CONTRACTOR shall arrange to have the representative revisit the project as often as necessary until any and all trouble is corrected and the equipment installation and operation are satisfactory to the ENGINEER. C The CONTRACTOR shall coordinate the scheduling of all operations testing. The CONTRACTOR is advised that the ENGINEER and the OWNER's operating personnel will witness operations testing and that the equipment supplier's representative shall be required to instruct the OWNER's operating personnel in correct operation and maintenance procedures. D. The CONTRACTOR shall notify the ENGINEER at least 3 days in advance for testing installed equipment. 3 02 EQUIPMENT TESTING A. The CONTRACTOR will coordinate with the VENDOR of the equipment to provide the field services. The CONTRACTOR and the VENDOR shall be required to schedule and coordinate proper field visits by said VENDOR for Erection and Startup Assistance, according to the onsite time requirements. B. The CONTRACTOR shall coordinate directly with the Equipment VENDOR to provide the services of an experienced and authorized representative of the manufacturer, who shall visit the site of the WORK and inspect, check, adjust if necessary, and approve the equipment installation. C. The CONTRACTOR shall arrange to have the manufacturer's representative revisit the job site as often as necessary until any and all trouble is corrected and the equipment installation and operation are satisfactory to the ENGINEER. If more time is required than that which is required in Purchase Agreement, the OWNER shall pay for all additional services required of the VENDOR. D. The CONTRACTOR shall require that each manufacturer's representative furnish to the ENGINEER a written certification addressed to the OWNER certifying that the equipment has been properly installed and lubricated, is in accurate alignment, is free from any undue stress imposed by connecting piping or anchor bolts, and has been operated satisfactorily under full -load conditions 3 03 PROCESS SYSTEM TESTING A. In addition to individual equipment and subsystem testing, the CONTRACTOR shall perform testing of all process control, electrical and other systems, as listed below and/or in the Contract Documents, to demonstrate proper operation with equipment operating over full operating ranges and under actual operating conditions, in all of the automatic and manual modes as specified in the control strategies and control descriptions contained in Division 17. The CONTRACTOR shall repeat the system tests as necessary to demonstrate proper operation to the satisfaction of the ENGINEER. The CONTRACTOR shall be back charged the cost of OWNER's personnel and ENGINEER's personnel for all tests beyond the second test. Prior to initiating the system testing, the CONTRACTOR shall submit the testing procedures to the ENGINEER for approval. Systems to be tested and accepted prior to commencement of the 7 -day startup test include the following and other systems as indicated in the Contract Documents. Equipment Testing and System Startup City of Yakima 01660 - 2 Struvite System Implementation 1 1. Submersible non -clog pumps 2. Reactors 3. Reactor harvesting system 4. Separator 5. Separator feed pumps 6. All electromagnetic flow measurement systems (including manufacturer's certificate of calibration) 6. All Chemical storage and feed systems. 8. Power Distribution, Switchgear, Standby Generator and Motor Control Equipment 9. HVAC Exhaust / Intake Fans and Associated Equipment 10. Plumbing equipment (sump pump) 11. Other systems as specified in the Contract Documents B. System testing in general shall involve demonstration that all controls, instrumentation loops, alarm/status indication, and all controls described in Division 17 function properly. In addition, the CONTRACTOR shall demonstrate sustained equipment operation for a minimum of eight continuous hours when operated in conjunction with other system components. The CONTRACTOR shall schedule, provide, and coordinate the services of all manufacturers, suppliers, subcontractors, the ENGINEER, and the OWNER for successful system testing. C. All system testing activities shall follow detailed test procedures, check lists, etc., previously developed and submitted by the CONTRACTOR which have been reviewed by the ENGINEER. Completion of all system testing activities shall be documented by a certified report. Successful completion of the system testing is required prior to commencement of the 7 -day test and system startup specified below. D. The CONTRACTOR shall test and fully demonstrate proper operation of the utility, safety equipment, and other support systems before commencing the process system testing. E. The CONTRACTOR shall give the ENGINEER written notice confirming the date of any system test at least (3) working days before the time the system is scheduled to be tested. The OWNER'S staff will observe system's testing. F. Operational instruction for the controls and instrumentation shall occur before the 7 -day test. 3.04 7 -DAY TEST AND SYSTEM STARTUP A. The struvite system startup is a complex operation requiring the combined technical expertise of the CONTRACTOR, OWNER, and the ENGINEER. The OWNER shall provide the effective coordination of all parties necessary for successful startup. B The OWNER and CONTRACTOR shall provide operating personnel for the duration of the startup. C. The startup shall not be commenced until all required equipment tests have been completed to the satisfaction of the ENGINEER. D. All defects in materials or workmanship which appear during this test period shall be immediately corrected by the CONTRACTOR and/or OWNER. E. During the startup, the OWNER and CONTRACTOR shall provide the services of authorized representative, in addition to those services required under operations testing, as necessary, to correct faulty equipment operation. F. 7 -Day Test: The CONTRACTOR shall be required to start up the system, operate it, and pass a 7 -day test prior to acceptance. All equipment must properly run continuously 24 hours per City of Yakima Equipment Testing and System Startup Struvite System Implementation 01660 - 3 day for the test period at rates, within the design criteria range, indicated by the ENGINEER. If any item malfunctions during the test, the item shall be repaired and the test restarted at day zero with no credit given for the operating time before the aforementioned malfunction. 1. The OWNER shall lubricate and maintain the equipment in accordance with the manufacturer's recommendations. 2. Prerequisites: The following shall be completed before testing and startup begins. a Furnish all OWNER's manuals information required by the Contract Documents. b Provide all safety equipment, fire extinguishers, protective guards and shields, handrails, grating, safety signs, and valve and piping identification required by the Contract Documents. Devices and equipment shall be fully functional, adjusted and tested. c. Manufacturer's certification of proper installation has been accepted. d. Leakage tests, electrical tests, and adjustments have been completed. e. The ENGINEER has approved the testing and startup Plan. f. Functional verification of the individual instrumentation loops (analog, status, alarm, and control). Adjustment of the pressure switches, timing relays, level switches, temperature switches, HMI monitors, and all other control devices to the settings determined by the ENGINEER or the equipment manufacturer. h. Functional verification of the individual interlocks between the field -mounted control devices and the motor control circuits, control circuits of variable -speed controllers, and packaged system controls. g. 3 05 SUPPLIES A. The OWNER shall furnish all water, chemicals, fuel, and all other necessary equipment, facilities, and services required for conducting the tests. 3 06 RECORDS OF TESTING AND STARTUP A. The CONTRACTOR shall maintain the following during testing and startup and submit originals to ENGINEER prior to acceptance. 1. Lubrication and service records for each mechanical and electrical equipment item. 2 Hours of daily operation for each mechanical and electrical equipment item. 3. Equipment alignment and vibration measurement records. 4. Logs of electrical measurements and tests. 5. Instrumentation calibration and testing logs. 6. Testing and validation of status indications and alarms. 7. Factory and field equipment settings. 8 Log of problems encountered and adjustments made. 9. Other records, logs, and checklists as required by the Contract Documents. 3 07 TRAINING A. The CONTRACTOR shall coordinate the training periods with the OWNER and manufacturer's representatives and shall submit a training schedule and detailed agenda for each piece of equipment or system for which training is to be provided. Said training schedule and agenda shall be submitted not less than 14 calendar days prior to the time that the Equipment Testing and System Startup City of Yakima 01660 - 4 Struvite System Implementation 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 associated training is to be provided. The CONTRACTOR shall confirm each training period a minimum of two days prior to scheduled time. - END OF SECTION - City of Yakima Equipment Testing and System Startup Struvite System Implementation 01660 - 5 SECTION 01668 TESTING ELECTRICAL SYSTEMS PART 1—GENERAL 1.01 SUMMARY A. Description of Work: 1. Prior to energizing equipment, retain services of recognized independent testing laboratory for purpose of performing inspections and tests as herein specified. 2. Ensure electrical equipment supplied by CONTRACTOR and OWNER is operational within industry and manufacturer's tolerances and installed in accordance with Specifications 102 SUBMITTALS A. Test Reports. 1. 7 copies of complete testing report utilizing NETA printed forms 2. Submit report no later than 30 days after testing complete. B. Submit proof of testing agency qualification. 1 03 QUALITY ASSURANCE A. Regulatory Requirements. 1. National Fire Protection Association (NFPA): a. National Electrical Code (NEC) (NFPA No 70) and amendments thereto 2. Underwriters Laboratories, Inc. (UL). B. Inspections and tests shall utilize following. 1. Project Specifications. 2 Project Drawings. 3. Manufacturer's instruction manuals applicable to each particular apparatus. C. Testing Agency: 1 Meet federal, state, and local safety requirements for accreditation of testing laboratories, CFR Title 29, Part 1907, "Accreditation of Testing Laboratories." Membership in National Electrical Testing Association (NETA) constitutes proof of meeting such criteria. 2. Meet Federal Department of Commerce requirements for nationally independent testing laboratory certification. D. Permanently record checks and tests and make available to ENGINEER. 1.04 PROJECT/SITE CONDITIONS A. CONTRACTOR'S Responsibilities 1. Supply source of test power to test laboratory at each test site. 2. Notify testing laboratory when equipment becomes available for acceptance tests. 3 Coordinate Work to minimize Project delay. 4 Supply complete set of electrical drawings, specifications, and pertinent change orders to testing laboratory prior to commencement of testing. City of Yakima Testing Electrical Systems Struvite System Implementation 01668 - 1 1 1 1 1 1 1 1 1 1 1 B. Testing Laboratory Responsibilities: 1. Notify ENGINEER prior to commencement of testing. 2. Provide material, equipment, labor, and technical supervision to perform such tests and inspections. C. Recommendations for acceptance or rejection shall be given upon consultation of ENGINEER, OWNER, CONTRACTOR, and testing laboratory's representative. PART 2—PRODUCTS (NOT USED) PART 3—EXECUTION 3.01 GENERAL A. Test Work and equipment installed to ensure proper and safe operation in accordance with intent of Drawings and Specifications. 1. Check interlocking and automatic control sequences and test operation of safety and protective devices. 2. Correct defects found by Work of this section. 3. Cooperate with Power Company, supplier, and manufacturer representatives in order to achieve proper and intended operation of equipment. B. Test, adjust, and record operating voltages at each system level before energizing branch circuits. 1. Transformer taps shall be adjusted to obtain as near as possible nominal system voltage. 2. Where transformer is under utility jurisdiction, obtain services of utility to correct voltage. 3. Replace devices and equipment damaged due to failure to comply with this requirement. C. Balance load among feeder conductors at each panelboard, switchboard or substation and reconnect loads as necessary to obtain reasonableload balance on each phase. Electrical unbalance shall not exceed 7-1/2%. 3.02 SWITCHGEAR AND SWITCHBOARD ASSEMBLIES A. Visual and Mechanical Inspections: 1. Inspect for physical damage. 2. Verify equipment supplied and connected in accordance with Specifications. 3. Inspect for proper alignment, anchorage, and grounding. 4. Check tightness of accessible bolted bus joints by calibrated torque wrench method. Refer to manufacturer's instructions for proper ft -Ib levels. 5. Key interlock system shall be physically tested to ensure proper function. 6. Doors, panels, and sections shall be inspected for paint, scratches, and fit. 7. Mechanical operation of relays, switches, and other devices. B. Electrical Tests: 1. Insulation Resistance Test: Measure insulation resistance of each bus section phase -to - phase and phase -to -ground for 1 min. Test voltage and minimum acceptable values in accordance with Paragraph 3.02.C.2. C. Test Values: Testing Electrical Systems City of Yakima 01668 - 2 Struvite System Implementation 1 Bolt torque levels shall be in accordance with manufacturer's instructions. 2. Insulation resistance test shall be performed in accordance with following. Insulation Resistance Test Voltage Voltage Rating Test Voltage 150 — 600 v 1,000 v 601 — 5,000 v 2,500 v 5,001 v and above 5,000 v 3. Values of insulation resistance less than rated kv +1 in megohms shall be investigated and corrected. 3 03 TRANSFORMERS — DRY -TYPE 4,160 —480/277 v A. Visual and Mechanical Inspection: 1 Inspect for physical damage. 2. Verify proper auxiliary device operation such as fans, indicators, and tap changers. 3. Check tightness of external bolted electrical joints in accordance with manufacturer's instructions. 4. Perform specific inspection and mechanical tests as recommended by manufacturer. B. Electrical Tests: 1. Insulation resistance tests shall be performed winding -to -winding and winding -to -ground Appropriate guard circuit shall be utilized over bushings. 2. Turns ratio test shall be performed between windings for tap positions. Final tap setting determined by testing laboratory upon completion of ratio testing. 3. Doble power factor tests shall be made of all high and low voltage windings. 4. Exciting current test shall be performed on high voltage windings as follows: a. ac potential of not less than 2.5 kv nor more than 10 kv shall be applied to terminal H1. H2 shall be returned to UST terminal of Doble test set. H3 shall be grounded Exciting current and voltage shall be recorded. Likewise H3 energized, H1 to UST, and H2 grounded 3 04 CIRCUIT BREAKER 5 kv A. Visual and Mechanical Inspections 1. Inspect for physical damage and compare nameplate data with Drawings and Specifications. 2. Inspect anchorage, alignment, and grounding. 3. Perform mechanical operator and contact alignment tests on breaker and operating mechanism in accordance with manufacturer's instructions. 4. Check tightness of bolted bus joints by calibrated torque wrench method Refer to manufacturer's instructions for proper ft -Ib levels. Place mark on each tightened bolt to ensure completeness. 5. Check cell fit and element alignment. B. Electrical Tests: 1. Measure contact resistance. 2. Perform minimum pickup voltage tests on trip and close device. City of Yakima Testing Electrical Systems Struvite System Implementation 01668 - 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • 1 1 3. Circuit breaker shall be tripped by operation of each protective device. 4. Perform insulation resistance test pole -to -ground, pole-to-pole, and across open pole. 5. Perform insulation resistance test to 1,000 vdc on control wiring. (Do not megger circuits connected to solid state relays.) 6. Perform Doble power factor test with breakers in open and closed position. Arc chutes shall be tested for watts loss. C. Test Values. 1. Contact resistance shall be determined in microohms. Resistance values shall in no case exceed 500 microohms. Consult manufacturer for acceptable range. 2. Power factor and arc chute watts loss must be no greater than manufacturer's allowable value. 3.05 PROTECTIVE RELAYS A. Visual and Mechanical Inspection. 1. Relays shall be inspected for physical damage and compliance with Specifications. 2. Inspect cover gasket, cover glass, presence of foreign material, moisture, condition of spiral spring, disc clearance, rust and contacts. 3. Check mechanically for freedom of movement, proper travel and alignment, and tightness of mounting hardware and tap screws. 4. Settings shall be made in accordance with settings developed in coordination study specified in Division 16 and 17. B. Electrical Tests: 1. Perform insulation resistance test on each circuit branch to frame. Do not perform this test on solid state relays. 2. Perform following tests on nominal settings specified by ENGINEER. a. Pickup parameters on each operating element. b. Timing test shall be performed at 3 points on time dial curve. c. Pick up target and seal in units. d Special test as required to check operation of restraint, directional, and other elements per manufacturer's instruction manual. 3. Perform phase angle and magnitude contribution tests on differential and directional type relays after energization to vectorially prove proper polarity and connection. 3 06 INSTRUMENT TRANSFORMERS A. Visual and Mechanical Inspection: 1. Inspect for physical damage and compliance with Drawings. 2. Check mechanical clearances and proper operations of disconnecting and grounding devices associated with potential transformers. 3. Verify proper operation of grounding or shorting devices. B. Electrical Tests. 1. Confirm transformer polarity electrically. 2. Verify connection at secondary CT leads by driving low current through leads and checking for this current at applicable devices. i Testing Electrical Systems City of Yakima 01668 - 4 Struvite System Implementation 3 Confirm transformer ratio. 4 Measure insulation resistance of transformer secondary and leads with 500 v megohm meter. 5 Measure transformer primary insulation with applicable overpotential tests. 6 Verify connection of secondary PT leads by applying low voltage to leads and checking for this voltage at applicable devices. 3 07 METERING AND INSTRUMENTATION A. Visual and Mechanical Inspection: 1 Examine devices for broken parts, indication of shipping damage, and wire connection tightness. 2. Verify meter connections in accordance with single line meter and relay diagram. B. Electrical Tests. 1. Calibrate meters at midscale Calibration instruments shall have precision no more than 50% of instrument being testing. 2. Calibrate watthour meters to 1/2%. 3. Verify instrument multipliers 3 08 CABLES (OVER 600 v) A. Visual and Mechanical Inspections: 1. Inspect exposed sections for physical damage. 2. Verify equipment supplied and connected in accordance with Specifications. 3. Inspect for shield grounding, cable support, and termination. 4 Visible cable bends shall be checked against IPCEA or manufacturer's minimum allowable bending radius 5. Inspect for proper fireproofing in common cable areas B Electrical Tests: 1 Perform dc hypotential test. a. Each conductor shall be individually tested with other conductors grounded. Shields shall be grounded b. Terminations shall be properly corona suppressed by guard ring, field reduction sphere or other suitable methods. c. dc hypotential shall be applied in at least 8 equal increments until maximum test voltage reached. dc leakage current shall be recorded at each step after constant stabilization time consistent with system charging current decay. d. Graphic plot shall be made of leakage current versus voltage at each increment. e Test conductor shall be raised to maximum test voltage and held for total of 10 min. Readings of leakage current (Y axis) versus time (X axis) shall be recorded and plotted on 30 -sec intervals for first 2 min and every min thereafter. f. Conductor test potential shall be reduced to zero and grounds applied for at least 10 min. Maximum test voltage shall be in accordance with manufacturer's specifications. g. 2. Perform shield continuity test by ohm meter method. Ohmic value shall be recorded City of Yakima Testing Electrical Systems Struvite System Implementation 01668 - 5 r 1 1 1 1 1 1 1 1 1 1 1 1 1 C. Test Values: 1. dc Hypotential Test Results: a. Step voltage slope shall be reasonably linear. b. Absorption slope shall be flat or negative. Slope shall not exhibit positive characteristics. 2. Shield continuity test shall exhibit circuit continuity of shield and conductor. 3.09 GROUND FAULT SYSTEMS A. Visual and Mechanical Inspection: 1 Inspect for physical damage and compliance with Drawings and Specifications. 2. Inspect neutral main bonding connection to ensure following. a. Zero sequence system grounded upstream of sensor. b. Ground strap systems grounded through sensing device. c. Ground connection made ahead of neutral disconnect link. 3. Inspect control power transformer to ensure adequate capacity for system. 4. Manual operate monitor panels (if present) for following: a. Trip test. b. No trip test. c. Non -automatic reset. 5. Record proper operation and test sequence. 6. Inspect zero sequence systems for symmetrical alignment of core balance transformers about current carrying conductors. 7. Verify ground fault device circuit nameplate identification by actuation observation. 8. Pickup and time delay settings shall be set in accordance with settings developed through coordination study and as approved by ENGINEER. B. Electrical Tests. 1. Test in accordance with manufacturer's instructions. 2. Measure system neutral insulation resistance to ensure no shunt ground paths exist, neutral -ground disconnect link removed, neutral insulation resistance measured, and link replaced. 3. Relay pickup current shall be determined by primary injection at sensor and circuit interrupting device operated 4. Relay timing shall be tested by injecting 150% and 300% of pickup current into sensor Total trip time shall be electrically monitored. 5. System operation shall be tested at 55% rated voltage 6. Zone interlock system shall be tested by simultaneous sensor current injective and monitoring blocking function. C. Test Parameters: 1. System neutral insulation shall be minimum of 100 ohms, preferably 1 megohm or larger 2. Relay pickup current shall be within 10% of device dial or fixed setting, and in no case greater than 1,200 amp. Testing Electrical Systems City of Yakima 01668 - 6 Struvite System Implementation 3 Relay timing shall be in accordance with manufacturer's published time -current characteristic curves, but in no case longer than 1 sec. 3.10 INSTRUMENTS AND METERS A. Voltmeters: 1. Clean glass. 2. Check movement for proper operation 3. Electrically check calibration of cardinal points with reference to instrument with 1 minimum accuracy. 4. Verify proper switching in all positions. B. Ammeter: 1. Clean glass. 2. Check movement for proper operation. 3. Electrically test current transformers for ratio and polarity. 4. Electrically check calibration at cardinal points with reference to instrument with 1% minimum accuracy 5 Verify proper switching in all positions. Verify CT ratio and polarity. C. Watthour/Demand Register Meters. 1 Clean glass. 2. Check movement for proper operation. 3. Electrically test and adjust watthour movement to 1% accuracy under Tight load, full load, and 50% power factor load. 4. Electrically test for creep and balance. 5. Electrically test interval timer. 6. Electrically test demand register. 7. Verify CT and PT ratio and polarity - END OF SECTION - City of Yakima Testing Electrical Systems Struvite System Implementation 01668 - 7 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01740 CLEANING PART 1 - GENERAL 101 SUMMARY A. Perform cleaning throughout construction period and at completion of Work. B. Refer to Specification sections for specific cleaning products or Work. C. Conduct cleaning and disposal operations to comply with codes, ordinances, regulations, and anti -pollution laws. PART 2 - PRODUCTS 2.01 CLEANING MATERIALS AND EQUIPMENT A. Use only the cleaning materials and equipment which are compatible with the surface being cleaned, as recommended by the manufacturer of the material. B. Use only those cleaning materials which will not create hazards to property and persons. PART 3 - EXECUTION 3.01 DURING CONSTRUCTION A. Comply with general Conditions. B. Provide on-site containers for collection and removal of waste materials, debris, and rubbish in accordance with applicable regulations. C. As required preparatory to installation of succeeding materials, clean the structures or perti- nent portions thereof to the degree of cleanliness recommended by the manufacturer of the succeeding material, using equipment and materials required to achieve the necessary clean- liness. 3.02 FINAL CLEANING A. Broom clean interior hard surface floors and exterior paved surfaces. Rake clean other surfaces of grounds. B. Clean out existing or new sewers to remove sediment and other materials that have entered during construction. C. Clean roads and streets used as haul roads during construction of accumulated material. Clean paved streets with water. D. Prior to Final Completion or OWNER occupancy, CONTRACTOR, with ENGINEER and OWNER, shall conduct inspection of exposed interior and exterior surfaces and work areas to verify Work and Site is clean. 3 03 CLEANING DURING OWNER'S OCCUPANCY City of Yakima Struvite System Implementation Cleaning 01740-1 A. Should the OWNER occupy the Work or any portion thereof prior to its completion by the CONTRACTOR and acceptance by the OWNER, responsibilities for interim and final cleaning shall be as determined by ENGINEER in accordance with the General Conditions. 3.04 CLEANING OF TANKS A. Wetwell, tanks and reactors shall be washed down and swept before water is allowed to enter. —END OF SECTION— CLEANING 01740-2 City of Yakima Struvite System Implementation SECTION 01815 TESTING PIPING SYSTEMS PART 1 — GENERAL 1.01 SUMMARY A. Hydrostatic pressure testing, low pressure air testing, and high pressure air testing of piping systems. B Systems to be tested, type of test to be performed, and test pressure shall be as specified in other sections of Specifications. 1.02 SUBMITTALS A. Test report for each piping system tested. Include following: 1. Date of test. 2. Description and identification of piping system tested. 3. Type of test performed. 4. Test fluid. 5. Test pressure. 6. Type and location of leaks detected. 7. Corrective action taken to repair leaks. 8. Results of retesting. PART 2 — PRODUCTS (NOT USED) PART 3 — EXECUTION 3.01 GENERAL A. Test in presence of ENGINEER. B. CONTRACTOR shall provide water for testing specified herein. 1 Water hauled to site from OWNER'S water system. C. Provide tanks, pumps and piping required to bring water to point of use. D. Provide air supply. E. Provide test pressure equipment, meters, pressure gauges, and other equipment, materials, and facilities necessary to perform specified tests. F Provide bulkheads, flanges, valves, bracing, blocking, or other temporary sectionalizing devices that may be required. G. Remove temporary devices after tests complete. H Perform tests on exposed piping after completely installed, including supports, hangers, and anchors. City of Yakima Testing Piping Systems Struvite System Implementation 01815-1 Perform tests on piping before insulation installed. J. Perform tests on piping that is clean and free of dirt, sand or other foreign material. K. Plug pipe outlets with test plugs. Brace each plug securely to prevent blowouts. L. Add test fluid slowly. M. Include regulator set to avoid overpressurizing and damaging piping. N Perform pressure testing in accordance with local, state, and federal requirements. O. Correct leaks or defects and retest at no additional cost to OWNER.. 3.02 HYDROSTATIC PRESSURE TESTING A. Perform hydrostatic pressure testing for piping systems identified in other sections. Test pressure shall be as specified in other sections. B. Open vents at high points to purge air pockets while piping system is filling. Venting may also be provided by loosening flanges or with equipment vents. C Testing 1 After section of piping to be tested has been filled with water, apply test pressure by means of force pump of such design and capacity that required pressure can be applied and maintained without interruption for duration of test. 2. Measure test pressure by means of tested and properly calibrated pressure gauge acceptable to ENGINEER. 3. Maintain test pressure for sufficient length of time to permit ENGINEER to observe piping under test but not less than 2 hours D With exception of buried piping with mechanical joints or push -on joints, piping systems shall show no visual evidence of weeping or leaking. If leakage is evident, make appropriate repairs and retest. E. Maximum allowable leakage for buried piping with mechanical joints or push -on joints is as follows. If leakage is excessive, make appropriate repairs and retest. L_ NDP"2 7,400 Where. L = Leakage, gallons per hr N = Number of joints under test D = Nominal diameter of piping, in. P = Average pressure during test, lbs per sq in. 3.03 LOW PRESSURE AIR TESTING A. General: 1. Perform low pressure air testing for gravity sewer and drainage piping systems identified in other sections. 2. Test pipes between adjacent manholes. Test time for air pressure to drop 1.0 psi. TESTING PIPING SYSTEMS City of Yakima 01815-2 Struvite System Implementation a. For pipes 4 in. through 36 in. dia comply with Table 01815. b. Pipe over 36 in dia shall not be tested by the low pressure air method. c. Ignore length of laterals. B. Preparation. 1. Isolate pipe section to be tested by plugging each end with air tight plugs. Plug ends of branches, laterals and wyes which are to be included in test section. 2. Brace plugs to prevent slippage and blowout due to internal pressure. 3. One plug shall have inlet tap or other provision for connecting air supply. 4. Air control equipment shall consist of valves and pressure gauges to control rate at which air flows into test section and gauges to monitor air pressure inside pipe. C. Testing: 1. If pipe to be tested is submerged in water, determine height of water above spring line of pipe at each end of test section and compute average. For each foot of water above pipe's spring line, increase test pressure by 0.43 psi. 2. Add air slowly to test section until pressure inside pipe is raised to 4 0 psi greater than average back pressure of water that may be over pipe 3. After pressure of 4.0 psi obtained, control supply of air so internal pressure maintained between 3.5 and 4.0 psi (above average water back pressure) for minimum of 2 minutes to allow temperature of air to come into equilibrium with temperature of pipe 4. Determine rate of air lost by time pressure drop method. a. After temperature stabilized for 2 minute period, disconnect air supply. Allow pressure to decrease to 3.6 psi. At this pressure, start stopwatch to determine time required for pressure to drop 1 0 psi. Time required for Toss of 1.0 psi is then compared to Table 01815. b. If time is equal to or greater than time indicated in table, test shall be acceptable c. If time is less than time indicated in table, make appropriate repairs and retest. 3.04 HIGH PRESSURE AIR TESTING A. Perform high pressure air testing for piping systems as specified in other sections. Test pressure shall be as specified in other sections. B. Perform preliminary test at not greater than 25 psi. Examine for leakage at joints with soap solution and visual detection of soap bubbles. Correct visible leaks. C. Perform final test at test pressure specified Pressure in system shall be gradually increased in small increments until test pressure reached. Test pressure shall be maintained for minimum of 10 minutes and additional time necessary to conduct soap bubble test examination of each joint for leakage. D. Piping system shall show no evidence of leakage. If leakage is evident, make appropriate repairs and retest. is City of Yakima .: Testing Piping Systems Struvite System Implementation 01815-3 TABLE 01815 LOW PRESSURE AIR TEST Test time required for loss of air pressure of 1.0 psi for size and length of pipe indicated. A B C D E F Pipe Dia (in.) Time/Ft Up To Length In Column C (sec) Length Time In Column B Applies (ft) Test Time For Length Between Columns C & E (min:sec) Length Time In Column F Applies (ft) Time/Ft Over Length In Column E (sec) 4 0.18 636 1:54 1,432 0.08 6 0.40 424 2:50 955 0.18 8 0 71 318 3:47 716 0.32 10 1.11 255 4:43 573 0.49 12 1.60 212 5:40 477 0 71 15 2 50 170 7:05 382 1.11 18 3.62 141 8:30 318 1.61 21 4 92 121 9:55 273 2 19 24 6.42 106 11:20 239 2.85 27 8.14 94 12.45 212 3.62 30 10 00 85 14.10 191 4.44 33 12.14 77 15:35 174 5.40 36 14.37 71 17 00 159 6.39 -END OF SECTION - TESTING PIPING SYSTEMS City of Yakima 01815-4 Struvite System Implementation 1 1 1 11 1 1 1 1 1 1 1 1 1 1 SECTION 03200 REINFORCING STEEL PART 1 —GENERAL 1.01 SUMMARY A. Provide concrete reinforcement where shown on the Drawings, as specified herein, and as needed for a complete and proper installation. 1.02 SUBMITTALS A. Shop Drawings: 1, Conform to ACI SP -66 showing bending diagrams, assembly diagrams, location diagrams, splicing and laps of bars, shapes, dimensions, and details for reinforcing, and stirrup spacing, accessories, and additional reinforcing at openings. B. Product Data. 1. Dowel Bar Splicer System, Reinforcing Bar Splicer, and Dowel Adhesive manufacturer's product data. 2. Epoxy coating material certificates. C. Miscellaneous Submittals: 1. Welder's certification in accordance with AWS D1.4 prior to welding when welding indicated, specified, or approved by ENGINEER. 1 03 DELIVERY, STORAGE, AND HANDLING A. Deliver reinforcement to site bundled and tagged. B. Use necessary precautions to maintain identification after bundles are broken. C. Store in a manner to prevent excessive rusting and fouling with dirt, grease, and other bond - breaking coatings D. Equipment for handling epoxy coated reinforcement shall have protective contact areas. Lift bundles at multiple points to minimize bar -to -bar abrasion. Do not drop or drag epoxy coated reinforcement. E. Store epoxy coated reinforcement on protective cribbing. F. Repair damaged areas larger than 0 1 sq in. in accordance with the requirements of ASTM A775. Maximum amount of coating damage shall not exceed 2% of the surface area of the bar. PART 2 —PRODUCTS 2.01 REINFORCEMENT MATERIALS AND ACCESSORIES A. Deformed Steel Bars: ASTM A615, Grade 60. Bars to be welded shall conform to ASTM A706 low alloy. B. Smooth Dowels. Plastic or epoxy coated plain steel bars, ASTM A615, Grade 60. C. Welded Wire Fabric (WWF): ASTM A185. D. Welding Electrodes: AWS A5.1, low hydrogen, E70 series. E. Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcement in place: City of Yakima Reinforcing Steel Struvite System Implementation 03200 - 1 1. Comply with CRSI recommendations. 2. For slabs on grade, use supports with sand plates or horizontal runners where base material will not support chair legs. 3. Exterior exposed surfaces, surfaces in contact with earth or liquid, and interior exposed surfaces in humid areas shall have all plastic or stainless steel supports. 4. Interior exposed surfaces in dry areas shall have all plastic, stainless steel, or plastic tipped steel supports. 5. Supports, bar clips, and spreaders for epoxy coated reinforcement shall be all plastic supports. Tie wire shall be nylon, epoxy, or plastic coated. 6. When supports bear directly on the ground and it is not practical to use steel or plastic supports, solid precast concrete blocks may be used to support only the bottom mat of reinforcement. Precast blocks must be of equal or greater strength than the concrete being placed. F. Reinforcing Bar Splicers. 1. Develop minimum 125% of yield capacity of bars spliced in tension when tested as assembly in accordance with ASTM A370 and ASTM A615. 2. Manufacturers. a. Cadweld or Lenton Rebar Splicers by Erico Products, Inc. b. Dayton Barsplice by Dayton Superior, Inc. G. Dowel Bar Splicer Systems: 1. Develop minimum 125% of yield capacity of dowels when tested as assembly in accordance with ASTM A370 and ASTM A615. 2. Manufacturers: a. DB -SAE Splicer System by Richmond Screw Anchor Co, Inc. b. C2D Rebar Flange Coupler by Williams Form Engineering Corp. c. Lenton Form Saver by Erico Products, Inc. H. Dowel Adhesive: 1 Epoxy adhesive. 2 Manufacturers. a. Anchor -It Fastening System by Adhesive Technology Corp. b HSE 2411 System by Hilti Corp. c Power -Fast Epoxy Injection Gel System by Rawl/Sika. d. Five Star RS Anchor Gel by Five Star Products, Inc. e. Inject-Tite Two -Part Epoxy by Ankr-Tite Fastening Systems. f. ET or SET Epoxy Adhesive System by Simpson Strong -Tie Co , Inc. I. Epoxy Coated Reinforcement: 1. Deformed steel bars conforming to ASTM A615, Grade 60, with epoxy coating in accordance with ASTM A775. Reinforcing Steel City of Yakima 03200 - 2 Struvite System Implementation 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2.02 FABRICATION A. Fabricate reinforcing bars to conform to the required shapes ,and dimensions and in accordance with ACI 318 and CRSI Manual. B. In case of fabricating errors, do not straighten or re -bend reinforcement in a manner that will weaken or injure the material. C. Reinforcement with any of the following defects will not be acceptable. 1. Bar lengths, depths, and/or bends exceeding the specified fabrication tolerances. 2. Bends or kinks not shown on the Drawings, 3. Bars with reduced cross-section due to excessive rusting or other causes. D. Epoxy coated reinforcement shall be shop bent before coating. PART 3 —EXECUTION 3.01 SURFACE CONDITIONS A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected. 3.02 INSTALLATION A. Clean reinforcement to remove loose rust and mill scale, earth, and other materials which reduce or destroy bond with concrete. B. Position, support, and secure reinforcement against displacement by formwork, construction, and concrete placing operations. C. Correct displacement of reinforcement prior to and during concrete placement. Maintain clear cover as noted on Drawings Tolerances shall be in accordance with ACI 117 and ACI 318, unless noted otherwise. D The minimum reinforcing for allconcrete walls and slabs shall be as follows: Thickness Reinforcing Each Way Location 8" #4@12" Centered 8" #5@12" Centered 10" #4@12" Each Face 12" #5@12" Each Face 1. Provide larger sizes and more reinforcing in all sections of concrete where required by the details on the Drawings E. Clearance for reinforcement bars, unless shown otherwise, shall be: 1. When placed on ground – 3 inches. 2. All other concrete surfaces. a. #5 bar or smaller –1 1/2 inches. b. #6 bar or larger – 2 inches F. Support reinforcing steel in accordance with CRSI "Placing Reinforcing Bars" with max spacing of 4 ft. G Tie reinforcing steel at intersections in accordance with CRSI "Placing Reinforcing Bars". 1. Spacing for Footings, Walls, and Columns: Every third intersection, 3 ft max. City of Yakima Reinforcing Steel Struvite System Implementation 03200 - 3 2. Spacing for Slabs and Other Work: Every fourth intersection, 3 ft max. 3 Tie each dowel in-place. H. Reinforcement shall be continuous through construction joints. I. Reinforcement may be sliced at construction joints provided that the entire lap is placed within only 1 pour. J. Vertical wall bars shall be lapped with dowels from base slabs and extended into the top face of roof slabs and lapped with top slab reinforcement. For hydraulic structures, provide a minimum of two full height vertical bars with matching dowels at wall ends, corners and intersections with size to match typical vertical reinforcing steel shown on drawings or listed above. K. Unless shown otherwise, place WWF between upper third point and midpoint of slab. WWF placement on sub grade and pulling up during concrete placement not allowed. L. Do not field bend bars, including bars partially embedded in concrete unless indicated. All bends, unless otherwise shown, shall be a 90 degree standard hook as defined in the latest edition of ACI 318. M. Tack welding of, or to, reinforcement prohibited. N. Placement of reinforcement shall be approved by ENGINEER before placing concrete. O Anchor dowels into drilled holes with epoxy dowel adhesive where noted. Conform to details shown. M Do not field cut epoxy coated reinforcement. 3 03 SPLICES A. Lap reinforcing at splices. Tie securely to prevent displacement of splices during placement of concrete. B. Dowel Bar Splicer Systems may be substituted for dowels at CONTRACTOR'S option when approved by ENGINEER. C. Reinforcing Bar Splicers may be substituted for lapped splices at CONTRACTOR'S option when approved by ENGINEER. Stagger splices. D Extend WWF to within 2 in. of edges of section. Lap sheets at least 12 in. at ends and edges and wire together. Stagger laps. E. Welding of reinforcing bars permitted only where noted and when approved by ENGINEER. Perform welding in accordance with AWS D1.4. - END OF SECTION - Reinforcing Steel City of Yakima 03200 - 4 Struvite System Implementation t 1 1 i 1 1 1 1 1 1 1 1 1 SECTION 03300 CAST -IN-PLACE CONCRETE PART 1 —GENERAL 1.01 SUMMARY A. Provide cast -in-place concrete where shown on the Drawings, as specified herein, and as 9 P needed for a complete and proper installation. 1.02 SUBMITTALS A. Shop Drawings: 1. Verification of Mix Design. a. Proposed mix design for each class of concrete to be used as specified using designations indicated Provide dry weight of cement, saturated dry weight of coarse and fine aggregate, brand name and quantities of admixtures when applicable, fly ash when applicable, gallons of water required for 1 cubic yard of concrete, and chloride ion content. b. Source and material certificates of cement and fine and coarse aggregate, including sieve analysis, which will be used in each class of concrete. c. Admixture product data. d. Source and test reports of flyash. e. Test data supporting proportions of design mixes (excluding Class AA) based on laboratory trial batches or past field experience in accordance with ACI 318. f. NRMCA certification or letter stating plant and equipment complies with NRMCA requirements. g. Mix design shall be approved by ENGINEER before concrete delivered to site B. Product Data: 1 Waterstop: Samples of material and manufacturer's literature. 2. Curing Compound, Floor Hardener, Floor Sealer, and Evaporation Retardant: Proposed rate of coverage and manufacturer's literature. 3. Finishing Grout manufacturer's literature. 4. Bonding Agent manufacturer's literature. 5. Control Joint manufacturer's literature. 6. Epoxy Joint Filler manufacturer's literature. 7. Fiber Reinforcement manufacturer's literature. 8. Patching Mortar manufacturer's literature. C. Test Results: 1. Concrete test results. 2. Concrete delivery tickets: With each load of concrete delivered, provide duplicate tickets, one for CONTRACTOR, one for ENGINEER, with following information. a. Serial number of ticket. b. Date and truck number. City of Yakima Cast -in Place Concrete Struvite System Implementation 03300 - 1 c. Name of supplier d. Class of concrete. e. Type of cement and cement content in bags/cu yd. f Admixture brand names. g Aggregate size. h. Time loaded. i. Amount of concrete in load. j. Gallons of water added at site and slump of concrete after addition of water k. Temperature of concrete at delivery I. Time unloaded. 1 03 QUALITY ASSURANCE A. Plant Certification: Plant or concrete supplier shall comply with requirements of National Ready Mixed Concrete Association (NRMCA) certification plan as regards material storage and handling, batching equipment, central mixer, truck mixers with counters, agitators, nonagitating units, and ticketing system. B. Do not commence placement of concrete until mix designs have been reviewed and approved by ENGINEER. C Concrete Testing: Testing shall be provided by CONTRACTOR in accordance with this Section. 1. Conduct tests on sample material in accordance with methods listed below: a. Slump: ASTM C143. b. Air -Entrainment: ASTM C231 c. Compressive Strength. ASTM C31 and ASTM C39. 1.04 PROJECT / SITE CONDITIONS A. Hot Weather: 1. Comply with ACI 305R. 2. Concrete temperature shall not exceed 90°F 3 At air temperatures of 80°F or above, keep concrete as cool as possible during placement and curing. 4 When concrete temperature exceeds 80°F, water reducing, set -retarding admixtures shall be used B. Cold Weather: 1. Comply with ACI 306R. 2. Temperature of reinforcement, forms, fillers, and other material in contact with concrete at time of placement shall not be less than 35°F. Preheat if temperature below 35°F. 3. Maintain air and forms in contact with concrete sections having minimum dimension less than 12 in. at temperature above 50°F for at least 3 days and at temperature above 32°F for remainder of specified curing period. 4. Maintain air and forms in contact with concrete in more massive sections at temperature above 40°F for at least 3 days and at temperature above 32°F for remainder of specified curing period. Cast -in Place Concrete City of Yakima 03300 - 2 Struvite System Implementation 1 11 1 1 i 1 11 1 1� 1 1i 1 t 1 1 PART 2 —PRODUCTS 2.01 MATERIALS A. Cement: 1. Portland cement conforming to ASTM C150. 2. Type I or II except tricalcium aluminate (C3A) content of Type I shall not exceed 8%. If this type of Type I not available, Type I with C3A content less than 12% shall be used in combination with fly ash. 3 Type III may be substituted for Type I when approved by ENGINEER and additional requirements for Type I are met. 4. When aggregates determined to be deleteriously reactive, as defined by ASTM C33, alkali content of cement defined by ASTM C150 shall not exceed 0.60%. B Fly Ash• 1. ASTM C618, Class C or F including requirements of Table 1A. 2. Supplemental Requirements• a. Loss on Ignition (max)• 3% b. Water Requirement (max): 100% (as percent of control). c. Fineness (max retained on No. 325 sieve): 25%. d. CaO(%)-5 (R -factor) (max)• 3.0. Fe2O3(%) C. Aggregates: 1. ASTM C33, modified as follows: a. Fine aggregate. Natural sand b. Coarse aggregate: Crushed gravel, crushed stone or gravel, 3/4 in. max. 2 Potential reactivity of aggregates shall be determined in accordance with ASTM C33. D. Admixtures: 1. Air -Entraining: ASTM C260. 2 Chemical Admixtures: ASTM C494, non -corrosive and chloride free. 3 Shrinkage Reducing Admixture: a. Ipanex by IPA. b Eclipse by Grace c. Dosage: Min 1% of weight of cement and flyash. E. Water: Potable. F. Premolded Joint Filler: 1. ASTM D 1751. 2. ASTM D1752, Type I, II, or III. 3. Closed cell polyethylene. G. Waterstop: City of Yakima Cast -in Place Concrete Struvite System Implementation 03300 - 3 1. Virgin polyvinyl chloride (PVC) waterstop conforming to CRD C572, with hog rings or grommets at 12 to 18 in oc. 2. Construction Joints: Dumbbell or serrated type, 6 in wide by 3/8 in. thick, at center. 4 in. wide by 3/16 in. thick only where noted. 3. Expansion Joints. Arctic grade, dumbbell or serrated type, 9 in. wide by 3/8 in. thick, at center, with 3/4 in inside dia hollow center bulb for joints Tess than 2 in. wide and 1-1/2 in. inside dia hollow center bulb for joints 2 in. wide or wider. 4. Provide prefabricated tees, crosses, and other configurations as required. 5. Gasket Type Waterstop: CJ Type Hydrotite by Greenstreak. H. Vapor Barrier: Polyethylene film min 10 mills thick. I Clear Floor Hardener: 1. Manufacturers: a. Flouhard by L&M Construction Chemicals, Inc. b. Saniseal by Master Builders Co. c. Day -Chem Hardener J-15 by Dayton Superior. 2. Colorless, aqueous solution of zinc or magnesium flousilicate. 3 Each gallon of flousilicate solution shall contain not less than 2 lbs of crystals J. Floor Sealer: 1 Manufacturers: a. Dress and Seal 18 by L&M Construction Materials, Inc. b. Tuf-Seal J-35 by Dayton Superior. K. Membrane Forming Curing Compound. 1. Manufacturers. a. Dress and Seal 30 by L&M Construction Materials, Inc. b. Master Cure by Master Builders Co. 2. ASTM C309, and compatible with scheduled finishes and coatings, except permeability shall not exceed 0 39 kg/m2/72hrs. L. Finishing Grout 1. Manufacturers. a. Thoroseal with Acryl 60 by Thoro. b Concrete Finisher with AKKRO-7T by Tamms Industries Co. c. SikaTop Seal 107 by Sika Corp M. Cement Grout: Mixture of cement and fine sand in proportions used in concrete being finished. N. Epoxy Bonding Agent: 1. Manufacturers: a. Sikadur 32 Hi -Mod by Sika Corp. b. Epoxtite 2362 by A.0 Horn. c. Resi-Bond J-58 by Dayton Superior Cast -in Place Concrete City of Yakima 03300 - 4 Struvite System Implementation 'i 1 1 1 1 1 1 1 1 1 1 1 1 d. Epobond by L&M Construction Materials, Inc. e. Five Star Bonding Adhesive by Five Star Products, Inc. 2. Use when joining new to existing concrete. 3. Conforming to ASTM C881. 0. Non -Epoxy Bonding Agent: 1. Manufacturers: a. Weld -Crete by Larsen Products Corp. b. Acryl 60 by Thoro. c. Acrylset by Master Builders Co. d. Everbond by L&M Construction Materials, Inc. 2. Use when joining new to existing concrete when bonding agent cannot be placed immediately prior to placement of new 'concrete. 3. Comforming to ASTM C1059 Type 11. P. Preformed Control Joint Strips: 1 Manufacturers: a. Kold-Seal Zip -Per Strip by Kold-Seal Vinylex Corp b. Stresslock by H. Compton Co. c. Quick Strip by Schlegel Corp. 2. Plastic joint former with locking tabs. 3. Depth: 1/4 of slab thickness. Q. Epoxy Joint Filler: 1. Manufacturers: a. Sikadur 51 or Sikadur CJR by Sika Corp. b MM80 by Metzger/McGuire. c. Epoflex or Everjoint by L&M Construction Materials, Inc. d. Poxy-Fil J-52 by Dayton Superior. 2. Min Shore Hardness of 70 R. Evaporation Retardant: 1. Manufacturers: a. Econ by L&M Construction Materials, Inc. b. Confilm by Master Builders Co. c. Sikafilm by Sika Corp S. Fiber Reinforcement: 1. Manufacturers: a. W R. Grace & Co. b Fibermesh Co. c. Euclid Chemical Co. City of Yakima Cast -in Place Concrete Struvite System Implementation 03300 - 5 2 1/2 in to 3/4 in. collated fibrillated virgin polypropylene fibers. 3. ASTM C1116 Type III. T. Patching Mortar 1. Manufacturers. a. Sikatop by Sika Corp. b. Duratop by L&M Construction Materials, Inc. c. EMACO R by Master Builders 2. Polymer modified cementitious fast setting mortar for repair of concrete surfaces. Consisting of polymer and selected Portland cements, aggregates, accelerator, admixtures for controlling set, water reducers for workability, and corrosion inhibitor. Shall contain no chlorides, nitrates, gypsum, or lime. Shall not produce vapor barrier. Shall be thermally compatible with concrete and shall be freeze -thaw resistant. a. Concrete gray. b. 5000 psi min compressive strength. c. 400 psi min bond strength 2.02 CONCRETE MIX DESIGN A. Concrete Mix: Measure and combine cement, aggregate, water, and admixtures in accordance with ASTM C94 and ACI 211.1. 1. Cement: When used in exposed concrete shall be one brand from one source Do not mix different cements in same element of Work. 2. Water -Cement Ratio (if fly ash used, water -cement plus fly ash ratio). 0 45 max for Class A concrete, 0 50 max for Class B concrete. 3 Air -Entrainment: Air -entrain concrete exposed to exterior or exposed to liquids. 4. Chemical Admixtures: Use is optional to aid concrete properties and allow for efficient placement. Manner of use and amount shall be in accordance with manufacturer's written recommendations and as approved by ENGINEER. Do not use admixtures that increase early shrinkage or negatively affect finishing 5. Fly Ash Use is optional unless otherwise noted Combine fly ash with cement at rate of 1.25 to 1 5 lbs fly ash for each Ib reduction of cement. Amount of fly ash shall not be less than 15% or more than 25% of weight of cement plus fly ash When fly ash used, minimum amount of cement designated may be proportionately reduced. 6. Concrete for interior slabs reinforced with WWF and fillets in tanks shall be fiber reinforced. a. Dosage Rate: 1-1/2 lbs/cu yd min. b Superplastizer admixture required. c. Use in strict accordance with manufacturer's written recommendation and ASTM C94. 7. Use no admixtures other than specified, unless approved by ENGINEER. B. Class of Concrete. 1. Furnish in accordance with table Cement contents listed are minimum values and shall be increased as required to attain other specified characteristics. Cast -in Place Concrete - n" City of Yakima 03300 - 6 Struvite System Implementation 1i 1 1 1 1 1 1 1 1 1 1 2. Slumps listed are maximum, except when high range water reducer is used. Maximum slump when high -range water reducer is used, 10 in. 3. Chloride ion content shall not exceed values listed in ACI 318, Table 4.4.1. 4. Class AA shall have a maximum fine aggregate 50 percent by weight of aggregate. Class 28 -Day Compressive Strength (psi) Coarse Aggregate (Max size) Minimum Cement Content (bags/cu yd) Air Content (%) Slump (in.) AA 4000 3/8" 8.0 8±2 6 max A2 4000 3/4" 6.0 5±1.5 3±1 B 3000 3/4" 5.5 5±1.5 3±1 C 2000 3/4" 2.25 --- --- C Concrete Usage: 1. Class AA: Bottom 6 in. lift of walls and at horizontal joints in walls caused by interruption of pour in water holding structures. Thin sections and areas with congested reinforcing, at the CONTRACTOR'S option and with the written approval of the ENGINEER for the specific location. 2. Class A2: All locations, except where Class AA, B, and C specified. 3. Class B. Exterior footings for stairs and canopy supports, fence post piers, and where specifically noted. 4. Class C. Mud slabs and backfill below and around structures where noted. 2 03 MIXING AND DELIVERY A. Use ready mixed concrete conforming to ASTM C94. B. Deliver and complete discharge within 1-1/2 hrs of commencing of mixing. Limitations may be waived by ENGINEER if concrete slump, after 1-1/2 hrs, is sufficient so that concrete can be placed without addition of water. In hot weather, time criteria may be reduced by ENGINEER. C. Do not add water on-site unless slump and water -cement ratio, after addition of water, is below max allowed. D. Deliver concrete to site having temperature not less than 50°F nor greater than 90°F. PART 3 —EXECUTION 3.01 SURFACE CONDITIONS A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected. 3.02 FORMS A. Formwork design, detailing, and installation shall be CONTRACTOR'S responsibility and shall conform to ACI 347R. B. Type of forms used is CONTRACTOR'S option, except as otherwise indicated or shown Plywood and other wood surfaces shall have smooth, level surfaces treated with formoil or sealer to produce clean release of concrete from forms. 1. Where walls remain exposed use plywood, prefabricated metal or wood forms; do not use boards. City of Yakima - Cast -in Place Concrete Struvite System Implementation 03300 - 7 2. Form ties shall be plastic cone snap ties. Cone shall be min 3/4 in. dia by 1 in. deep. Ties for liquid holding structures or dry structures below grade shall have integral waterstop Taper tie through -bolt form ties may be used as an alternate to plastic cone snap ties; conform to details shown. Do not use wire ties on exposed concrete. 3. Removal of ties shall leave holes clean cut and without appreciable spalling at face of concrete. 4. Provide 3/4 in chamfer on external corners of exposed concrete walls, beams, columns, equipment bases and exposed edges of construction joints. Do not chamfer edges flush with masonry walls. 5. Provide openings at base of vertical forms as access for cleaning and inspection of forms and reinforcing prior to depositing concrete. C. Coat plywood and wood forms with non -staining form release agent. Apply release agent before reinforcement is placed. D. Clean, patch, and repair form material before reuse. E. Formwork shall prevent leakage of mortar, shall not deflect under weight of concrete and workmen, and shall withstand fluid pressure of concrete. F. Conform to tolerances as specified in ACI 117. 3.03 SUBGRADE PREPARATION A. Subgrade and bedding shall be compacted and free of frost. If placement occurs at temperatures below freezing, provide temporary heat and protection to remove frost. Do not place concrete on frozen material. B Provide mud slabs where noted, where necessary, and when required by ENGINEER to obtain dry and stable working platform for placement of concrete. Unless otherwise approved by ENGINEER, 2 in. thick mud slabs shall be provided between free -draining fill and concrete as detailed. C. Provide vapor barrier between subgrade and building floor slabs where noted, overlap joints min 6 in. D. Remove standing water, ice, mud, and foreign matter before placing concrete. 3.04 PLACING CONCRETE A. Notify ENGINEER 24 hrs in advance of placing operations. B. Place concrete, except as modified herein, in accordance with ACI 304R. C. Concrete will not be allowed to drop freely where reinforcing will cause segregation of mix. 1. Superplasticized Concrete: 10 ft max drop. 2. Other Concrete: 5 ft max drop. D. If pumping used, do not use aluminum piping for delivery system. E. When placing concrete temporarily halted or delayed, provide construction joints as shown and as specified. F. Place in lifts not exceeding 24 in. and compact with internal mechanical vibrator equipment. G. Minimum of 2 hrs shall elapse after depositing concrete in columns or walls before depositing concrete in adjoining beams or slabs. H. If in process of pouring wall, pour is stopped unexpectedly, leave surface of joint level but rough. Roughened surface shall have amplitude of 1/4 in. min. Before depositing new Cast -in Place Concrete City of Yakima 03300 - 8 Struvite System Implementation 1 11 1 1 1 11 1 1 1 1 1 11 1 1 11 1 1 1 1 1 1 1 1 e 1 1 concrete against hardened concrete, retighten forms and place 2 in layer of Class AA concrete. I. Provide bonding agent between new and hardened or existing concrete where shown. J. When hot and/or wind conditions will result in evaporation of 0.2 Ib/sf/hr or more, evaporation retardant shall be used in accordance with manufacturer's written recommendations to minimize plastic shrinkage cracking. 3.05 JOINTS A. Joints not shown on Drawings shall be approved by ENGINEER. Locate to miss splices in reinforcement. B. Limit size of concrete pours. Max length of wall and slab pours shall not exceed 40 ft. C. Before concrete placed, construction joints shall be sand blasted, cleaned, laitance removed, and surface wetted Remove standing water. D. Construction joints in non -water bearing concrete shall have keys. Construction joints in water bearing slabs and walls shall have waterstop. E. Install premolded joint filler where noted in accordance with manufacturer's recommendations. Joint filler shall be compatible with sealant and suitable for intended purpose. 3 06 WATERSTOP A. Provide waterstop in construction joints in: 1 Walls and slabs separating dry interior from earth or liquid. 2. Exterior walls of liquid holding tanks from 6 in. below top of wall to 4 ft below grade. 3. Slabs above occupied areas. 4. Other locations shown on Drawings. B. Secure in place. Install in accordance with manufacturer's recommendations. C. Splice joints in waterstop to form continuous watertight diaphragm. Splice in accordance with manufacturer's recommendations. Spark test joints as required by ENGINEER. D. Use gasket type waterstop only where noted. Gasket type waterstop shall be glued and nailed to substrate. 3 07 EMBEDDED ITEMS A. Cast pipe and other embedded items into concrete as placement progresses. Do not provide blockouts. B. Following restrictions shall be adhered to, unless otherwise noted 1. No duct, conduit, pipe, or fitting placed vertically shall be larger in cross-sectional area than 4% of column into which it is placed. 2. Duct, conduit, pipe, and fittings, when placed within slabs or walls, shall not be larger than 1/3 thickness of slab or wall nor placed closer than -3 outside dia clear from each other. 3. Reinforcing steel shall be in place before embedded items placed and reinforcing cut or removed shall be replaced with additional reinforcing as indicated. 4. Do not pass sleeves through columns without ENGINEER'S approval. C. Do not place ducts, conduit, and pipes in slabs on grade. Place min 4 in. below slab. City of Yakima Cast -in Place Concrete Struvite System Implementation 03300 - 9 D. Set items such as bolts, anchors, piping, and frames in concrete as shown. E. Place items constructed of dissimilar metals to avoid physical contact with reinforcing. Secure item and reinforcing to ensure they will not shift and come into contact during concrete placement. Contact between reinforcing steel and other metal, other than bare, coated, or plated carbon steel not permitted. 3 08 REPAIR OF SURFACE DEFECTS A. General: 1. Prior to starting repair work, obtain ENGINEER'S approval of proposed repair techniques and mixes. 2. Develop patching techniques and mixes on portion of as -cast surface selected by ENGINEER. Dress surface of patches remaining exposed to view shall match color and texture of adjacent surfaces. 3. Prepare surfaces, apply materials, and cure as recommended by material manufacturers. B. Tie Holes: Fill plastic cone snap tie holes with Patching Mortar. Fill taper tie through -bolt form tie holes with Non -Shrink Grout. C. Defective Areas: 1 Remove honeycombing, stone pockets, spalls, and other defective concrete down to sound concrete. If chipping required, make edges perpendicular to surface. Do not feather edges. 2. Fill defective area with Patching Mortar. D. Leaks or Wet Spots: 1 Patch and repair areas where leaks or wet spots have occurred inside dry structures. 2. Patch and repair areas where leaks or wet spots have occurred in wet wells, basins, tanks, and other structures which are to hold water in accordance with Section 01812. 3 09 FINISHING SLABS AND FLATWORK A. Slab Finishes: Description Concrete Finish Surfaces to Receive Grout or Topping Float Submerged and Buried Slabs Float Slabs with Floor Coverings 1 Troweling Sealer Applied Floors and Slabs 3 Trowelings Exterior Exposed Slabs Float and Broom Finish Exterior Stairs and Walks Float and Broom Finish Interior Stairs I Troweling and Broom Finish B. After placement, screed concrete with straightedges, power strike -offs or vibrating screeds. C. After screeding, bull float or darby surfaces to eliminate ridges and to fill in voids left by screeding. D. Float: 1. Use magnesium or aluminum hand floats or power floats with slip on float shoes. 2. Float finish shall result in uniform smooth granular texture. E. Trowel: Cast -in Place Concrete 03300 - 10 City of Yakirnd' Struvite System Implementation ti 1 11 11 11 11 11 11 1 11 11 1 t 'f I r 1 t 1 1 1 1 11 1 1 1 1. Use steel trowels. 2. Use power or hand troweling. 3. Final troweling shall be by hand and continue until concrete surface consolidated to uniform, smooth, dense surface free of trowel marks and irregularities. F Broom Finish. Use fine, soft -bristled broom and broom at right angles to direction of traffic to give nonskid finish approved by ENGINEER. G. Clear Floor Hardener: Apply according to manufacturer's written instructions where shown in room finish schedule. H. Floor Sealer: 1. Apply in accordance with manufacturer's written instructions. 2. Apply first cost after final troweling, surface water glaze has dissipated, and when surface is hard enough to sustain foot traffic on same day as pour. 3. When floor has been water cured, apply first coat after curing has been completed. Apply within one day of floor being dry' enough for application. 4. Apply second coat after Work completed and ready for occupancy. I. For special coatings or finishes, see room finish schedule. J. Tolerances. 1. Concrete slabs shall be within 3/16 in. of 10 ft straightedge in all directions except where slabs are dished for drains. Deviations from elevation indicated shall not exceed 3/4 in. 2. Pitch floor to floor drains min 1/8 in./ft or as shown. Pitch bottom of slab or beam to match top slope to maintain thickness or depth indicated. As an alternate, bottom of slab or beam may be placed level provided that min thickness or depth is maintained. 3.10 FINISHING FORMED CONCRETE A. As -Formed Finish: Finish resulting directly from formwork for surfaces which will be hidden from view by earth, submergence in water, or subsequent construction. 1. Repair surface defects as specified herein. 2. Where joint marks or fins on submerged surfaces exceed 1/4 in., grind smooth. B Smooth Finish: Interior concrete surfaces permanently exposed to view and concrete surfaces scheduled to be painted. 1 Repair surface defects as specified herein. 2. Grind joint marks and fins smooth with adjacent surface. Remove stains and rinse. 3. Dampen concrete and paint entire surface with Cement Grout. Work grout into surface with suitable float. When grout has set to where it will not be pulled out of holes or depressions, brush off surface with burlap or carpet. 4. Prepare surface to be painted in accordance with paint manufacturer's recommendations. C. Rubbed Finish: Exterior concrete surfaces permanently exposed to view extending to 6 in. below finished grade or liquid level. 1. Repair surface defects as specified herein. 2. Grind joint marks and fins smooth with adjacent surface. Remove stains and rinse. 3. Apply heavy coat of Finishing Grout. After first coat has set, apply second coat. When second coat has set, float to uniform texture. City of Yakima Cast -in Place Concrete Struvite System Implementation 03300- 11 4 Follow manufacturer's written recommendations. 5. Finish color shall be gray. 3.11 PROTECTION AND CURING A. Protect concrete from frost and keep moist for min curing period of 7 days after placement in accordance with ACI 308. B. Formed Surfaces. 1. Wet cure by spraying surfaces as frequently as drying conditions may require to keep concrete surfaces moist. 2. Surfaces may be cured by leaving forms in-place. For vertical surfaces, apply water to run down inside of forms, if necessary, to keep concrete moist. 3. After forms are removed, wet cure for remainder of curing period or apply curing compound. 4. Do not use curing compound where mortar, grout, concrete, or other coatings or adhesives will be applied. C Flatwork: 1. Cure using curing compound or wet cure. 2. Do not use curing compound where mortar, grout, concrete, or other coatings or adhesives will be applied. 3. Cure bottom slab of tanks and basins by ponding water on slab. D. Curing Compound: 1. Apply curing compound at uniform rate sufficient to comply with requirements for water retention as specified and as measured in accordance with ASTM C156. 2. Cover areas subjected to direct sunlight with ambient temperature expected to exceed 80°F with white pigmented compound, other surfaces may be covered with fugitive dye compound. E. Protect from damaging mechanical disturbances, load stresses, heavy shock, and excessive vibration. F. Protect finished concrete surfaces from damage caused by construction equipment, materials, and methods, and from rain or running water. G Do not load self-supporting structures to overstress concrete. 3 12 REMOVAL OF FORMING AND SHORING A. Do not remove forming or shoring until member supported has acquired sufficient strength to safely support own weight and any imposed loads. Forming shall remain in place for at least min time recommended by ACI 347R. In addition, forming for horizontal members shall remain in place min 7 days. In no case shall forming for horizontal members be removed before concrete has reached 70% of specified design strength. B. Reshore areas as required to carry additional imposed loads. 3.13 FIELD QUALITY CONTROL A. Obtain samples of concrete in accordance with ASTM C172. Place cylinders on-site where they can be stored under conditions similar to concrete they represent without being disturbed for first 24 hrs Cast -in Place Concrete City of Yakima 03300 - 12 Struvite System Implementation 1 t 1 1 1 1 1 1 B. Make slump tests daily and when requested by ENGINEER, in accordance with ASTM C143. Make slump tests from same load from which strength tests are made. C Make air content tests daily and when requested by ENGINEER, in accordance with ASTM C231. Make air content tests from same load from which strength tests are made. D. If measured slump or air content falls outside specified limits, make check test immediately on another portion of same sample In event of second failure, concrete shall be considered to have failed to meet requirements of Specifications and will be rejected. E. Make strength test for each of the following conditions for each class of concrete 1. Each day's pour. 2. Each change of source. 3. Each 100 cu yds poured. F. Strength test for each class of concrete consists of 4 cured standard cylinders made from composite samples secured from same load of concrete in accordance with ASTM C172. Make compressive strength tests on 1 cylinder at 7 days and 2 cylinders at 28 days. Test results at 28 days shall be average strength of 2 specimens as determined in accordance with ASTM C39. Test remaining cylinder if needed. 1. When temperatures are expected to fall below 45°F within 48 hrs after concrete placement, make 2 additional cylinders and cure in the field under conditions similar to concrete they represent. Test 1 cylinder at 7 days and the other at 28 days G. Strength of concrete considered satisfactory if following requirements met. 1. Average of all sets of 3 consecutive strength tests equal or exceed specified 28 -day compressive strength. 2. No individual strength test falls below specified 28 -day compressive strength by more than 500 psi. H. If analyses of strength tests indicate above requirements are not being met, make immediate adjustments to mix design and make additional tests as required by ENGINEER to determine strength of concrete in-place in portion of structure represented by deficient cylinders. If tests verify Work in-place is not in conformance with Specifications, ENGINEER will determine if Work in-place is adequate for intended use. If Work in-place is determined to be inadequate, CONTRACTOR shall follow such remedial or replacement measures which ENGINEER may require. CONTRACTOR shall bear costs associated with testing, engineering analysis, remedial work, and replacement required under terms of this paragraph. - END OF SECTION - 1 City of Yakima a Cast -in Place Concrete Struvite System Implementation 03300 - 13 SECTION 05120 STRUCTURAL STEEL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Structural steel and grout. 1.2 DEFINITIONS A. Structural Steel: Elements of structural -steel frame, as classified by AISC 303, "Code of Standard Practice for Steel Buildings and Bridges." 1.3 PERFORMANCE REQUIREMENTS A. Connections: Provide details of simple shear connections required by Contract Documents to be selected or completed by structural -steel fabricator to withstand Toads indicated on the drawings or use the maximum steel beam end reaction Toad and comply with other information and restrictions indicated. 1. Select and complete connections using schematic details indicated and AISC 360. 2. Use ASD; data are given at service -load level. 1.4 SUBMITTALS A. Shop Drawings: Show fabrication of structural -steel components. Furnish templates for bolt installation. Submit mill test reports or as required by Architect. 1. Include details of cuts, connections, splices, camber, holes, and other pertinent data. 2. Indicate welds by standard AWS symbols, distinguishing between shop and field welds, and show size, length, and type of each weld. Show backing bars that are to be removed and supplemental fillet welds where backing bars are to remain. 3. Indicate type, size, and length of bolts, distinguishing between shop and field bolts. Identify high-strength bolted slip -critical, direct -tension, or tensioned shear/bearing connections. 4 Identify members and connections of the seismic -load -resisting system. 5. Indicate locations and dimensions of protected zones. 6. Identify demand critical welds. 7. For structural -steel connections indicated to comply with design loads, include structural design data and Shop Drawings signed and sealed by qualified professional engineer responsible for their preparation. 8. Provide Pick -point locations and handling instructions for those items that may be damaged ar_improperly stressed by improper handling on site. B. Welding certificates. City of Yakima Struvite System Implementation Structural Steel 05120 - 1 1 0 1 1.5 QUALITY ASSURANCE A. Fabricator Qualifications: Qualified fabricator that participates in AISC Quality Certification Program and is designated an AISC Certified Plant, Category STD. B. Installer Qualifications: Qualified installer who participates in AISC Quality Certification Program and is designated an AISC Certified Erector, Category CSE. C. Welding Qualifications: Qualify procedures and personnel per AWS D1.1/D1.1M, "Structural Welding Code —Steel" and AWS D1.3/D1.3M, "Structural Welding Code - Sheet Steel." 1. Welders and welding operators performing work on bottom -flange, demand - critical welds shall pass the supplemental welder qualification testing, as required by AWS D1.8. FCAW-S and FCAW-G shall be considered separate processes for welding personnel qualification. D. Comply with applicable provisions of the following specifications and documents: 1. AISC 303. 2. AISC 360. 3. RCSC's "Specification for Structural Joints Using ASTM A325 or A490 Bolts." E. Pre -Installation Meeting: Conduct meeting at Project site to comply with requirements in Section 01310 — Project Management and Coordination. PART 2 - PRODUCTS 2.1 STRUCTURAL STEEL MATERIALS A. W -Shapes: ASTM A992/A992M 1. Fy = 50 ksi minimum. B. Channels, Angles, M, S -Shapes: ASTM A36/A. 1. Fy = 36 ksi minimum. C. Plate and Bar: ASTM A36/A36M 1. Fy = 36 ksi minimum. D. Cold -Formed Hollow Structural Sections: ASTM A500, Grade B, structural tubing. 1. Fy = 46 ksi minimum. E. Steel Pipe: ASTM A53/A53M, Type E or S, Grade B, standard weight class 1. Fy = 35 ksi minimum. F. Welding Electrodes: Comply with AWS requirements, E70xx. 2.2 BOLTS, CONNECTORS, AND ANCHORS A. High -Strength Bolts, Nuts, and Washers: ASTM A325, Type 1, heavy -hex steel structural bolts; ASTM A563, Grade C, heavy -hex carbon -steel nuts; and ASTM F436, Type 1, hardened carbon -steel washers; with plain finish. 1. Direct -Tension Indicators: ASTM F959, Type 325, compressible -washer type with plain finish. City of Yakima Struvite System Implementation Structural Steel 05120 - 2 B. Zinc -Coated High -Strength Bolts, Nuts, and Washers: ASTM A325, Type 1, heavy -hex steel structural bolts; ASTM A563, Grade DH heavy -hex carbon -steel nuts; and ASTM F436, Type 1, hardened carbon -steel washers. 1. Finish: Hot -dip or mechanically deposited zinc coating. 2. Direct -Tension Indicators: ASTM F959, Type 325, compressible -washer type with mechanically deposited zinc coating, baked epoxy -coated finish. C. Tension -Control, High -Strength Bolt -Nut -Washer Assemblies: ASTM F 1852, Type 1, heavy -hex head assemblies consisting of steel structural bolts with splined ends, heavy -hex carbon -steel nuts, and hardened carbon -steel washers. 1. Finish: Plain. D. Shear Connectors: ASTM A108, Grades 1015 through 1020, headed -stud type, cold - finished carbon steel; AWS D1.1/D1.1M, Type B. E. Unheaded Anchor Rods: ASTM F1554, Grade 36. 1. Configuration: Straight. 2. Finish: Plain. F. Headed Anchor Rods: ASTM F1554, Grade 36, straight. 1. Finish: Plain. G. Threaded Rods: ASTM A36/A36M. 1. Finish: Plain. H. Expansion Anchors: 1. Concrete: Hilti HSL or HSL -3 Heavy Duty Sleeve Anchor or Hilti Kwik Bolt 3 or Kwik Bolt TZ Expansion Anchor (high seismic). 2. Hollow Core Concrete: Hilti HDI -P Drop -In Anchors. 3. Grout Filled Concrete Block: Hilti Kwik Bolt 3 or Hilti Kwik Bolt TZ Expansion Anchor. 4. Ungrouted Concrete Block: Hilti HCC Sleeve Anchor 2.3 PRIMER A. Primer: Comply with Section 09900 — Paints and Coatings. B. Primer: Fabricator's standard lead- and chromate -free, nonasphaltic, rust -inhibiting primer complying with MPI#79 and compatible with topcoat. 2.4 GROUT A. Nonmetallic, Shrinkage -Resistant Grout: ASTM C1107, factory -packaged, nonmetallic aggregate grout, noncorrosive and nonstaining, mixed with water to consistency suitable for application and a 30 -minute working time. 1. Acceptable Products: a. Masterflow 713 Plus by BASF Building Systems. b. Crystex by L&M Construction Chemicals, Inc. c. 1107 Advantage Grout by Dayton Superior. City of Yakima Structural Steel Struvite System Implementation 05120 - 3 2.5 FABRICATION A. Structural Steel: Fabricate and assemble in shop to greatest extent possible. Fabricate per AISC's "Code of Standard Practice for Steel Buildings and Bridges" and AISC 360. B. Shear Connectors: Prepare steel surfaces as recommended by manufacturer of shear connectors. Use automatic end welding of headed -stud shear connectors per AWS D1.1/D1.1 M and manufacturer's written instructions. 2.6 SHOP CONNECTIONS A. High -Strength Bolts: Shop install high-strength bolts per RCSC's "Specification for Structural Joints Using ASTM A325 or A490 Bolts" for type of bolt and type of joint specified. 1. Joint Type: Snug tightened unless another method is indicated. B. Weld Connections: Comply with AWS D1.1/D1.1 M for tolerances, appearances, welding procedure specifications, weld quality, and methods used in correcting welding Work. 2.7 SHOP PRIMING A. Shop prime steel surfaces except the following: 1. Surfaces embedded in concrete or mortar. Extend priming of partially embedded members to a depth of 2 inches. 2. Surfaces to be field welded. 3. Surfaces to be high-strength bolted with slip -critical connections. 4. Surfaces to receive sprayed fire -resistive materials (applied fireproofing). 5. Galvanized surfaces. B. Surface Preparation: 1. Clean surfaces to be painted. 2. Remove loose rust and mill scale and spatter, slag, or flux deposits. 3. Prepare surfaces per to the following specifications and standards as may be required for exposed architectural finish. 4. SSPC-SP-1, Solvent Cleaning. 5. SSPC-SP 2, Hand Tool Cleaning. 6. SSPC-SP 3, Power Tool Cleaning. 7. SSPC-SP 7, Brush -Off Blast Cleaning. Perform this Work prior to erection and placement of structural member. 8. SSPC-SP 10, Near -White Blast Cleaning. Perform this Work prior to erection and placement of structural member. C. Priming: Immediately after surface preparation, apply primer per manufacturer's written instructions and at rate recommended by SSPC to provide a minimum dry film thickness of 1.5 mils. Use priming methods that result in full coverage of joints, corners, edges, and exposed surfaces. 1. Provide gray primer if at no additional cost to red primer. 2. Provide gray primer in areas to be painted white. City of Yakima Structural Steel Struvite System Implementation 05120 - 4 PART 3 - EXECUTION 31 EXAMINATION A. Verify, with steel Erector present, elevations of concrete- and masonry -bearing surfaces and locations of anchor rods, bearing plates, and other embedments for compliance with requirements. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Prior to erection of Work of this Section, verify that Work of other trades is sufficiently complete to allow this installation to proceed and verify that such Work enables Work of this Section to be completed per Drawings and Specifications. Do not proceed with erection until satisfactory conditions have been corrected. In the event of discrepancy, immediately notify Architect and proceed as directed. B. Provide temporary shores, guys, braces, and other supports during erection to keep structural steel secure, plumb, and in alignment against temporary construction loads and Toads equal in intensity to design Toads. Remove temporary supports when permanent structural steel, connections, and bracing are in place unless otherwise indicated. 1. Do not remove temporary shoring supporting composite deck construction until cast -in-place concrete has attained its design compressive strength. 3.3 ERECTION A. Set structural steel accurately in locations and to elevations indicated and per AISC 303 and AISC 360. B. Base Plates. Clean concrete- and masonry -bearing surfaces of bond -reducing materials, and roughen surfaces prior to setting plates. Clean bottom surface of plates. 1. Set plates for structural members on wedges, shims, or setting nuts as required. 2. Weld plate washers to top of baseplate. 3. Snug -tighten anchor rods after supported members have been positioned and plumbed. Do not remove wedges or shims but, if protruding, cut off flush with edge of plate before packing with grout. 4. Promptly pack grout solidly between bearing surfaces and plates so no voids remain. Neatly finish exposed surfaces; protect grout and allow to cure. Comply with manufacturer's written installation instructions for shrinkage -resistant grouts. C. Maintain erection tolerances of structural steel within AISC's "Code of Standard Practice for Steel Buildings and Bridges." Tolerances for anchor bolts and concrete: 1. Elevation of concrete surfaces: Plus or minus 3/8 inch. 2. Elevation top of anchor bolts: Plus 1 inch, minus 3/8 inch. _ 3. Out of position of anchor bolts: Plus or minus 1/8 inch. D. Align and adjust various members that form part of complete frame or structure before permanently fastening. Before assembly, clean bearing surfaces and other surfaces that will be in permanent contact with members. Perform necessary adjustments to compensate for discrepancies in elevations and alignment. 1. Level and plumb individual members of structure. City of Yakima Struvite System Implementation Structural Steel 05120 - 5 2. Make allowances for difference between temperature at time of erection and mean temperature when structure is completed and in service. E. Splice members only where indicated on Drawings or as approved in writing by Architect. F. Do not use thermal cutting during erection unless approved by Architect. Finish thermally cut sections within smoothness limits in AWS D1.1/D1.1M. G. Do not enlarge unfair holes in members by burning or using drift pins. Ream holes that �j must be enlarged to admit bolts. H. Shear Connectors: Prepare steel surfaces as recommended by manufacturer of shear connectors. Use automatic end welding of headed -stud shear connectors per I AWS D1.1/D1.1M and manufacturer's written instructions. f 1 1 1 1 1 1 1 1 1 3.4 FIELD CONNECTIONS A. High -Strength Bolts: Install high-strength bolts per RCSC's "Specification for Structural Joints Using ASTM A325 or A490 Bolts" for type of bolt and type of joint specified. 1. Joint Type: Snug tightened. B. Weld Connections: Comply with AWS D1.1/D1.1M and Contract Documents for tolerances, appearances, welding procedure specifications, weld quality, and methods used in correcting welding Work. Perform welding by one of the following methods: 1. Shielded Arc welding. 2. Flux -cored process. 3. Granular Flux process. 4. Comply with AISC 303 and AISC 360 for bearing, alignment, adequacy of temporary connections, and removal of paint on surfaces adjacent to field welds. 3.5 PROTECTION A. Galvanized Surfaces: Clean areas where galvanizing is damaged or missing and repair galvanizing to comply with ASTM A780. B. Touchup Painting: Immediately after erection, clean exposed areas where primer is damaged or missing and paint with same material as used for shop painting to comply with SSPC-PA 1 for touching up shop -painted surfaces. 1. Clean and prepare surfaces by SSPC-SP 2 hand -tool cleaning or SSPC-SP 3 power -tool cleaning. C. Touchup Painting: Cleaning and touchup painting are specified in Section 09900 — Paints and Coatings. D. Protect structural members when stored and erected to maintain design load capabilities. City of Yakima Struvite System Implementation -END OF SECTION - Structural Steel 05120 - 6 SECTION 05500 METAL FABRICATIONS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Miscellaneous steel framing and supports. 2. Industrial -type stairs with steel grating treads. 3 Steel pipe or tube railings attached to metal stairs. 4. Steel pipe or tube handrails attached to walls adjacent to metal stairs. 5. Vertical steel ladders. 6. Ship's ladders. 7 Handrails and guardrails. 8. Security covers. 9 Metal floor plate. 10. Miscellaneous steel trim. 11. Metal bollards. 12. Column covers 13. Equipment room floor drains. 14. Vehicle wall guards. 15. Metal grates. 16. Threaded rods. 17. Handrails and Guardrails. B. Products furnished, but not installed, under this Section: 1. Steel pipe sleeves, slotted -channel inserts, and wedge -type inserts indicated to be cast into concrete or built into unit masonry. 1.2 PERFORMANCE REQUIREMENTS A. Delegated Design: Design ladders, including comprehensive engineering analysis by a qualified professional engineer, using performance requirements and design criteria indicated. B Thermal Movements. Allow for thermal movements from ambient and surface temperature changes acting on exterior metal fabrications by preventing buckling, opening of joints, overstressing of components, failure of connections, and other detrimental effects. 1. Temperature Change: 120 degrees F, ambient; 180 degrees F, material surfaces. C Structural Performance of Stairs. Metal stairs shall withstand effects of gravity loads and the following loads and stresses within limits and under conditions indicated. 1. Uniform Load: 100 pound -force per square foot. 2. Concentrated Load: 300 pound -force applied on an area of 4 square inches. 3. Uniform and concentrated loads need not be assumed to act concurrently. 4. Stair Framing. Capable of withstanding stresses resulting from railing loads in addition to loads specified above. 5. Limit deflection of treads, platforms, and framing members to L/240 [L/360] or 1/#inch, whichever is Tess. D. Structural Performance of Railings. Railings shall withstand effects of gravity loads and the following loads and stresses within limits and under conditions indicated. 1. Handrails and Top Rails of Guards. a. Uniform load of 50 pound -force per square foot applied in any direction. City of Yakima Metal Fabrications Struvite System Implementation 05500 - 1 b. Concentrated load of 200 pound -force applied in any direction. c. Uniform and concentrated Toads need not be assumed to act concurrently 2. Infill of Guards. a. Concentrated load of 50 pound -force applied horizontally on an area of 1 square feet. b. Infill load and other loads need not be assumed to act concurrently. E. Seismic Performance: Metal stairs shall withstand effects of earthquake motions determined per ASCE/SEI 7. 1. Component Importance Factor is 1.5. 1.3 SUBMITTALS A. Product Data: For the following: 1. Metal nosings and treads. 2. Paint products. 3. Grout. B. Shop Drawings: Show fabrication and installation details for metal fabrications. 1,. Include plans, elevations, sections, and details of metal fabrications and their connections. Show anchorage and accessory items. 2. Indicate welded connections and lengths using AWS Standard welding symbols. C. Delegated -Design Submittal: For installed products indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. D. Qualification Data: For qualified professional engineer. E. Welder's Certificates: Certification verifying AWS qualification within previous 12 months for welders employed on Project. F. Paint Compatibility Certificates: From manufacturers of topcoats applied over shop primers certifying that shop primers are compatible with topcoats. 1.4 QUALITY ASSURANCE A. Fabricator Qualifications: Firm experienced in producing metal fabrications similar to those indicated for this Project. B. Welding Qualifications: Qualify procedures and personnel per the following: 1. AWS D1.1/D1 1M, "Structural Welding Code - Steel." 2. AWS D1 6, "Structural Welding Code - Stainless Steel." PART 2 -PRODUCTS 2 1 METALS, GENERAL A. Metal Surfaces, General: Provide materials with smooth, flat surfaces without blemishes. 2.2 FERROUS -METALS A. Steel Plates, Shapes, and Bars: ASTM A36/A36M. B. Stainless -Steel Bars and Shapes: ASTM A276, Type 304. City of Yakima Metal Fabrications Struvite System Implementation 05500 - 2 C. Rolled -Steel Floor Plate: ASTM A786/A786M, rolled from plate complying with ASTM A36/A36M or ASTM A283/A283M, Grade C or D. D. Steel Tubing. ASTM A500, cold -formed steel tubing. E Steel Pipe: ASTM A53/A53M, standard weight (Schedule 40) unless otherwise indicated. 2.3 FASTENERS A. General: Unless otherwise indicated, provide Type 304 stainless-steel fasteners for exterior use and zinc -plated fasteners with coating complying with ASTM B633 or ASTM F1941, Class Fe/Zn 5, at exterior walls. 1. Provide stainless-steel fasteners for fastening stainless steel. B. Cast -in -Place Anchors in Concrete. Either threaded type or wedge type unless otherwise indicated; galvanized ferrous castings, either ASTM A47/A47M malleable iron or ASTM A27/A27M cast steel. Provide bolts, washers, and shims as needed, all hot -dip galvanized per ASTM F2329. C. Post -Installed Anchors: Torque -controlled expansion anchors. 1. Material for Interior Locations: Carbon -steel components zinc plated to comply with ASTM B633 or ASTM F1941, Class Fe/Zn 5, unless otherwise indicated. 2. Material for Exterior Locations and Where Stainless Steel is Indicated. Alloy Group 1 stainless-steel bolts, ASTM F593, and nuts, ASTM F594. D. Expansion Bolts. General: Anchor bolt and sleeve assembly of the following 2 items will be capable of sustaining, without failure, a load equal to 6 times load imposed when installed in CMU and equal to 4 times load imposed when installed in concrete. 1. Concrete Anchorage Device: Wedge type expansion bolt, zinc coated or stainless steel, installed per manufacturer's recommendations. a. Acceptable Products: 1) HILTI Corporation. Kwik Bolt 3 or TZ (high seismic zones). 2) Wej-It Corporation: Wej-lt Wedge Anchors. 2. Masonry Anchor Device. Sleeve anchor type, zinc coated or stainless steel, installed per manufacturer's recommendations. a. Acceptable Products: 1) Powers Fasteners. Lok -Bolt. 2) HILTI Corporation: HLC Sleeve Anchor. E. Toggle Bolt: Spring wing type, Type 1, Class 1, and Style 1, zinc coated or stainless steel, installed per manufacturer's recommendations. 2.4 MISCELLANEOUS MATERIALS A. Welding Rods and Bare Electrodes. Select per AWS specifications for metal alloy welded. B Shop Primers: Provide primers that comply with Section 09900 — Paints and Coatings. C. Universal Shop Primer: Fast -curing, lead- and chromate -free, universal modified -alkyd primer complying with MPI#79 and compatible with topcoat. D. Galvanizing Repair Paint: High -zinc -dust -content paint complying with SSPC-Paint 20 and compatible with paints specified to be used over it. E. Bituminous Paint: Cold -applied asphalt emulsion complying with ASTM D1187. City of Yakima - Metal Fabrications Struvite System Implementation 05500 - 3 1 1 1 1 F. Nonshrink, Nonmetallic Grout: Factory -packaged, nonstaining, noncorrosive, nongaseous grout complying with ASTM C1107. Provide grout specifically recommended by manufacturer for heavy-duty loading applications. 1. Acceptable Products: a. BASF Building Systems: Masterflow 713 Plus. b. L&M Construction Chemicals, Inc.: Crystex. c. Dayton Superior: 1107 Advantage Grout. G. Concrete: Comply with requirements in Section 03300 — Cast -in -Place Concrete for normal - weight, air -entrained, concrete with a minimum 28 -day compressive strength of 4000 psi. 2.5 FABRICATION, GENERAL A. Shop Assembly: Preassemble items in shop to greatest extent possible. Use connections that maintain structural value of joined pieces. B. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. C. Weld corners and seams continuously to comply with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4 At exposed connections, finish exposed welds and surfaces smooth and blended. D. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners or welds where possible. Locate joints where least conspicuous. E. Fabricate seams and other connections that will be exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate. F. Where units are indicated to be cast into concrete or built into masonry, equip with integrally welded steel strap anchors not less than 24 inches on center. 2.6 MISCELLANEOUS STEEL FRAMING AND SUPPORTS A. General: Provide steel framing and supports not specified in other Sections as needed to complete the Work. B Fabricate units from steel shapes, plates, and bars of welded construction unless otherwise indicated. Fabricate to sizes, shapes, and profiles indicated and as necessary to receive adjacent construction. 2.7 METAL STAIRS A. Exterior Stairs. 1. Channel Stringers and Steel Landing: Minimum C10 by 15 3 steel unless noted otherwise. 2. Steel Tread: 12 inch grating plank, 2 inches deep, 0.0897 inch, G90 pre -galvanized, with carrier plates. Length indicated on Drawings. a. Acceptable Product: Tread Grip by McNichols Co. or approved substitution 3. Plank Grating: 0 0897 inch steel, pre -galvanized Tread Grip flooring with drainage holes. 4. Clip Angle: 3 inch by 3 inch by 1/4 inch steel. 5. Expansion Bolt: 1/2 inch by 6 inch. City of Yakima Metal Fabrications Struvite System Implementation 05500 - 4 B. Interior Stairs. 1 Channel Stringers: Minimum MC12 by 10.6 steel. 2. Riser and Tread Pan. 0.097 inch steel, profile and length indicated on 3. Concrete Fill: 3000 psi minimum concrete. 4. Tread: Indicated on Drawings and in Project Manual 5. Clip Angle Type 1: 3 inch by 3 inch by 1/4 inch steel. Weld 1 to stringer 6. Clip Angle Type 2: 3 inch by 5 inch by 1/4 inch steel. Weld 1 to stringer 7. Angle Bracket: 1-1/4 inch by 1/4 inch steel. Weld to channel stringer. 2 8 METAL LADDERS Drawings each end of each each end of each A. General: 1. Comply with ANSI A14.3 unless otherwise indicated. 2. For elevator pit ladders, comply with ASME A17.1. B Vertical Steel Ladders: 1. Space side rails 16 inches apart unless otherwise indicated. 2. Space siderails of elevator pit ladders 12 inches apart. 3 Siderails: Continuous, 3/8 -by -2-1/2 inch steel flat bars, with eased edges. 4. Rungs: 3/4 inch diameter steel bars. 5. Fit rungs in centerline of siderails; plug -weld and grind smooth on outer rail faces. 6. Provide nonslip abrasive surfaces on top of each rung. 7. Galvanize exterior ladders, including brackets and fasteners. C. Metal Ships' Ladders: 1. Provide metal ships' ladders where indicated. Fabricate of open -type construction with channel or plate stringers, pipe and tube railings, and bar grating treads, unless otherwise indicated. Provide brackets and fittings for installation. Fabricate for 60 degree angle from floor unless indicated otherwise. a. Fabricate ships' ladders, including treads and railings from steel. 2. Galvanize exterior steel ships', including treads, railings, brackets, and fasteners 3. Prime exterior steel ships' ladders and interior steel ships' ladders, where indicated, including treads, railings, brackets, and fasteners, with zinc -rich primer. D Ship's Ladders. 1 Channel Stringer: MC10 by 8.4 steel channel. 2. Steel Landing: Minimum C8 by 11.5 unless noted otherwise. 3. Safety Grating: 24 inch, 10 diamond safety grating plank, 2 inches deep, with open, serrated surface, 0.097 inch, length as shown on Drawings. 4 Steel Tread: 9-1/2 inch, 4 diamond safety grating plank, 1-1/2- inches deep, with open, serrated surface, 0.068 inch, 24 inches long, with steel carrier plates. 5. Clip Angles: 3 inch by 3 inch by 1/4 inch steel. Weld to each end of each stringer. Provide 5/8 inch diameter hole in center of leg on bottom clip angles for anchoring to floor. 6 Expansion Bolt: 1/2 inch by 5 inch. 4. 2.9 HANDRAILS AND GUARDRAIL SYSTEMS A. General. Steel Tubing best suited for application. Fabricate to true lines. Weld joints and grind smooth. Provide length sufficient to avoid or minimize joints. Diameter given is nominal. B Handrails: City of Yakima _ Metal Fabrications Struvite System Implementation 05500 - 5 1. Railing: 1-1/2 inch diameter. 2. Flanges and anchors: Proper size and type to suit conditions and meet design requirements. C. Guardrail Systems: 1. Railing: 1-1/2 inch diameter. Horizontal top member height as dimensioned on Drawings. Bottom horizontal member at elevation to prevent a 4 inch sphere from passing between member and landing. Vertical members at each end of system and intermediates equally spaced at maximum of 72 inches on center. 2. Infill Rods. a. Type 1: 12 inches on center at non-public areas. b. Type 2: 4 inches on center at public areas. 2.10 INTERIOR STAIR RAILINGS AND HANDRAILS: A. 1-1/2 inch inch OD diameter standard steel pipe withwelded connections for smooth uniform exterior surface. B. Wall Brackets: Set at maximum 48 inches on center. 1. Acceptable Product: Trimco No. 3406 or approved substitution. C Install railing brackets and end return to wall per 1990 American with Disabilities Act requirements for connections terminations. 2.11 SECURITY COVER A. Frame: 2 inch by 2 inch by 1/8 inch bent plate or angle iron with 1-1/2 inch by 1/8 inch flat cover plate. Both drilled at.6 inches on center for 1/4 inch carriage bolts with lock nuts. Start bolts within 2 inches of each corner for each side. B. Panels: 3/16 inch thick flat expanded metal with openings approximately 3/4 inch by 2 inches. C. Hinges: 1-1/2 pair. 3 inch by 3 inch placed at maximum 36 inches on center. 1. Acceptable Product: Hager 1850-NRP or approved substitution: D. Hasp: Place at maximum 42 inches above finished grade. Weld to frame of ladder. Lock provided by Owner 1. Acceptable Product: Hager 1941 or approved substitution: E. Finishes: Specified in Section 09900 — Paints and Coatings for Ferrous Metal. 2.12 METAL FLOOR PLATE A. Fabricate from rolled-steel floor plate in thickness indicated. B. Provide steel angle supports as indicated. 2 13 MISCELLANEOUS STEEL TRIM A. Unless otherwise indicated, fabricate units from steel shapes, plates, and bars of profiles shown with continuously welded joints and smooth exposed edges. Miter corners and use concealed field splices where possiBle. B. Provide cutouts, fittings, and anchorages as needed to coordinate assembly and installation with other work. C. Galvanize exterior miscellaneous steel trim. City of Yakima Metal Fabrications Struvite System Implementation 05500 - 6 D Prime exterior miscellaneous steel trim with zinc -rich primer 2.14 METAL BOLLARDS A. Fabricate metal bollards from Schedule 40 steel pipe. 1. Cap bollards with 1/4 inch thick steel plate. B. Fabricate bollards with 3/8 inch thick steel baseplates for bolting to concrete slab. Drill baseplates at each corner for 3/4 inch anchor bolts. C. Prime bollards with zinc -rich primer. 2.15 STAINLESS-STEEL COLUMN COVERS A. Remove tool and die marks and stretch lines or blend into finish. B. Grind and polish surfaces to produce uniform, directionally textured, polished finish indicated, free of cross scratches. Run grain with long dimension of each piece. C Bright, Directional Polish. No. 4 finish. D. When polishing is complete, passivate and rinse surfaces. Remove embedded foreign matter and leave surfaces chemically clean. 2.16 STEEL WELD PLATES AND ANGLES A. Provide steel weld plates and angles not specified in other Sections, for items supported from concrete construction as needed to complete Work. Provide each unit with no fewer than 2 integrally welded steel strap anchors for embedding in concrete. 2.17 EQUIPMENT ROOM FLOOR DRAINAGE A. Chemical Containment Pit Grate: Aluminum welded grate with frame. 1. Size: 1/4 inch deep by 1/8 inch bars with non -slip ridges or abrasive top face set at 1 inch by 3 inch on center. 2. Panels 36 inch by 36 inch in area bolted to frame with two 1/2 inch diameter stainless steel bolts. 3. Finish: Mill 4. Acceptable Product: Model 19-SGI-X by Ohio Gratings, Inc., or approved substitution. B. Trench Floor Drain. Cast Iron welded or wedged bars with perimeter frame cast into concrete floor. 1 Size. 12 inch wide by 36 inch long sections flush to frame top. 2. Acceptable Product: Model Z812 by Zurn Trench Drain or approved substitution. 2.18 VEHICLE WALL GUARDS A. Vehicle Wall Guards Steel plate beam guardrail, terminal sections, rail splices, splice bolts, shapes, and dimensions complying with AASHTO M-180, Class A, Type 2. 2.19 FINISHES, GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Finish metal fabrications after assembly. City of Yakima Metal Fabrications Struvite System Implementation 05500 - 7 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ifq 2.20 STEEL AND IRON FINISHES A. Galvanizing. Hot -dip galvanize items as indicated to comply with ASTM A153/A153M for steel and iron hardware and with ASTM A123/A123M for other steel and iron products. B. Shop prime iron and steel items not indicated to be galvanized unless they are to be embedded in concrete, sprayed -on fireproofing, or masonry, or unless otherwise indicated. 1. Shop prime with universal shop primer unless zinc -rich primer is indicated. C. Preparation for Shop Priming: Prepare surfaces to comply with requirements indicated below: 1. Exterior Items: SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning " 2. Items Indicated to Receive Zinc -Rich Primer: SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning." 3. Other Items: SSPC-SP 3, "Power Tool Cleaning." D. Shop Priming: Apply shop primer to comply with SSPC-PA 1, "Paint Application Specification No. 1: Shop, Field, and Maintenance Painting of Steel," for shop painting. PART 3 - EXECUTION 3 1 INSTALLATION, GENERAL A. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels. B Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. Do not weld, cut, or abrade surfaces of exterior units that have been hot -dip galvanized after fabrication and are for bolted or screwed field connections. C Field Welding. Comply with the following requirements 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended. D. Fastening to In -Place Construction: Provide anchorage devices and fasteners where metal fabrications are required to be fastened to in-place construction. E. Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry, or similar construction. 3.2 INSTALLING METAL BOLLARDS A. Fill metal -capped bollards solidly with concrete and allow concrete to cure seven days before installing. B. Anchor bollards to existing construction with expansion anchors. Provide four 3/4 inch bolts at each bollard unless otherwise indicated. 1. Embed anchor bolts at least 4 inches in concrete. C Anchor bollards in concrete in formed or core -drilled holes not less than 8 inches deep and 3/4 inch larger than OD of bollard. Fill annular space around bollard solidly with nonshrink, City of Yakima Metal Fabrications Struvite System Implementation 05500 - 8 nonmetallic grout; mixed and placed to comply with grout manufacturer's written instructions Slope grout up approximately 1/8 inch toward bollard. D. Fill bollards solidly with concrete, mounding top surface to shed water. 3 3 INSTALLING PIPE GUARDS A. Provide pipe guards at exposed vertical pipes where not protected by curbs or other barriers. Install by bolting to wall or column with expansion anchors. Provide four 3/4 inch bolts at each pipe guard. Mount pipe guards with top edge 26 inches above driving surface. 3 4 ADJUSTING AND CLEANING A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas. Paint uncoated and abraded areas with the same material as used for shop painting to comply with SSPC-PA 1 for touching up shop -painted surfaces. 1. Apply by brush or spray for minimum of 2.0 dry film thickness. B Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A780. -END OF SECTION - 'City of Yakima Metal Fabrications Struvite System Implementation 05500 - 9 11 11 11 11 1 1 1 1 11 SECTION 09960 COATINGS PART 1 — GENERAL 1.01 SUMMARY A. Coating of surfaces as specified herein, including: 1. New and existing surfaces described in Finish Schedules. 2. Interior and exterior masonry wall surfaces. 3. Interior Sheetrock wall surfaces 4. Exposed interior and exterior ferrous metal, ductile iron, or cast iron piping, regardless of factory -applied finish. 5. Exterior and interior equipment, motors, and appurtenances. 6. Color -coded equipment and piping above ceilings. 7. Copper piping and galvanized steel piping and conduit mounted to painted surfaces. 8. Exposed interior and exterior galvanized steel conduit and supports. 9. Steel doors and frames. 10. Existing surfaces remodeled or damaged during construction which presently have a finish. Refinish surrounding areas as required so touch-up not visible from 6 ft away. 11. Existing surfaces exposed by removals where adjacent surface has a finish Finish areas as required so touch-up not visible from 6 ft away. 12. Touchup and finish coatings on OWNER -furnished equipment, material, and appurtenant items. B Do not coat the following unless specifically noted otherwise: 1. Factory -finished electrical motor control panels (MCC), main instrument panels (MIP), flow indicators, and related equipment. 2. Moving parts of operating units, electrical parts, linkages, sensing devices, and motor shafts. 3. Buriedequipment and piping. 4. Surfaces above ceilings. 5. Factory -finished trim. 6. Stainless steel, chrome plate, copper, bronze, galvanized surfaces, and similar finished materials. 7. Aluminum ductwork or aluminum faced insulation. 8. Aluminum louvers and trim. 9 Plastic and FRP piping, equipment, and ductwork. C Do not coat over any code -required labels such as UL and Factory Mutual, or any equipment identification, performance rating, name, or nomenclature plates. D. Equipment manufacturers are responsible for surface preparation and coating of equipment, motors, and appurtenances. Equipment to be coated and coating system is identified in the equipment specification sections. 1.02 DEFINITIONS A. Definitions as used in Finish Schedule and Coating Schedule included herein. 1. Coatings: Paint or heavy duty finishes for use on surfaces subject to interior and exterior exposure, submergence, high moisture, splash, or chemical environment, including primers, sealers, fillers, and intermediate and finished coats. City of Yakima Struvite System Implementation Coatings 09960-1 2. Submerged P: Surfaces submerged in potable water plus 1 ft -6 in. above high water level 3 Submerged NP• Surfaces submerged in non -potable liquid plus 1 ft -6 in. above high liquid level. 4 First Coat: Field primer, factory primer, or shop primer. When only one coat is required, first coat is the finished coat. 5 Second, Third, or Intermediate Coats: Successive finished coats applied over first coat. 6 DFT: Dry film thickness (mils/coat) 7. sfpg Square feet per gallon (per coat). 103 SUBMITTALS A. Product Data. 1 Manufacturer's literature including application recommendations and generic makeup for each coating scheduled. 2. Factory or shop -applied primer manufacturer's literature including application recommendations and generic makeup shall be submitted with all material and equipment submittals. All primers shall conform to the requirements of this Section. B. Samples: 1 Actual color samples available for each coating scheduled. C. Miscellaneous 1. Schedules: a. Schedule of proposed coating systems within 60 days after Notice to Proceed. b. Schedule of proposed coating systems shall contain all information as indicated in Coating Schedule included herein. 2. Submit one copy of manufacturer's Material Safety Data Sheets (MSDS), for each type of coating, to ENGINEER'S field office for information. CONTRACTOR shall post copy of MSDS on Site at all times coating is in progress D Submit in accordance with Section 01330. 1 04 QUALITY ASSURANCE • A. Regulatory Requirements: 1. All coatings shall conform to OSHA requirements for allowable exposure to lead and other hazardous substances. Coatings shall meet burning characteristics as required by code and established by ASTM E84. 2. All coatings in contact with potable water or within potable water reservoirs shall be NSF 61 approved. B Applicator Qualifications: 1. Engage an experienced applicator who has successfully completed coating system applications similar in material and extent to those indicated. C. Single-Scource Responsibility. 1 Provide coating material produced by same manufacturer for each system City of Yakima Struvite System Implementation Coatings 09960-2 1.05 DELIVERY, STORAGE, AND HANDLING A. Materials shall be delivered to site in original containers with labels intact and seals unbroken. B. Protect and heat or cool material storage location to maintain temperature ranges recommended by coating manufacturers, but not less than 55° F. Ii C. Avoid danger of fire. Oily rags and waste must be removed from buildings each night or kept in appropriate metal containers. Provide fire extinguishers of type recommended by coating manufacturer's in areas of storage and where finishing is occurring. Allow no smoking or open containers of solvent. 1 1 1 1 1 1 1 1 1 1 1 1 D. Empty containers shall have labels canceled and clearly marked as to use. 1 06 PROJECT / SITE CONDITIONS A. Environmental Requirements: 1. Dry -heat and ventilate areas to obtain conditions recommended by coating manufacturer. 2. Relative humidity conditions as specified by coating manufacturer shall be adhered to 3. No unprotected, unheated exterior coating shall be undertaken when cold, damp, foggy, or rainy weather appears probable, nor when the temperature of the substrate is below 55° F, unless approved in writing by coating manufacturer. 4. Maintain manufacturer's environmental requirements until coating is fully cured. 5. Apply no coating in areas where dust is being generated. 6. Testing and disposal of any waste and coating shall be the responsibility of the CONTRACTOR. B Protection: 1. Drop cloths shall be provided in all areas where coating is done to fully protect other surfaces. 2. Remove hardware, accessories, plates, lighting fixtures, and similar items or provide protection by masking. Upon completion, replace items or remove protection and clean. C. It is the intent of this Section that all ferrous metal items scheduled for coating be shop - primed. If items are not shop -primed, surfaces shall be prepared and coated in the field as specified. D. Upon Substantial Completion, remaining unused material will become property of OWNER. Seal material as required for storage, mark contents with color, type, location, and shelf life, and store on Site where required by OWNER. Provide minimum of two gallons of each system component and color used. PART 2 — PRODUCTS 2.01 MANUFACTURERS A. Sherwin-Williams B. Tnemec C. Or equal. City of Yakima Coatings Struvite System Implementation 09960-3 2.02 MATERIALS A. Coatings shall meet surface burning characteristics as required by code and established by ASTM E84. B. Coating products of Tnemec, listed in the Coating Schedule, are set as a standard of quality Coatings of substitute manufacturers shall meet or exceed the characteristics of the products listed. 2.03 COLORS A. Color shall be formed of pigments free of lead, lead compounds, or other materials which might be affected by presence of hydrogen sulfide or other gases likely to be present at Site. B. Colors shall be as selected by ENGINEER. Prior to beginning work, ENGINEER will provide color -coordinating schedule. C Coat access doors of electrical distribution panels and grilles to match color of adjacent wall or ceiling surfaces. D. In areas scheduled for finishing, coat exposed piping, conduit, and ducts to match color of adjacent or near surfaces, except for color -coding. E. In areas where existing surfaces are finished, coat new exposed piping, conduit, and ducts to match color of adjacent or near surfaces, except for color -coding. F. Equipment Colors: 1. Equipment includes equipment, motors, structural supports, and attached portions of electrical conduit. 2. Coat equipment same color as piping equipment serves. 2.04 THINNING, MIXING, AND TINTING A. Where thinning is necessary, only the products of the manufacturer furnishing the coating will be allowed. All such thinning shall be done in strict accordance with coating manufacturer's recommendations. B. Mix in accordance with manufacturer's recommendations. C Each coat shall be slightly darker than preceding coat, unless otherwise noted. Tint undercoats similar to finish coat. PART 3 — EXECUTION 3 01 EXAMINATION A. Examine the areas and conditions under which Work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Materials removed and replaced to correct defects due to Work placed on unsuitable surfaces shall be at CONTRACTOR'S expense. 3.02 SURFACE PREPARATION A. General: City of Yakima Struvite System Implementation Coatings 09960-4 1. All surfaces to be coated shall be prepared as specified herein and in accordance with coating manufacturer's recommendations. The object shall be to obtain a uniform, clean, and dry surface. 2. Quality of surface preparation described herein is considered a minimum. If coating manufacturer requires a higher degree of preparation, comply with coating manufacturer's recommendations 3. Where surface dryness is questioned, test with dampness indicating instrument. Do not apply coatings over surfaces where moisture content exceeds that permitted by coating manufacturer. 4. Workmanship for surface preparation shall conform to the following SSPC specifications. a. Solvent Clean: SP -1. b. Hand Tool Cleaning: SP -2. c. Power Tool Cleaning: SP -3. d. White Metal Blast Cleaning: SP -5 e. Commercial Blast Cleaning. SP -6. f. Brush -Off Blast Cleaning: SP -7. g. Pickling: SP -8. h. Near -White Blast Cleaning: SP -10. i. Power Tool Cleaning to Bare Metal: SP -11. j. Surface Preparation by Water Jetting: SP -12. B. Ferrous Metal: 1. Ferrous metal primed in the shop shall have all rust, dust, scale, and other foreign substances removed by abrasive cleaning conforming to SSPC SP -10. Cleaned metal shall be primed or pretreated immediately after cleaning to prevent new rusting. 2. Ferrous metal not primed in the shop shall be abrasive blast cleaned in the field prior to application of primer, pretreatment, or coating Blast cleaning shall conform to SSPC SP -10 for submerged service. Blast cleaning shall conform to SSPC SP -6 for non - submerged service. 3. Prior to finish coating, primed areas that are damaged shall be cleaned and spot primed. C. Concrete: 1. Concrete must be at least 28 days old and shall pass the overnight visqueen test for dryness before applying coating. 2. Remove fines and other protrusions by grinding. 3 Repair surface defects / voids as recommended by coating manufacturer. 4. Concrete surfaces, including precast concrete, to be coated shall be cleaned of all form oil, curing compound, laitenance, and other foreign substances. 5. Surfaces shall be brush-off abrasive blast cleaned in order to prepare the surface for adherence of the coating system. Acid etching will be allowed only where brush blasting is impractical. Resulting surface shall have a toothed or grainy texture. 6. After cleaning, surfaces shall be washed and all dust, sand, and loose particles removed by vacuuming. If CONTRACTOR elects to blow off the surfaces with air, it shall be oil - free air and the method shall conform to OSHA requirements. 7. Buried and Partially buried structures where coating or lining is specified shall be the tested for leaks and must pass the leak test prior to coating or lining.' D. Galvanized Metal: 1. Where galvanized metal items are not submerged or buried, they shall be abrasive sweep blast cleaned and then solvent cleaned in accordance with SSPC SP -1. E. Copper City of Yakima Struvite System Implementation Coatings 09960-5 1. Where copper piping is not submergerd or buried, it shall be lightly sanded and then solvent cleaned in accordance with SSPC SP -1. F. Plastic and FRP: 1. Where scheduled to coated, plastic and FRP shall be lightly sanded and then solvent cleaned in accordance with SSPC SP -1. G. Aluminum: 1. Where scheduled to coated, aluminum shall be lightly sanded and then solvent cleaned in accordance with SSPC SP -1. H. Masonry: 1. Remove loose grit and mortar. 2. Remove grease, oil, dirt, salts, or other chemicals, or other foreign substances by solvent, detergent, or other suitable cleaning methods. I. Wood: 1. Wood surfaces shall be thoroughly cleaned and free of all foreign substances. Cracks, nail holes, and other defects shall be properly filled and sanded. 2. Wood trim shall be sanded to a fine finish and wiped clean of dust. J. Gypsum Board: 1. Fill scratches, nicks, and uneven areas with spackling compound and sand smooth flush with adjacent surface. K. Existing Surfaces: 1 Remove and replace or mask attachments if attachments are not to be coated. 2 Remove surface contamination such as oil, grease, loose or defective coatings, mill scale, dirt, rust, mold, mildew, mortar, efflorescence, and sealers to assure sound bonding to tightly adhered old coatings. Glossy surfaces of old coatings shall be cleaned and dulled before overcoating. 3. Sand surfaces and feather edges where chips have occurred. 4. Cut out and fill cracks or other defects to match adjacent surface. 5. Exact nature of existing coatings is not known. Check compatibility of new coating by application to small area prior to starting coating. If lifting or other problems occur, notify ENGINEER for direction. 6 Comply with new coating manufacturer's recommendations for preparation of previously coated surfaces. 7. Prepare surfaces subject to submerged service as specified for new surfaces. 3.03 APPLICATION A. Surfaces shall be dry at time of application. B. The minimum surface temperature shall be 55°F and rising. C Apply in strict accordance with manufacturer's recommendations by brush, roller, spray, or other application method. The number of coats and thickness required is the same regardless of application method. City of Yakima Struvite System Implementation Coatings 09960-6 1 • 1 D. Each coat shall be allowed to dry in accordance with manufacturer's requirements. Drying time shall be construed to mean "under normal conditions". Where conditions other than normal exist, because of weather or because of confined space, longer times will be necessary. Units shall not be put in service until coatings are thoroughly dry and cured E. Surfaces to be coated that will be inaccessible in the completed work shall receive the final coat before enclosure. F. Coatings shall be applied to provide an opaque, smooth surface of uniform finish, color, li appearance, and coverage. Cloudiness, spotting, holidays, laps, brush marks, runs, sags, or other surface imperfections will not be acceptable. Areas cut -in by brush prior to rolling shall have uniform appearance in comparison with adjoining surfaces. G. Make edges of coating adjoining other materials or colors sharp and clean without overlapping. 1 1 1 1 1 1 1 1 1 1 1 • H. Concrete block walls shall be back -rolled in conjunction with application of sprayed prime coat. I. Crevices and other hard -to -apply areas shall be back-rolled/back-brushed in conjunction with application of field applied prime coat or intermediate coat. This includes, but is not limited to. between pipe flanges, pipe flange/barrel joints, equipment fittings, and other narrow openings. J. Finish edges of doors as specified for faces. Apply first finish coat on edges before fitting. After doors fitted and hung apply second finish coat. K. Manufacturer -Applied Coatings: 1. Repair abraded areas on factory -finished items in accordance with equipment manufacturer's recommendations. 2. Blend repaired areas into original finish. 3.04 FIELD QUALITY CONTROL A. Examination of Work on Site by coating manufacturer's representative shall be preformed when requested by ENGINEER. B Sampling of Materials: 1. ENGINEER reserves the right to select unopened containers of materials furnished for the Project and have the materials tested at an independent laboratory OWNER will pay for first tests 2. Retests of rejected materials and tests of replacement materials shall be paid for by CONTRACTOR. 3. Remainder of contents of containers not required for testing will be returned to CONTRACTOR. C. Coverage. 1 Before beginning Work, finish one complete room, space, surface, and item of each color scheme required, showing selected colors, finished texture, material, and workmanship. After approval, sample room, space, surface, and item shall serve as standard for similar Work. City of Yakima Struvite System Implementation Coatings 09960-7 2. If coverage is not acceptable to ENGINEER, ENGINEER reserves the right to require additional application of coating at no extra cost to OWNER. D. Work at Site, where coat of material is to be applied, shall be observed by ENGINEER after surface has been prepared and before application of specified prime coat and each succeeding coat, otherwise no credit for applied coat will be given and CONTRACTOR automatically assumes responsibility to recoat Work in question. Surfaces coated without such observation shall be abrasive blast cleaned, reprepared, and recoated at no addition cost to OWNER. Notify ENGINEER when surface preparation complete, coat applied, and when ready for inspection to comply with above. 3 05 FINAL TOUCH-UP AND CLEANING A. Prior to Substantial completion, examine coated surfaces and retouch or refinish surfaces to leave in condition acceptable to ENGINEER. B Remove masking, coatings, and other material from floors, glass, and other surfaces not scheduled to be coated. 3 06 COATING SCHEDULE A. Scheduled thickness or coverage rate is minimum as recommended. Manufacturer's recommendations shall be followed, but in no case shall the thickness or coverage rate be less than scheduled. B. Coatings shall conform to the following schedule and coating manufacturer's recommendations. Examples of surfaces to be coated may not be all inclusive. City of Yakima Struvite System Implementation Coatings 09960-8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 COATINGS SCHEDULE System No. Generic Type Application Coating 1 Acrylic Emulsion Exterior Concrete, Exterior Concrete Block Walls / Flat First Coat — Series 180 @ 90 sfpg, sprayed and backrolled Second Coat — Series 180 @ 120 sfpg 2 Polyamidoamine Epoxy Interior Concrete Floors / Satin First Coat — Series N69, thinned 10%, @ 100 sfpg, hand broadcast anti-skid aggregate while still wet Second Coat — Series N69 @ 160 sfpg 3 Polyamidoamine Epoxy Ferrous Metal, Cast Iron, Ductile Iron / Interior Non- Submerged / Submerged NP / Satin First Coat — Series N69-1255 Beige @ 4 mils DFT, touch-up primer prior to second coat Second Coat — Series N69 @ 5 mils DFT Third Coat — Series N69 @ 5 mils DFT 4 Polyamidoamine Epoxy — Aliphatic Acrylic Polyurethane Ferrous Metal, Cast Iron, Ductile Iron / Exterior Non- Submerged / Gloss First Coat — Series N69-1255 Beige @ 4 mils DFT, touch-up primer prior to second coat Second Coat — Series N69 @ 5 mils DFT Third Coat — Series 74 @ 3 mils DFT 5 Polyamide Epoxy — Polyamidoamine Epoxy Doors, Frames, Motors and other Equipment with Non- Epoxy Primer / Interior / Satin Lightly Hand Sand Solvent Clean SP -1 First Coat — Series 27-1255 Beige @ 3 mils DFT Second Coat — Series N69 @ 5 mils DFT 6 Polyamide Epoxy — Aliphatic Acrylic Polyurethane Doors, Frames, Motors and other Equipment with Non- Epoxy Primer / Exterior / Gloss Lightly Hand Sand Solvent Clean SP -1 First Coat — Series 27-1255 Beige @ 3 mils DFT Second Coat — Series 74 @ 3 mils DFT 7 Acrylic Emulsion Insulation on Piping and Ductwork / Matte First Coat — Series 6 © 200 sfpg Second Coat — Series 6 @ 200 sfpg 8 Alkyd Wood / Galvanized Metal / Exposed / Semi -Gloss First Coat — Series 36 @ 240 sfpg Second Coat — Series 23 @ 300 sfpg Third Coat — Series 23 @ 300 sfpg 9 Polyamide Epoxy Coal Tar Dissimilar Metal Protection / Semi- Gloss Scarify the Surface, SP -1 First Coat — Series 46H-413 @ 20 mils DFT City of Yakima Struvite System Implementation -END OF SECTION - Coatings 09960-9 SECTION 10110 STEEL ROLLING PLATFORM LADDER PART 1—GENERAL 1.01. THE REQUIREMENT A. The CONTRACTOR shall furnish a steel rolling platform ladder. PART 2—PRODUCTS 2.01 GENERAL A. The steel rolling platform ladder shall conform to the following requirements: 1. Rated capacity 300 lbs 2. Stair depth 7 in 3. Ladder width 29 in 4. Ladder length 33 in 5. Ladder height 40 in 6. Ladder height with handrail 70 in B. The equipment shall meet OSHA and ANSI A14.7 requirements. 2.02 MANUFACTURER A. The steel rolling platform ladder shall be manufactured by Vestil, Ballymore, Cotterman or approved equal. B. Platform and stairs shall be perforated. C. Equipment shall include handrails and ball bearing casters. 2.03 WARRANTY A. The MANUFACTURER shall correct all defects in the steel rolling platform ladder upon notification from the OWNER within one (1) years from the date of Substantial Completion. Corrections shall be completed within five (5) days after notification PART 3—EXECUTION 3 01 DELIVERY A. CONTRACTOR shall touch-up all shipping damage to the paint and steel as soon as the equipment arrives on the job site. - END OF SECTION - City of Yakima Steel Rolling Platform Ladder Struvite System Implementation 10110 - 1 SECTION 11148 SUBMERSIBLE NON -CLOG PUMPS P-10-110, P-10-120, PLUS SPARE (THREE PUMPS TOTAL) PART1-GENERAL 1.01 WORK INCLUDED A. Furnish and install submersible non -clog pumping equipment, associated appurtenances and controls as specified herein and as shown on the drawings. 1.02 REFERENCE STANDARDS ASTM A36/A36M-04—Standard Specification for Carbon Structural Steel ASTM A 48/A 48M (2003)—Standard Specification for Gray Iron Castings NFPA 82—Standards for Fire Protection in Wastewater Treatment and Collection Facilities NEMA Standards Publication MG 1-1998 (Revision 3, 2002)—Motors and Generators National Electric Code (NEC) UL Underwriters Laboratories 1.03 SUBMITTALS A. General: Submittals shall be furnished in accordance with Section 01300 – Contractor Submittals. B. Shop Drawings: Shop Drawings shall contain the following information: 1. Pump name, identification number, and specification Section number. 2. Performance data curves showing head, capacity, horsepower, and hydraulic efficiency. 3. The CONTRACTOR shall require the Manufacturer to indicate the limits on the performance curves recommended for stable operation without surge, cavitation, or excessive vibration. The stable operating range shall be as wide as possible based on actual hydraulic and mechanical tests. 4. Assembly, installation and control drawings including shaft size, seal, coupling, bearings, anchor bolt plan, part nomenclature, material list, outline dimensions, and shipping weights. 5. Data, in accordance with Section 16052 – Electrical Installation and Materials, for the electric motor proposed for each pump. 6. Elevation of proposed Local Control Panel. C. Owner's Manual: The Owner's Manual shall contain the required information for each pump Section. D. Spare Parts List: A Spare Parts List shall contain the required information for each pump Section. A recommended spare parts list shall be provided with the submittal. E. Factory Test Data: Signed, dated, and certified factory test data for each pump system which requires factory testing, submitted before shipment of equipment. F. Certifications: 1. Manufacturer's certification of proper installation. 2. CONTRACTOR'S certification of satisfactory field testing. City of Yakima Submersible Non -Clog Pumps Struvite System Implementation 11148 - 1 3. UL certification for electrical components 4. Manufacturer's warranty. 1.04 QUALITY ASSURANCE A. Pump, motor and controls shall be coordinated by the Contractor to provide operable pumping systems as indicated by the drawings and specifications. The motor horsepower shall not be exceeded when the pump is operating anywhere on its curve. B. Pumps seals shall be designed for complete water tightness at 65 feet submergence for 30 minutes and data on factory testing and quality control shall be submitted with the Shop Drawings. C. Manufacturers: Firms regularly engaged in manufacture of pumping equipment of types required, whose equipment has been in satisfactory use in similar service for not less than 5 years. D. Warranty: The MANUFACTURER shall correct all defects in the pumping system upon notification from the OWNER within one (1) years from the date of Substantial Completion. Corrections shall be completed within five (5) days after notification. PART 2 - PRODUCTS 2.01 DESIGN CRITERIA A. Submersible Wastewater Pumps: Pumps shall be submersible non -clog wastewater pumps capable of pumping digester filtrate. 1. Submersible Wastewater Pumps: Equipment Number P-10-110, P-10-120 Quantity 2 Location Existing wetwell 2. Performance Requirements: Criteria Unit Value Scenario 1 (Design Point 2 - Max flow) Design Flow Capacity (per pump) gpm 150 Design Flow Pump Head, TDH ft 55 Scenario 2 (Design Point 1 - Typ Flow) Design Flow Capacity (per pump) gpm 100 Design Flow Pump Head, TDH ft 32 Design Flow minimum overall efficiency Percent 50 Maximum Flow Shutoff Head ft 100 Maximum Net Positive Suction Head Required ft 21 Throughlet In 1.5 Driver Duty Intermittent Drive Variable Frequency Drive Maximum Pump Speed rpm Maximum Motor Speed rpm 3300 Minimum Motor Size Hp 3.8 Frequency Hz 60 Submersible Non -Clog Pumps City of Yakima 11148 - 2 Struvite System Implementation 111 11 1 11 1 11 1 1 1 1 1 1 1 1 1 1 1 11 1 1 i 1 1 3. Pump Dimensions: Item Unit Value Discharge, Hose Connection In 3 Flange Rating psi 150 2.02 OPERATING CONDITIONS A. Submersible Wastewater Pumps: Item Unit Value Ambient Environment Casing and motor submerged Ambient Temperature Degrees F 30 to 120 Ambient Relative Humidity Percent 30 to 80 Fluid Service conforming to ASTM A- Digester filtrate Fluid Temperature Degrees F 50 to 90 Fluid pH Range Wear rings shall be made of 304 or 316 stainless steel and nitrile rubber with steel insert, with a Brinell hardness of 300 on impeller and 5 to 8 Fluid Specific Gravity 350 on casing 1.0 Project Site Elevation Feet 1000 1. The CONTRACTOR shall ensure the pump vendor examines the site conditions, intended application, and operation of the pump system and recommend the pump which will best satisfy the indicated requirements. 2. The pump and motor unit shall be suitable for continuous operation at full nameplate load while the motor is completely submerged, partially submerged or totally non -submerged. The use of shower systems, secondary pumps or cooling fans to cool the motor shall not be acceptable. 2.03 MATERIALS OF CONSTRUCTION A. The pump, mechanical seals and motor units provided under this specification shall be from the same manufacturer in order to achieve standardization of operation, maintenance, spare parts, manufacturer's service and warranty. B. Unless otherwise specified elsewhere, all non -clog submersible pumps shall be constructed of the following materials: Item Material Construction Pump Casing Casing and motor Casing shall form the volute and shall be a housing shall be close- single piece with smooth flow passages. A grain, cast-iron replaceable bottom plate assembly shall be conforming to ASTM A- used to seal between the impeller and the 48 Class 40 standards. casing. The casing shall have a centerline Wear rings shall be made of 304 or 316 stainless steel and nitrile rubber with steel insert, with a Brinell hardness of 300 on impeller and discharge to allow guide rails. 350 on casing City of Yakima Struvite System Implementation Submersible Non -Clog Pumps 11148-3 Connections Machined metal -to -metal or rubber profile mating gasket quick disconnect type, for withdrawal of unit from above without disconnecting pipe. When lowered into place, the pump shall automatically connect and lock into the discharge pipe, allowing for zero leakage at all anticipated pump heads. Critical mating surfaces where watertight sealing is required shall be machined and fitted with rubber 0 -rings. Impeller ASTM A-48, Class 40 iron Impellers shall be both statically and dynamically balanced with the shaft and rotor. Impellers shall be of the closed two - vane non -clogging type. Shaft Shaft and shaft sleeve shall be stainless steel made of nickel -bearing chromium 420 SS steel The shaft shall be totally isolated from the liquid being pumped. The shaft shall have a maximum deflection at the lower seal of .002 inches. Bearings Bearings shall be permanently lubricated, roller bearing at the top of the shaft and two permanently lubricated angular contact ball bearings at the bottom of the shaft. B-10 bearing life shall be at least 50,000 hours at the design conditions. Item Material Construction Shaft Seals Carbon/ceramic, Tungsten carbide or silicon carbide rings The pump shall have two mechanical shaft seals. The upper seal shall be carbon/ceramic mechanical seal running in an oil bath below the stator housing. The lower seal shall be the primary seal and consist of a tungsten -carbide mechanical seal running in an oil bath. All mechanical seals shall have positively driven rotating members. The seals shall be provided with moisture detector probes, alarm and test circuits. Seal lubricant shall be FDA approved non-toxic. Oil Chamber To supply oil for lubrication and cooling of the shaft seals. The drain and inspection plug, with positive anti -leak seal shall be easily accessible from the outside. Pump Base — Elbow to Hose Configuration (S- installation on Flygt) Pump shall have a base to sit squarely on the sump floor. Discharge elbow shall be integral to the pump and provided with a 3" hose connection. Submersible Non -Clog Pumps 11148 - 4 City of Yakima Struvite System Implementation 1 1 1 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Cables Value The cable entry fitting shall not require specific torque requirements to seal. The cable entry water seal shall consist of a single cylindrical elastomer grommet and stainless steel washers that compress by the entry body containing a strain relief. The cable entry junction and the motor shall be separated by a seal and terminal gland to isolate the motor interior from the cable entry fitting. Lifting Device Enclosure Type 316 stainless steel guide rails with brackets and a stainless steel guide chain lifting assembly of sufficient operating length with hooks and tension device, all rated at least five (5) times the weight of the pump and motor. 2.04 COOLING SYSTEM A. Each unit shall be provided with an adequately designed cooling system. The cooling system. The cooling jacket shall surround the stator housing, thereby providing heat dissipation of the motor. Impeller vanes shall provide the necessary circulation to pump media through the cooling jacket. The impeller and back plate interface shall incorporate dimensional tolerances designed to prevent damaging particles from entering the cooling jacket. The back of the impeller shall incorporate a cutter design to ensure stringy or fibrous material cannot enter the cooling jacket. The cooling jacket shall be a non -clog design by virtue of these features, and clean out ports on the cooling jacket shall not be required. 2.05 ELECTRICAL REQUIREMENTS A. Control Panel: Refer to contract documents for control panel configuration. B. Motor: Pump Pump motors shall conform to NEMA MG -1 Part 31 requirements and shall be a squirrel cage induction NEMA Design B electric motor conforming to the following requirements: Item Value Installation Environment Submersible, Air Filled Enclosure Submersible Insulation Class NEMA Class F Insulation Non -Hygroscopic Polyester Service Factor 1.10 Minimum Synchronous Speed 1800 RPM Maximum (constant) Voltage 460 Phase 3 Frequency Hz C. Moisture Sensor: Provide pump without moisture sensor in the seal oil chamber to detect moisture leakage through the outer shaft seal. The moisture sensor Miall be wired to tho 1 City of Yakima Struvite System Implementation 1 Submersible Non -Clog Pumps 11148-5 D. Thermal Sensors: Thermal sensors shall be used to monitor stator temperatures by the use of three thermal switches embedded in the coils of the stator winding. The thermal sensors shall be wired to the pump control system to provide overheat protection for the motors and be connected to the SCADA network similar to moisture sensor. The stator windings and stator leads shall be insulated with moisture resistant Class F insulation rated for 155°C (311°F). The stator shall be dipped and baked three times in Class F varnish and shall be heat -shrink fitted into the stator housing. E. A junction box shall be completely sealed off from the pumped media. Epoxies, silicones, or other secondary sealing systems shall not be considered acceptable. F. The motor horsepower shall be adequate so that the pump is non -overloading throughout the entire pump performance curve from shut-off through run -out. 2.06 SPARE PARTS A. Parts to be furnished include: 1. Two sets of mechanical shaft seals for each pump 2. One bottom plate assembly for each pump 3. Two sets of bearings for each pump and motor 4. Three sets of O -rings and gaskets for each pump 5. One submersible cable (SUBCAB) of required length (per NEC and ICEA standards), with termination kit, for each pump. 2.07 NAMEPLATES Eachpump shall be equipped with a stainless steel nameplate indicating serial numbers, rated head and flow, impeller size, pump speed, and manufacturer's name and model number 2.08 MANUFACTURERS OR EQUAL A. Flygt B. Or approved equal by engineer. PART 3 - EXECUTION 3.01 DELIVERY AND STORAGE A. All equipment delivered and placed in storage shall be stored with protection from the weather, humidity and temperature variations, dirt or dust, or other contaminants. B. All part shall be properly lubricated and protected so that no damage or deterioration will occur even during a prolonged delay from the time of shipment until installation is completed and the pumps are ready for operation. C. Finished ferrous surfaces not painted shall be properly protected to prevent rust and corrosion. D. The finished surfaced of exposed flanges shall be protected by strong wooden blind flanges. E. Each pump shall be properly crated to protect against damage during shipment. 3.02 INSTALLATION A. Install pump as shown in the drawings and as recommended by the pump manufacturer. B. The CONTRACTOR shall ensure that anchor bolts are set only after the discharge piping has been properly installed, to ensure exact fit with embedded piping components. Submersible Non -Clog Pumps City of Yakima 11148 - 6 Struvite System Implementation 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ar 3.03 SERVICES OF MANUFACTURER A. Secure start-up service for the pump as specified below: Schedule of Field Service Representative on Site Time Service On Site Time (Days) Trips to Site Equipment delivery verification and installation instruction 1 1 Installation verification, start-up and instruction of the OWNER'S personnel 1 1 B. A "Day on Site" is defined as a conventional 8 -hour workday excluding travel time. A 'Trip to Site" is defined as complete round trip travel from the Manufacturer's factor. All expenses including salary, local/long distance travel, lodging, meals and any other per diem or miscellaneous expenses of the authorized service representative shall be the responsibility of the CONTRACTOR. C. A factory representative of the pumping equipment shall be present to supervise start-up and ensure proper operation of all components under operation conditions specified herein. The Contractor shall obtain and pay for the factory representative start-up service. D. Certification: Upon completion of equipment checks, the MANUFACTURER shall submit to the OWNER written certification that all submersible non -clog pumps and equipment associated with the pumps have been properly installed, are in good condition, are functioning properly, and are in accordance with the Contract Documents. 3.04 TESTING A. Testing performed upon each pump shall include the following inspections: a. Impeller, motor rating and electrical connections shall be checked for compliance with this specification. b. Prior to submergence, each pump shall be run dry to establish correct rotation. c. Each pump shall be run submerged in water. d. Motor and cable insulation shall be tested for moisture content or insulation defects. B. Upon request, a written quality assurance record confirming the above testing/inspections shall be supplied with each pump at the time of shipment. C. Each pump (when specified) shall be tested in accordance with the latest test code of the Hydraulic Institute (H.I ) at the manufacturer to determine head vs. capacity and kilowatt draw required. Witness tests shall be available at the factory upon request. -.END OF SECTION - City of Yakima Submersible Non -Clog Pumps Struvite System Implementation 11148 - 7 SECTION 11149 STRUVITE SEPARATOR FEED PUMP P-50-300 PART 1 - GENERAL 1.1. THE REQUIREMENT A. The CONTRACTOR shall furnish and install a heavy duty flexible impeller pump, controls, wiring, and associated piping complete and operable and all appurtenant work, complete and operable, in accordance with the requirements of the Contract Documents. B The Supplier shall examine the site conditions, intended application, and operation of the pump system and recommend the pump which will satisfy the indicated requirements. 1.2 SUBMITTALS A. Complete description of all materials. B. Pump installation, operation and maintenance information C UL certification for electrical components 1.3 DELIVERY, STORAGE AND HANDLING A. All materials and equipment shall be shipped, stored, handled and installed in such a manner as to not to degrade quality, serviceability or appearance. The equipment shall be stored in a clean, dry location free from construction dust, precipitation and excess moisture. If stored for more than two weeks, the equipment shall receive all maintenance considerations required by the manufacturer for proper storage of the equipment. 1.4 WARRANTY A. The MANUFACTURER shall correct all defects in the mixing system upon notification from the OWNER within one (1) years from the date of Substantial Completion. Corrections shall be completed within five (5) days after notification PART 2 - PRODUCTS 2.1 PUMPS A. Certification 1. All electric components must be UL approved B. Identification: 1. Equipment Number - P-50-300 2. Quantity 1 B.. Operating Conditions: The WORK of this Section shall be suitable for long term operation under the following conditions: City of Yakima Struvite Separator Feed Pump Struvite System Implementation PAGE 11149-1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1. Duty Intermittent 2. Drive Constant speed 3. Ambient environment Indoors 4. Ambient temperature, 40 to 100 (degrees F) 5. Ambient relative 20 to 80 humidity (percent) 6. Fluid service Struvite slurry 7. Fluid temperature, 50 to 90 (degrees F) 8. Fluid pH range 6.0 to 8.0 9. Fluid specific gravity 1.5 10. Project site elevation 1000 (ft. a.s I) 11. Maximum size of spheres 1/4 to pass (in. dia) C. Performance Requirements: 1. Maximum shutoff head 1.5 times operating head (ft) 2. Design flow capacity 20 (9Pm) 3. Design flow pump head - 25 (TDH ft) 4. Design flow minimum pump - 70 efficiency (percent) 5. Maximum pump speed (rpm) 1750 6. Maximum motor speed (rpm) 1750 7. Minimum motor size (hp) 3/4 D. Pump Dimensions: 1. Pump discharge size (inches) 1 NPT 2.2. PUMP REQUIREMENTS A. Construction: Construction of separator feed pump shall conform to the following requirements. Struvite Separator Feed Pump City of Yakima PAGE 11149- 2 Struvite System Implementation 1. Pump body bronze or stainless steel 2. Impeller nitrile 3. Shaft 316 stainless steel 4 Seal Lip type 5. Pump Connection NPT to flexible hose B. Drive: Totally enclosed fan cooled, overload protector, electric 1750 rpm motor, suitable for 115/230 Vac, single phase, 60 -Hz. C. Control: The CONTRACTOR shall provide a complete control system housed in a weatherproof cabinet with hinged, gasketed door and mounting brackets or pedestal 2 3. PROTECTIVE COATING A. Pumps shall be coated in accordance with Section 09960, "Coatings." 2.4. MANUFACTURERS OR EQUAL A. Jabsco 6050 -Series PART 3 - EXECUTION 3 1. INSTALLATION A. Pumping equipment shall be installed in accordance with approved procedures submitted with the shop drawings and as shown, unless otherwise approved. -END OF SECTION - City of Yakima Struvite Separator Feed` Pump Struvite System Implementation PAGE 11149-3 SECTION 11200 CHEMICAL STORAGE TANK - PLASTIC T-40-200 PART 1—GENERAL 1.01 REQUIREMENTS A. The CONTRACTOR shall provide one integrally molded flanged outlet, high density crosslinked polyethylene with oxidation resistant liner tanks and accessories per section 2.05, complete and in place, in accordance with the Contract Documents. B. Unit Responsibility: The CONTRACTOR shall be responsible for furnishing the integrally molded flanged outlet tanks and its accessories as indicated. 1.02 REFERENCES, CODES AND STANDARDS A. American Society of Testing Materials (ASTM). 1. D638 2. D883 4. D1505 5. D1525 6. D1693 7. F412 Tensile Properties of Plastics Standard Definitions of Terms Relating to Plastics Density of Plastics by the Density -Gradient Technique Test Method for Vicat Softening Temperature of Plastics ESCR Specification Thickness 0.125" F50-10% Igepal Standard Terminology Relating to Plastic Piping Systems B. ANSI Standards: B-16 5, Pipe Flanges and Flanged Fittings C. Building Code: Uniform Building Code, 2009 D. ARM: Low Temperature Impact Resistance (Falling Dart Test Procedure). 103 SUBMITTALS A. Shop Drawings: Shop drawings shall be approved by the engineer prior to the manufacturing of the integrally molded flanged outlet tank(s). Submit the following as a single complete initial submittal. Sufficient data shall be included to show that the product conforms to Specification requirements. Provide the following additional information: • 1. Integrally molded flanged outlet tank and Fitting Material a. Resin Manufacturer Data Sheet b. Fitting Material c. Gasket style and material d. Bolt material 2. Dimensioned Tank Drawings a. Location and orientation of molded in fitting, openings, fittings, accessories, restraints and supports. b. Details of inlet and molded outlet fitting, manways, flexible connections, and vents. 3 Calculations shall be stamped and signed by a registered, third party engineer where required. a. Wall thickness. Hoop stress shall be calculated using 600 psi @ 100 degrees F. City of Yakima Chemical Storage Tank - Plastic Struvite System Implementation 11200 - 1 b. Tank restraint system Show seismic and wind criteria. B. Manufacturer's warranty C. Manufacturer's unloading procedure D. Manufacturer's installation instructions F. Supporting information of Quality Management System. G. Manufacturer's Qualifications. Submit to engineer a list of 5 installations in the same service as proof of manufacturer's qualifications. H Factory Test Report 1. Material, specific gravity rating at 600 psi @ 100 degrees F. design hoop stress 2. Wall thickness verification. 3. Fitting placement verification. 4. Visual inspection. 5. Impact test. 6 Gel test. 7. Hydrostatic test. 1.04 QUALITY ASSURANCE A. The integrally molded flanged outlet tanks furnished under this Section shall be supplied by a manufacturer who has been regularly engaged in the design and manufacture of chemical storage tanks for over 10 years. B. Tanks shall be manufactured from virgin materials. 105 WARRANTY A. Provide a minimum of 5 year full replacement warranty. PART 2—PRODUCTS 2.01 GENERAL A. Tanks shall be rotationally -molded, high density crosslinked polyethylene with an oxidation resistant liner system, one-piece seamless construction, cylindrical in cross-section and vertical with flat / sloping bottoms in axis. Tanks shall be adequately vented (as shown in contract documents). Where indicated, tanks shall be provided with ancillary mechanical fittings and accessories. Tanks shall be marked to identify the manufacturer, date of manufacture and serial numbers must be permanently embossed into the tank. 2.02 MANUFACTURER A. Tanks shall be manufactured by Snyder Tanks or approved equal. 2.03 POLYETHYLENE STORAGE TANKS A.- Service: Chemical storage tanks shall be suited for the following operating conditions: B. High Density Crosslinked Polyethylene resin used in the tank manufacture shall be by Exxon Mobil Chemicals or equal and shall contain ultraviolet stabilizer as recommended by resin manufacturer. Where black tanks are indicated, the resin shall have a carbon black compounded into it. The tank material shall be rotationally molded and meet or exceed the following properties. Chemical Storage Tank - Plastic City of Yakima 11200 - 2 Struvite System Implementation 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Property Type I XLPE ASTM Test Density, gm/cc 0.938-0.944 D1505 Environmental Stress Cracking Resistance, F50, hours, 10% Igepal >1,000 D1693 Tensile Strength, Ultimate psi, 2- inch/minimum 2,600 D638 Type IV Specimen Elongation at Break, % ,2 -inch minimum 400 D638 Type IV Specimen Vicat Softening Point —248 °F D1525 Impact Brittleness temperature <- 180 °F D746 Flexural Modulus, psi 100,000 D790 C. Wall thickness for a given hoop stress 's to be calculated in accordance with ASTM D 1998. Tanks shall be designed using a hoop stress no greater than 600 psi. In NO case shall the tank thickness be Tess than design requirements per ASTM D 1998. 1. The wall thickness of any cylindrical portion at any fluid level shall be determined by the following equation: T = P x OD/2SD or 0.433 x SG x OD x H x OD/2SD where: T = wall thickness, in P = pressure, psi SG = specific gravity, gm/cc H = fluid head, ft OD = outside diameter, ft SD = hydrostatic design stress, 600 psi a. The minimum wall thickness shall be sufficient to support its own weight in an upright position without external support but shall not be less than 0.187" thick. 2. On closed top tanks the top head shall be integrally molded with the cylindrical wall. Its minimum thickness shall be equal to the thickness of the top of the straight sidewall. In most cases, flat areas shall be provided for attachment of large fittings on the dome of the tank. 3. The bottom head shall be integrally molded with the cylindrical wall. Knuckle radius shall be: Tank Diameter, ft Min Knuckle Radius, in Less than or equal to 6 1 greater than 6 1-1/2 4. Tanks with 3000 gal capacity or larger shall have at least 3 lifting lugs. Lugs shall be designed for lifting the tank when empty. a. Unless otherwise indicated, manways shall be 19 -in diameter or greater and equipped with an emergency pressure relief device or SAFE -Surge TM Manway. City of Yakima '• Struvite System Implementation 11200 - 3 Chemical. Storage Tank - Plastic b Unless otherwise indicated, bolted sealed top manway shall be 19- inches or greater and be in locations easily accessible from the nearest worker access position. The sealed manway shall be constructed of polyethylene material. The bolts shall be chemically compatible with the chemical being stored. Gaskets shall be closed cell, crosslinked polyethylene foam, Viton, or EPDM materials. NOTE: If pneumatically filling, venting must be in accordance with the following. Venting Requirements For Polyethylene Tanks fix, Mecba11, 1Pti ill; ..:. :...... .. .... �.....�.�...,f",.�1p=�..K,�'nR�:'��,�:�`;;�"«�,�:-�,��;���;�:-.�;�:s�� 3'wY,?'; ".1;,�,� �ti 4 :"k- ;ryu',b%ta. ,tryeyUtM..i�5[i¢'...-�f'r>'. ry m.a !{c,B?i 7 r�^N 9.^ t vk.; �v b�+, `6. fir,. :�<�r�eu if ,:�"�;_,.� G;�.6a` �1�j;�x:�tt.�;� �,,,.,:,,�; 'd � r, S3'� ..—r.a.......�•- r,..x;.. �1. rr�����^r, v, IF <- 1000 gallons IF - Vent length s 3 feet IF • Vent length > 3' and 5 30' .., IF - Scrubber Application Vent size should equal size q of largest fill or discharge g fitting g AND - Vent screen mesh size 2114" or no screen used AND • 3 or less 90' elbows with no other restrictions o�ereducticn in pipe Vent pipe size throughout scrubber system CANNOT be reduced) Centerline of dispersion pipe not to be submersed > 6 inches IF > 1000 gallons Emergency Pressure Relief Cover Required Emergency Pressure Relief Cover Required Perforated dispersion pipe must be same diameter or larger, as vent. Sum of perforations 2 cross sectional area of pipe Vent size should exceed the largest fill or discharge fitting by 1 inch Tanker Discharge Inlet/Fitting Size Minimum Vent Size Tanker Discharge Inlet/Fitting Size Minimum Vent Size Tanker Discharge Inlet/Fitting Size Minimum Vent Size 2" 2" 4" 2" 2' 6' 2" 2" 6" 3" 2" 6" 3" 2' 6" 3" 2' 8" 3" 3" 6" 3" 3" 8" 3' 3" • 10" inch vents DO NOT EQUAL 4 inch venting capacity For detailed venting guidelines, please visit our Technical Resources at www.polyprocessing.com ray. Nov 2006 D. Tank colors shall be natural (unpigmented), black (pigmented), or opaque colors as specified by the ENGINEER with written agreement by the tank manufacturer 2.04 TANK ACCESSORIES A. Restraint System: 1 Metal components to be galvanized, stainless steel, or painted clips, edge softeners, and tension ring with stainless steel or galvanized cables and clamps. 2 Seismic system to be designed to meet the proper seismic zone and specified wind load. PE stamped calculations and or drawings may be required based on individual project requirements. B. Expansion Joints: 1 Provide Flexmaster expansion joints (or approved equal) for the following tank connections. a. Fill b. Overflow c. Drain 2.05 TANKS A. Tank Schedule per the following specifications Note to Specifier: Designate required chemicals by tank number in schedule below. Tank # by Chemical Service Chemical Stored Fluid Operating Temp. Tank Specific Gravity Resin Fitting Material Gasket Material Bolt Material T-40-200 Magnesium Chloride 30% ambient 1.3 HDXLPE PVC EPDM Titanium Chemical Storage Tank - Plastic 11200 - 4 City of Yakima Struvite System Implementation ti 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I i 1 1 1 1 1 1 1 1 1 Tank # Qty Working Capacity (Gallons) Nominal Diameter (Ft) Overall Height (see note 1) Location: Indoors / Outdoors Color Delta T Value T-40-200 1 6100 gal. 10' 0" 12' 8" Outdoors Natural n/a Note 1: Approximate overall height is measured along the straight cylindrical portion of the tank and includes the dome top. B. Fittings 1. Tank fittings shall be according to the fitting schedule below. Fitting, gasket and bolt material shall be per requirements in section A, or a material that is compatible with the product being stored and shall be a minimum of 1h -in thick. Threaded fittings shall use American Standard Pipe Threads. If tanks are insulated, fittings shall be installed at the factory prior to application of the insulation. Tank# SAFE- Surge Manway High Level Switch Liquid Level Sensor U- Vent Fill Asby Over flow Drain Spare T-40-200 24" Top n/a N/A 6" Top 3" Top 4" Side 3" Side n/a 2. Bolted flange bulkhead f ttings shal be constructed with one 150 -Ib flange installed inside the tank and one flange ring installed outside the tank. The flange will be socket or threaded according to specific connection requirements. The head of the bolts shall be encapsulated with polyethylene preventing fluid contact with the metal material. Encapsulated heads shall have a gasket to provide a sealing surface against the flange. Bolt holes shall straddle the principal centerline of the tank. 3. Outlet fittings shall be an integral part of the tank, molded from the same material as the tank and provide complete drainage of liquid through the sidewall of the tank. Metal and alloy inserts shall not be used. The tank should be properly supported- either with a high density crosslinked polyethylene cushion or a concrete pad. 5. Down Pipes and Fill Pipes: Down pipes and fill pipes shall be supported at 6 -ft max intervals Down pipes and fill pipes shall be PVC or material compatible with the chemical stored. 6. U -Vents. Each tank must be vented for the material and flow and withdrawal rates expected. Vents should comply with OSHA 1910 106(F)(iii)(2)(IV)(9). U -vents shall be sized by the tank manufacturer and be furnished complete with insect screen if required 6 Flange Adapters: Adapters may be used to adapt threaded or socket fitting components to 150 -Ib flange connections. Adapters shall be of material compatible with the chemical stored. 2.06 FACTORY TESTING A. Material Testing 1. Perform gel and low temperature impact tests in accordance with ASTM D 1998 on condition samples cut from each polyethylene chemical storage tank. 2 Degree of Crosslinking. Use Method C of ASTM D 1998- Section11 4 to determine the ortho-xylene insoluble fraction of crosslinked polyethylene gel test. Samples shall test at no less than 65 percent. B Tank Testing City of Yakima Chemical Storage Tank - Plastic Struvite System Implementation 11200 - 5 1. Dimensions: Take exterior dimensions with the tank empty, in the vertical position. Outside diameter tolerance, including out -of -roundness, shall be per ASTM D 1998. Fitting placement tolerance shall be +/- 1/2 -in vertical and +/- 1 degree radial. 2. Visual. Inspect for foreign inclusions, air bubbles, pimples, crazing, cracking, and delamination. 3. Hydrostatic test: Following fabrication, the bottom tanks, including inlet and outlet fittings, shall be hydraulically tested with water by filling to the top sidewall for a minimum of 1/2 an hour and inspected for leaks. Following successful testing, the tank shall be emptied and cleaned prior to shipment. PART 3—EXECUTION 3.01 DELIVERY, STORAGE, AND HANDLING A. The tank shall be shipped upright or lying down on their sides with blocks and slings to keep them from moving. AVOID sharp objects on trailers. B All fittings shall be installed and, if necessary, removed for shipping and shipped separately unless otherwise noted by the contractor. C. Upon arrival at the destination, inspect the tank(s) and accessories for damage in transit. If damage has occurred, Poly Processing Company shall be notified immediately. 3.02 INSTALLATION A. Install the tanks in strict accordance with Snyder's Installation Manual and shop drawings. 3 03 FIELD TESTING A. Tank shall be hydro -tested for 24 hours prior to commissioning. - END OF SECTION - Chemical Storage Tank -_ Plastic - _r City of Yakima 11200 - 6 Struvite. System Implementation SECTION 11210 CHEMICAL STORAGE TANK - STEEL T-40-100 PART 1—GENERAL 1.01 REQUIREMENTS A. The CONTRACTOR shall provide one steel tank and accessories per section 2.04, complete and in place, in accordance with the Contract Documents. 1.02 REFERENCES, CODES AND STANDARDS A. American Society of Testing Materials (ASTM). B. ANSI Standards C. Building Code: Uniform Building Code, 2009 D. AWWA 1.03 SUBMITTALS A. Shop Drawings: Shop drawings shall be approved by the engineer prior to the manufacturing of the tank. Submit the following as a single complete initial submittal. Sufficient data shall be included to show that the product conforms to Specification requirements. Provide the following additional information. 1. Tank and Fitting Material a. Steel manufacturer data sheet b Fitting material c. Gasket style and material d. Bolt material 2 Dimensioned Tank Drawings a. Location and orientation of openings, fittings, accessories, restraints and supports. b. Details of inlet and outlet fitting, manways, flexible connections, and vents. 3. Calculations shall be stamped and signed by a registered, third party engineer where required. a. Tank restraint system. Show seismic and wind criteria. B. Manufacturer's warranty C. Manufacturer's unloading procedure D. Manufacturer's installation instructions F. Supporting information of Quality Management System. G. Manufacturer's Qualifications: Submit to engineer a list of 5 installations in the same service as proof of manufacturer's qualifications. H. Factory Test Report 1. Wall thickness verification. 2. Fitting placement verification. 3. Visual inspection. City of Yakima Chemical Storage Tank - Steel Struvite System Implementation 11210 - 1 4. Hydrostatic test. 1.04 QUALITY ASSURANCE A. The steel tank furnished under this Section shall be supplied by a manufacturer who has been regularly engaged in the design and manufacturing of chemical storage tanks for over 10 years. B Tanks shall be manufactured from virgin materials. 1.05 WARRANTY A. Provide a minimum of 5 year full replacement warranty. PART 2—PRODUCTS 2.01 GENERAL A. Tanks shall be made of steel, cylindrical in cross-section and vertical with flat / sloping bottoms in axis. Tanks shall be adequately vented (as shown in contract documents). Where indicated, tanks shall be provided with ancillary mechanical fittings and accessories. Tank shall include double containment, insulation and heat tracing as specified below. Tanks shall be marked to identify the manufacturer, date of manufacture and serial numbers must be permanently embossed into the tank. 2.02 STEEL STORAGE TANK A. Plate material shall be carbon steel conforming to the latest revision of ASTM — A36 or as allowed by the latest version of AWWA D100 B. Design and fabrication of tank shall conform to the requirements of the latest revision of AWWA D100 and the project specifications. C. Design of tank and supports shall be done by fabricator and shall be based on the following specifications: Tank # by Chemical Service Chemical Stored Fluid Operating Temp. Specific Gravity Fitting Material Gasket Material Bolt Material T-40-100 Sodium hydroxide 50% 55-70F 152 CS EPDM SST Tank # Qty Working Capacity (Gallons) Nominal Diameter (Ft) Overall Height (see note 1) Location: Indoors / Outdoors Color Delta T Value T-40-100 1 6100 gal. 10' 0" 11' Outdoors Natural 70 max D. Tank shall be fabricated with double wall.containment to prevent accidental spillage. E. Nozzles shall be provided per Table 1. F. Design of cover plate shall support a uniform live load of 40 psf G. All seismic design including anchor bolts shall be per the requirements of the IBC. H. Anchor bolts shall be type 304 stainless steel all -thread rods with epoxy embedment type anchor and shall be supplied with tank. Chemical Storage Tank - Steel 11210 - 2 City of Yakima Struvite System Implementation 1 11 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I. All surfaces to be painted shall be blast cleaned per SSPC SP -10 near white blast (interior) and SSPC SP -5 blast (exterior). J. All Interior surfaces shall receive 1 coat (7 mils DFT) of shop applied epoxy novolac phenolic coating (PHENICON HS). Finish paint shall consist of 1 coat (8 mils DFT) of epoxy novolac phenolic coating with micaceous iron oxide (PHENICON HS Flake Filled). K. All exterior surfaces shall receive 1 coat (3 mils DFT) of shop applied oxide primer after fabrication. Finish painting shall consist of 2 coats (3 mils DFT each, 6 mils DFT total) of semi gloss alkyd enamel. Color to be off-white or as selected by OWNER. L. Shop drawings shall be provided by the fabricator detailing connection, member sizes, dimensions, orientation, and other pertinent information. Fabrication of tank shall not begin until receipt of Owner approved shop drawings. The final approved shop drawings and design summary calculations shall be stamped by a registered engineer in the State of Washington. M. Tank fabricator shall submit fabrication drawings for Engineer's approval prior to fabrication of tanks. Table 1 Nozzle Number Nozzle Name Location Top/Side Size Type of Connection Distance from Tank Center to Nozzle Centerline Distance from Tank Bottom Plate to Nozzle Centerline Angle - Degrees 1 Fill Nozzle Top 3 -inch Flange 4'-9" -- 270 3 Man -way Top 24 -inch Flange 3'-9" -- 0 4 Level Sensor Nozzle Top 3 -inch Flange 4'-3" -- 90 5 Overflow Side 4 -inch Flange -- 11'-9" 135 6 Drain Side 3 -inch Flange -- 0'-9" 90 7 Vent Top 4 -inch Flange 4'-6" 315 Notes: 1. Refer to the Mechanical Drawing for Nozzle Location Plan 2. Man -way to be provided with cover plate, gasket and mounting hardware 3. Tank shall be designed for seismic loads per IBC, Yakima, WA. 4 Base anchor bolt connections per IBC seismic requirements. -.2.03 TANK ACCESSORIES A. Insulation and heat tracing: 1. Tank shall include heat tracing, insulation and jacketing sized accordingly to maintain tank contents at 70F. Heat trace shall be installed outside the containment wall, minimum R-9 insulation and stainless steel jacketing. B. Restraint System: City of Yakima Struvite System Implementation Chemical Storage Tank - Steel 11210 - 3 1 Metal components to be galvanized, stainless steel, or painted clips, edge softeners, and tension ring with stainless steel or galvanized cables and clamps. 2. Seismic system to be designed to meet the proper seismic zone and specified wind load. PE stamped calculations and or drawings may be required based on individual project requirements. C. Expansion Joints: 1. Provide steel braided expansion joints for the following tank connections: a. Fill b. Overflow c. Drain 2.04 FACTORY TESTING A. Tank Testing 1. Dimensions: Take exterior dimensions with the tank empty, in the vertical position. Outside diameter tolerance, including out -of -roundness, shall be per ASTM D 1998. Fitting placement tolerance shall be +/- 1/2 -in vertical and +/- 1 degree radial. 2. Visual: Inspect for foreign inclusions, air bubbles, pimples, crazing, cracking, and delamination. 3. Hydrostatic test: Following fabrication, the bottom tanks, including inlet and outlet fittings, shall be hydraulically tested with water by filling to the top sidewall for a minimum of 1/2 an hour and inspected for leaks. Following successful testing, the tank shall be emptied and cleaned prior to shipment. PART 3—EXECUTION 3.01 DELIVERY, STORAGE, AND HANDLING A. The tank shall be shipped upright or lying down on their sides with blocks and slings to keep them from moving. AVOID sharp objects on trailers. B All fittings shall be installed and, if necessary, removed for shipping and shipped separately unless otherwise noted by the contractor. C Upon arrival at the destination, inspect the tank(s) and accessories for damage in transit. If damage has occurred, manufacturer shall be notified immediately. 3 02 INSTALLATION A. Install the tanks in strict accordance with the manufacturer's Installation Manual and shop drawings. 3.03 FIELD TESTING A. Tank shall be hydro -tested for 24 hours prior to commissioning. - END OF SECTION - Chemical Storage Tank - Steel City of Yakima 11210 - 4 Struvite System Implementation 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 11259 CHEMICAL METERING PUMPS P-30-110, P-30-210, P-30-120, P-30-220 PART 1—GENERAL 1.01 DESCRIPTION A. Pumps shall be positive displacement peristaltic type complete with spring-loaded pumphead, self-contained variable speed drive, and flexible extruded tube as specified. B. Pumps shall be dry self -priming, capable of being run dry without damaging effects to pump or tube, and shall have a minimum suction lift capability of 10' vertical water column. Maximum pressure rating: 30 psi. C. Pump shall not require the use of check valves or diaphragms and shall not require dynamic seals in contact with the pumped fluid. Process fluid shall be contained within pump tubing and shall not directly contact any rotary or metallic components. 1.02 QUALITY ASSURANCE A. For quality assurance, all pump elements must be manufactured by the pump manufacturer in accordance with their specifications. Elements not manufactured by the pump manufacturer will not be acceptable. B. Drive and pump heads shall be 24 hr continuous duty rated and have a three-year manufacturer's warranty from date of shipment. C. Manufacturer of tubing pumps must have at least 20 operating installations in domestic water or wastewater treatment plants located in the United States over a period of at least seven years pumping the same fluid as specified. D. Pumps shall meet all applicable US and Washington electrical requirements, including compliance with the National Electric Code and Underwriters Laboratory (UL). E. Pumps shall be 100% integral in design with the pumphead, motor, controls, and pump case being manufactured by the pump manufacturer themselves. All controls, motor, and gear reduction shall be housed in a single chemically resistant pump case. Pumps that require separate base plates, external gear reduction and/or gear motors, and separate controls and VFDs – even if mounted on a base plate and pre -wired to the motor – are not acceptable. 1.03 SUBMITTALS A. Submit the following 1. Certified shop drawings. 2. Characteristic performance curve showing flow rate as a function of RPM and pressure. 3. Dimensional drawings. 4. Operating, maintenance, programming, and wiring instructions 5. Number of occlusions per 100 gallons pumped. 6. UL certification for electrical components 1.04 DELIVERY, STORAGE, AND HANDLING A. Shipping 1. Ship pump and drive assembled complete. Ship tubing separately for field installation and process line connection by contractor. City of Yakima Chemical Metering Pumps Struvite System Implementation 11259 - 1 2. Pack all additional spare parts in containers bearing labels clearly designating contents and pieces of equipment for which intended. 3. Deliver spare parts at the same time as pertaining equipment. B Receiving 1. Contractor to inspect and inventory items upon delivery to site. 2 Contractor to store and safeguard equipment, material, instructions, and spare parts in accordance with manufacturer's written instructions. 105 WARRANTY The MANUFACTURER shall correct all defects in the pumping system upon notification from the OWNER within one (1) year from the date of Substantial Completion or 5 -years from shipment whichever is longest. Corrections shall be completed within five (5) days after notification. PART 2—PRODUCTS 2.01 PUMP PROCESS SCHEDULE Quantity: Four (4) Pump Tag No: P-30-110, P-30-210, P-30-120, P-30-220 Fluid. Chemical Tag Number Specific Gravity Storage concentration Magnesium Chloride (MgCl2) P-30-120, P-30-220 1.3 30% Sodium Hydroxide (NaOH) P-30-110, P-30-210 1 53 50% Room temperature: 40 - 100 degrees F, Tubing Material: Marprene II with 2.4 mm thickness Max Pump RPM for Application: 220 rpm Tubing ID: 3.2 mm Maximum Number of Occlusions: 45,456 Min Flow Rate (GPH). 1 Max Flow Rate (GPH). 30 Max Discharge Pressure (PSI). 30 Suction Head. 10 foot lift Power (VAC, Frequency, Phase) 115VAC, 60 Hz, 1 Phase 2.02 PUMP CONSTRUCTION A. Pumphead 1 Pumphead shall consist of a fixed track and spring-loaded roller rotor assembly Pump tubing shall be in contact with the inside diameter of the track through an angle of 180 :Chemical Metering Pumps 11259 - 2 Struvite System Implementation City of Yakima 1 1 1 1 11 1 1 1 11 1 11 1 1 1 1 Normal operating level (75% of time) High operating level (25% of time) Max. operation MgCl2 15 gph 25 gph 30 gph NaOH 20 gph 25 gph 30 gph 2.02 PUMP CONSTRUCTION A. Pumphead 1 Pumphead shall consist of a fixed track and spring-loaded roller rotor assembly Pump tubing shall be in contact with the inside diameter of the track through an angle of 180 :Chemical Metering Pumps 11259 - 2 Struvite System Implementation City of Yakima 1 1 1 1 11 1 1 1 11 1 11 1 1 1 1 degrees. At all times, one roller shall be fully engaged with the tubing providing complete compression and preventing back flow or siphoning Tube occlusion and spring tension shall be factory set to accommodate tubing wall thickness and shall not require adjustment. 2. Pumphead guard shall be clear for viewing of rotation direction. When closed, the pumphead guard shall seal against the pump track for leak containment and controlled waste through the pumphead waste port in the event of a tube failure. B. Tubing 1. Pump shall be supplied with a tubing element with molded fittings, which shall be self - locating when fitted into the pumphead. Tube element shall be in contact with the inside diameter of the track (housing) through an angle of 180 degrees and be held in place on the suction and discharge by the element fittings. The tubing shall be replaceable without the use of tools and with no disassembly of the pumphead. To achieve maximum service life, pump heads with a track angle of less than 180 degrees and/or without tube elements are not acceptable. 2. Tubing Element shall be constructed with Marprene tubing with male PVDF Quick Release Connectors. 3. Supply Four (4) 3.2mm ID tube elements. 4. Supply One (1) meter of reinforced transparent PVC flexible hose for connection of pump to suction and discharge process lines. Flexible hose shall have a PVDF female Quick Release fitting for connection to the Loadsure Element and male Quick Release fitting for connection to barbed adaptor with built in shut off valve for ease of maintenance and connection to process lines. C. Drive 1. Rating. Continuous 24 hour operation, 40°C ambient. 2. Supply: 110-120V 50/60 Hz and 220-240V 50/60 Hz, 1 -Phase field switchable Supply nine -foot length mains power cord with standard 115V three -prong plug. 3. Max drive power consumption. 135VA. 4. Enclosure: NEMA 4X 5. Housing: Pressure cast aluminum with exterior grade corrosion resistant polyester powder coat. 6. Pumps must meet the following minimum requirements for operator interface functionality. a. Backlit graphical LCD to display pump speed, running status, flow rate, and programming instructions b. Keypad for start, stop, speed increment, speed decrement, forward/reverse direction, rapid prime, and programming. c. Menu driven on screen programming of manual or auto control, flow and remote signal calibration, and general programming. d� Programmable "Auto Restart" feature to resume pump status in the event of power outage interruption. e. Programmable "Keypad Lock" to allow operator lockout of all keys except emergency start/stop f. Programmable Maximum Speed to allow operator to set the maximum speed of the pump City of Yakima - Chemical Metering Pumps Struvite System Implementation 11259 - 3 7. Supply auto control features to meet the following minimum functionality requirements for use with the SCADA system. All control signal features must be located internally to the pump. Pumps not meeting this minimum functionality or that require additional external control boxes are not acceptable. a. Remote Control Inputs 1 Speed Control: a) Primary Analog 4-20mA or 0-10VDC speed input, with input signal trimmable and speed scaleable over any part of the drive speed range. b) Secondary Analog 4-20mA or 0-10VDC scaling input, with input signal trimmable and programmable scaling factor. c) Provisions for alternative remote accessory potentiometer (if supplied by others) for primary speed control or secondary speed scaling. 2. Start/Stop Control. via 5V TTL, 24V industrial logic or dry contact- Configurable command sense allowing open to equal run or open to equal stopped. 3. Forward/Reverse Control: via 5V TTL, 24V industrial logic or dry contact 4. Auto/Man Mode Control: via 5V TTL, 24V industrial logic or dry contact 5. Leak Detector Run/Stop Control: b. Status Outputs 1. Four relay contacts rated for a 30 VDC with a maximum load of 30W, NO or NC software configurable to indicate the following: a) Running/Stopped status b) Forward/Reverse status c) Auto/Manual status d) General Alarm status e) Leak Detected status 2. Speed output — Analog 4-20mA or 0-10 VDC c. Accepts RS485 data protocol d. Termination: supply screw down terminals suitable for up to18 AWG field wire and accessible through four glanded cable entry points on the pump 8. Drive motor- brushless DC motor with integral gearbox and tachometer feedback a. Speed Control Range of 2200:1 from 0 1 to 220 rpm +/- 0.1 rpm throughout the range. b. Closed loop microprocessor controlled drive with pulse width modulation at speeds above 35 rpm and synchronous mode with magnetic field rotation control below 35 rpm c. Circuitry complete with temperature and load compensation and protection. 9 Mounting. Drive shall be self-supporting and shall not require anchoring. 10 Leak Detection- Pump manufacturer shall supply float -type leak sensor mounted to the drain port of the pump head for leak detection and pump shut down in the event of a tubing failure. Chemical Metering Pumps City of Yakima 11259 - 4 Struvite System Implementation 2.03 NAMEPLATES Each pump shall be equipped with a stainless steel nameplate indicating serial numbers, rated head and flow, tubing size, pump speed, and manufacturer's name and model number 2.04 MANUFACTURERS A. Watson -Marlow, Inc., or approved equal by engineer. PART 3—EXECUTION 3.01 DELIVERY, STORAGE, AND HANDLING OF EQUIPMENT A. All equipment shall be shipped and delivered fully assembled, except where partial disassembly is required in order to conform to transportation regulations or for the protection of components. B. The Contractor shall be responsible for unloading of the machinery and shall have equipment on-site available at the time of delivery permitting proper hoisting of the equipment. 3.02 FIELD PREPARATION AND PAINTING A. CONTRACTOR shall touch-up all shipping damage to the paint and stainless steel as soon as the equipment arrives on the job site. B. CONTRACTOR shall supply paint for field touch-up and field painting. 3.03 INSTALLATION, START-UP AND OPERATOR TRAINING A. Contractor shall verify all dimensions in the field to ensure compliance of equipment dimensions with the drawings. Contractor shall notify Engineer of significant deviations. B Installation of the equipment shall be in strict accordance with the contract documents and the manufacturer's instructions and shop drawings. Manufacturer shall supply anchor bolts for the equipment. Contractors shall install the anchor bolts in accordance with the manufacturer's recommendations. C. Contractor shall supply shielded signal wiring for wiring of the required remote input and output to the connectors. D. Contractor to supply fittings for connection of pump to process. E. Manufacturer shall furnish the services of a factory -trained Service Engineer for one trip including 1 day to inspect the installation, start up, and provide operator training 1 Equipment shall not be energized, or "bumped" to check the electrical connection for motor rotation without the Service Engineer present. 2. The Service Engineer shall make all necessary adjustments and settings to the controls. 3 The Service Engineer shall demonstrate proper operation of the pumps. - END OF SECTION - City of Yakima Chemical Metering Pumps Struvite System Implementation 11259 - 5 SECTION 11330 STRUVITE ROUND SEPARATOR 5-50-400 PART 1 -GENERAL 1.01 SCOPE A. CONTRACTOR shall furnish, install and place into satisfactory operating condition a round separator to separate struvite crystals from water as shown on the Drawings and described in the Specifications. B. It is the intent of these Specifications that all equipment called for under this Section shall be supplied by a single manufacturer. 102 REFERENCES A. American Society for Testing and Materials (ASTM) B. Appareils Destines a Etre Utilises en Atmospheres Explosibles (ATEX) C American Welding Society (AWS) 103 SUBMITTALS A. The following information shall be submitted to the Engineer to establish compliance with this Section. Submittals shall include the following. B. Product Data: Include the following. 1. Descriptive literature, brochures, catalogs, cut -sheets and other detailed descriptive material of the equipment. 2. Motor characteristics and performance information. 3. Parts list including a list of recommended spare parts. C. Shop Drawings: Include the following. 1 Manufacturer's installation drawings. 2. Wiring and schematic diagrams. D. Operations and maintenance manual. E. Equipment weights and lifting points. F. Recommendations for short and long term storage. G. A copy of the manufacturer's warranty H. Failure to include all drawings applicable to the equipment specified in this section will result in rejection of the entire submittal with no further review. City of Yakima Struvite Round Separator Struvite System Implementation 11330 - 1 1.04 QUALITY ASSURANCE A. To ensure quality, conformance, and reliability with regard to the manufacturing and production of the equipment, the manufacturer shall meet all requirements listed hereafter: B. The Contract Documents represent the minimum acceptable standards for the screening equipment for this project. All equipment shall conform fully in every respect to the requirements of the respective parts and sections of the drawings and specifications. The entire unit shall be Manufacturer's standard product, but shall be modified, redesigned, furnished with special features or accessories, made of materials or provided with finishes as may be necessary to conform to the quality mandated by the technical and performance requirements of the specification. C. The entire unit shall be manufactured from 304 stainless steel. D. Electric motors, gear reducers, and other self-contained or enclosed components shall have an acrylic enamel finish. E. Fabrication shall be done in compliance with all applicable ASTM standards and/or ATEX standards. F. All welding in the factory shall use shielded arc, inert gas, MIG or TIG method. Filler wire shall be added to all welds to provide for a cross section equal to or greater than the parent metal. Butt welds shall fully penetrate to the interior surface and gas shielding to interior and exterior of the joint shall be provided. G. Bolts, nuts and washers shall be 304 or 316 stainless steel. H. All welding is performed in accordance with American Welding Society (AWS) D1.1 Structural Welding Code, or equivalent. I. Manufacturer shall provide separator, screens, motor, controls, and lifting attachments as a complete integrated package to ensure proper coordination, compatibility, and operation of the system. The manufacturer shall test -run the fully assembled machine in their factory before shipment. J. Manufacturer shall provide services by a factory -trained Service Engineer, specifically trained on the type of equipment specified. The Service Engineer requirements include, but are not limited to the following: 1. The Service Engineer shall be present during initial energizing of equipment to determine directional testing as described in Section 4.01 C (Installation). 2. The Service Engineer shall inspect and verify location of anchor bolts, placement, leveling, alignment and field erection of equipment, as well as control panel operation and electrical connections. 3. The Service Engineer shall provide classroom and/or field training on -the Operation and Maintenance of the equipment to operator personnel. These instructions may include the use of slides, videos, literature, and/or oral presentations. 4. Manufacturer shall state field service rates for a Service Engineer to Owner and Contractor. In the event that the field service time required by this section should not be sufficient to properly place the equipment into operation, and the requirement for additional time is beyond Struvite Round Separator City of Yakima 11330 - 2 Struvite System Implementation the manufacturer's responsibility, additional time shall be purchased by Contractor to correct deficiencies in installation, equipment, or material without additional cost to Owner. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS 1. Sweco MX40S666WC Separator, SWECO, Florence (KY), or approved equivalent. 2.02 PERFORMANCE REQUIREMENTS A. Separator Design Summary 1. Number of separators 1 2. Number of screens per separator 2 3 Separator diameter 40 in 4. Screen size: i. Screen #1 1/2" ii. Screen #2 100 micron 5. Average flow 20 gpm 6. Maximum flow 40 gpm 7. Feed Stream Struvite slurry 8. % struvite by volume 25 9. Struvite specific gravity 1.5 B The fine screen shall be designed to handle the maximum flow. C The screen shall be capable of processing spherical objects with a diameter of 1/2". Such objects shall be discharged with the screenings. The unit shall be capable of processing the screenings load specified above. D. The round separator shall include a totally enclosed vibratory motion generator, with angle springs and a streamlined contour techlube system for damage control. E. Motor shall be 1/2 horsepower, 460V, 60HZ / 3phase. F. Unit shall include a 304 stainless steel cover with 8" feed connection and one inspection port. G. Unit shall include one 6" table frame with 3"x8" tangential discharge spout, one 6" distributing frame with 3"x8" tangential discharge spout and one 6" spacing frame with 3"x8" tangential discharge spout. Sout shall be oriented as shown in the Plans. H All spouts and the cover feed connection shall be provided with flexible connectors. I. Unit shall include a self cleaning kit and rotary spray bar assembly. J. Materials of construction shall be 304 stainless steel. City of Yakima Struvite Round Separator Struvite System Implementation = 11330 - 3 PART 3 - EXECUTION 3 01 DELIVERY, STORAGE, AND HANDLING OF EQUIPMENT A. All equipment shall be shipped and delivered fully assembled, except where partial disassembly is required in order to conform to transportation regulations or for the protection of components. B. The Contractor shall be responsible for unloading of the machinery and shall have equipment on- site available at the time of delivery permitting proper hoisting of the equipment. 3.02 FIELD PREPARATION AND PAINTING A. CONTRACTOR shall touch-up all shipping damage to the paint and stainless steel as soon as the equipment arrives on the job site. B. CONTRACTOR shall supply paint for field touch-up and field painting C. CONTRACTOR shall finish paint electrical motors, speed reducers, and other self-contained or enclosed components with oil -resistance enamel. D. CONTRACTOR shall coat all stainless steel bolts and nut threads with a non -seizing compound prior to final assembly 3 03 INSTALLATION, START-UP AND OPERATOR TRAINING A. Contractor shall verify all dimensions in the field to ensure compliance of equipment dimensions with the drawings. Contractor shall notify Engineer of significant deviations. B. Installation of the equipment shall be in strict accordance with the contract documents and the manufacturer's instructions and shop drawings. Manufacturer shall supply anchor bolts for the equipment. Contractors shall install the anchor bolts in accordance with the manufacturer's recommendations C. Manufacturer shall furnish the services of a factory -trained Service Engineer for one trip including 1 day to inspect the installation, observe start up, and provide operator training. 1. Equipment shall not be energized, or "bumped" to check the electrical connection for motor rotation without the Service Engineer present. 2. The Service Engineer shall make all necessary adjustments andsettings to the controls. 3. The Service Engineer shall demonstrate proper operation of the separator. -END OF SECTION - Struvite Round Separator City of Yakima 11330 - 4 Struvite System Implementation SECTION 11400 WATER SOFTENER P-30-300 PART 1—GENERAL 1.01. THE REQUIREMENT A. The CONTRACTOR shall furnish and install a water softener for the chemical feed system in the location shown in the Contract Drawings. PART 2—PRODUCTS 2.01 GENERAL A. The water softener shall conform to the following performance requirements. 1. Maximum flow rate 7 gpm 2. Minimum loading capacity 30,000 -grain 3. Maximum pressure drop 15 psi 4. Maximum regeneration time required 20 minutes B. The water softener shall be easily disassembled to facilitate cleaning and media refill C The water softener shall include a built-in sediment filter for clean operation, a safety shut-off system for safe water softener use, and a factory installed bypass. D. The unit shall include electronic controller with LCD display to monitor status, perform media regeneration and change settings. Unit shall be rated for 115Vac power feed 2.02 MANUFACTURER A. The water softener shall be manufactured by GE, Watts, WaterBoss or equal. 2.03 WARRANTY A. The MANUFACTURER shall correct all defects in the water softening system upon notification from the OWNER within one (1) years from the date of Substantial Completion. Corrections shall be completed within five (5) days after notification. PART 3—EXECUTION 3 01 INSTALLATION A. The water softener shall be installed in strict accordance with the manufacturer's published instructions - END OF SECTION - City of Yakima Struvite System Implementation Water Softener 11400 - 1 SECTION 13101 REACTIVE AIR LEVEL MONITOR LT -10-101 PART 1 - GENERAL 1.01 WORK INCLUDED A. The CONTRACTOR shall provide level sensing equipment, complete and operable, in accordance with the Contract Documents. 1.02 SUBMITTALS A. Complete description of all materials B. Equipment installation, operation and maintenance information C. Factory test data: signed, dated, and certified factory test data D. Manufacturer's warranty 1.03 QUALITY ASSURANCE A. Calibration: All level sensing equipment shall be shipped to the project site factory calibrated and accompanied with certificate of such. B. Warranty: All sensors shall be provided with manufacturer's standard one-year product warranty. PART 2 — PRODUCTS 2.01 REACTIVE AIR LEVEL MONITOR A. Performance requirements Level Range: Temperature Range: Accuracy: Repeatability: Voltage: Interface: B. Compressor 0-20ft. 0 to 200 degrees Fahrenheit +/-0.125@20 ft. 0.2% 120 VAC 2 -wire analog current loop, 4-20 mA City of Yakima° Reactive Air Level Monitor Struvite System Implementation 13101 - 1 Type: Oil -less, direct drive Construction: Aluminum piston, teflon -sleeved aluminum cylinder Torque: Initialize into 250 PSI head Displacement: 0.65 CFM @ 50 PSI C. Operation: The level monitoring shall be done by a reactive air system consisting of an air compressor, compression bell, 3 -way solenoid valve, and level transducer. The level transducer senses the back pressure of the static air column set up in the compression bell that is periodically replenished by the purge air compressor. The compression bell shall be designed with high strength non -corrosive plastics and shaped to provide a resistance to buildup of foreign material. The specially designed programmed multi -cycle cleaning system shall prevent the compression bell from plugging while minimizing compressor run time. The reactive air control shall also provide a means of manually actuating the purging cycle when immediate purging and cleaning is necessary. The purge sequence shall be as follows: i) The 3 -way valve is sequenced to the purge position by the controller's purge mode automatically every 8 hours (adjustable). While in the purge mode the last level transducer value is electronically held by the hold circuit. ii) The compressor is then started to purge and clean the air lines and replenish the compression bell with a 50 PSI air blast. The air blast is retained for 4 seconds (adjustable). iii) The 3 -way valve is held in the purge position an additional 4 seconds after the compressor is stopped to allow the air dynamics to settle. iv) The 3 -way air valve is now transferred to the normal level monitoring position and the level transducer signal is held thru the purge cycle, plus 10 seconds, then released to reflect the real time level value. v) The system is now recharged with a 30 day supply of air in the compression bell and the controller operation is back to normal mode. D. Manufacturers, or Equal 1. Tesco City of Yakima - Reactive Air Level Monitor Struvite System Implementation 13101 - 2 1 PART 3 - EXECUTION 3.01 GENERAL A. All level sensing devices shall be mounted as shown on drawings and following the manufacturer's recommendations. The CONTRACTOR shall verify installation requirements prior to mounting of similar level sensing devices. - END OF SECTION - City of Yakima � Reactive Air Level Monitor Struvite System Implementation 13101 - 3 SECTION 13102 MAGNETIC FLOW METER FE -10-111 and FE -10-121 PART 1 - GENERAL 1.01 WORK INCLUDED A. The CONTRACTOR shall provide flow measuring equipment, complete and operable, in accordance with the Contract Documents. 1.02 SUBMITTALS A. Complete description of all materials B. Equipment installation, operation and maintenance information C. Factory test data: signed, dated, and certified factory test data D. Manufacturer's warranty 1.03 QUALITY ASSURANCE A. Calibration: All flow measuring equipment shall be shipped to the project site factory calibrated and accompanied with certificate of such. B. Warranty: All sensors shall be provided with manufacturer's standard one-year product warranty. PART 2 — PRODUCTS 2.01 MAGNETIC FLOW METER A. Description: Flowmeters shall be of the low frequency electromagnetic induction type and produce a DC pulsed signal directly proportional to and linear with the liquid flow rate. Complete zero stability shall be an inherent characteristic of the flow meter system. Each magnetic flow meter system shall include a metering tube, signal cable, transmitter and flowmeter grounding rings. B. Installation environment 1. Location: Indoors 2. Flow stream: Digester filtrate City of Yakima. Magnetic Flow Meter Struvite System Implementation 13102 - 1 C. Performance Requirements 1. Measuring range: 0-200 gpm I2. Output 4-20 mA 3. Accuracy t0.5% Il4. Repeatability 0.1% full scale 1 11 1 1 1 1 11 D. Construction Requirements 1. Measuring tube: 316 stainless steel 2. Housing SS, NEMA 4X 3. Connection: 3" flange 4. Liner: Polyurethane 5. Interface: LCD display 6. Power supply: 24VDC 7. Electrode 316L SS 8. Ground disks 316L SS 9. Transmitter shall include: A 6 -digit LCD display for flowrate , percent span, and totalizer Integral zero return to provide a consistent zero output signal in response to an external dry contact closure Capable of measuring flow in both directions Protected terminals and fuses in a separate compartment which isolates field connection from electronics City of Yakima „ , Magnetic Flow Meter Struvite System Implementation 13102 - 2 E. Manufacturers, or Equal Endress + Hauser or approved equal PART 3 - EXECUTION 3.01 GENERAL A. All flow measuring devices shall be mounted as shown on drawings and following the manufacturer's recommendations. The CONTRACTOR shall verify installation requirements prior to mounting of similar level sensing devices. - END OF SECTION - City of Yakima Magnetic Flow Meter Struvite System Implementation 13102 - 3 i 11 SECTION 13103 DIFFERENTIAL PRESSURE CELL PIT -20-101 and PIT -20-201 PART 1 - GENERAL 1.01 WORK INCLUDED A. The CONTRACTOR shall provide pressure sensing equipment, complete and operable, in accordance with the Contract Documents. 1.02 SUBMITTALS A. Complete description of all materials B. Equipment installation, operation and maintenance information C. Factory test data: signed, dated, and certified factory test data D. Manufacturer's warranty 1.03 QUALITY ASSURANCE A. Calibration: All pressure sensing equipment shall be shipped to the project site factory calibrated and accompanied with certificate of such. B. Warranty: All sensors shall be provided with manufacturer's standard one-year product warranty. PART 2 — PRODUCTS 2.01 DIFFERENTIAL PRESSURE CELL A. Installation environment 1. Location: 2. Fluid: Indoors — non hazardous area Digester filtrate and WAS City of Yakima Differential Pressure Cell Struvite System Implementation 13103 - 1 B. Performance Requirements 1. Measuring range: 0-35 ft H2O 2. Output 4-20 mA 3. Accuracy ±0.075% of calibrated span 4. Calibration units in H2O / ft H2O C. Construction Requirements 1. Housing: Nema 4X, 316 SS 2. Connection: 3" 150 Ib flange, AISI 316 SS 3. Diaphragm Ceramic 4. Low pressure side: '/4", Viton seal 5. Interface: LCD display 6. Power supply: 24V DC D. Transmitter The pressure transmitter shall provide a two -wire, loop powered, 4-20 mA signal proportional to the process differential pressure. The transmitter output shall be field selectable for pressure, level or flow applications without the need for a hand-held device. In addition to the analog signal, the transmitter shall also provide a simultaneous digital signal superimposed on the analog output, but shall not affect this analog output. The unit shall operate with 10.5 to 45 VDC in non -hazardous applications and 10.5to 30 VDC in FM approved installations. E. Sensor The sensor shall incorporate all of the calibration and characterization data so as to be completely replaceable and interchangeable without the need for recalibration. The 0.075% accuracy shall be maintained on the new interchanged sensor. The electronics shall also be replaceable without the need for recalibration on the sensor. The calibration shall be via external push buttons which will allow the transmitter to be re -ranged without the need for any pressure source or other external handheld devices. The single electronics board shall incorporate linear, square root, and linearization functions so as to be configurable in process engineering units. City of Yakima Differential Pressure Cell Struvite System Implementation 13103 - 2 F. Three valve manifold A three valve manifold shall be supplied with each differential pressure transmitter and shall be designed for mounting directly to the transmitter. The manifold shall be constructed of 316 SST and contain two main block valves and an equalizing valve. Process connections shall be via two %" NPT connections for the high side and low side taps. The manifold shall also be supplied with 2" pipe mounting kit to support the manifold and differential pressure transmitter. G. Manufacturers 1. Endress + Hauser FMD76 or approved equal PART 3 - EXECUTION 3.01 GENERAL A. All pressure sensing devices shall be mounted as shown on drawings and following the manufacturer's recommendations. The CONTRACTOR shall verify installation requirements prior to mounting of similar level sensing devices. - END OF SECTION - City of -Yakima Differential Pressure Cell Struvite System Implementation 13103 - 3 SECTION 13104 ULTRASONIC LEVEL SENSOR LE -40-101 PART 1 -GENERAL 1.01 WORK INCLUDED A. The CONTRACTOR shall provide level sensing equipment, complete and operable, in accordance with the Contract Documents. 1.02 SUBMITTALS A. Complete description of all materials B. Equipment installation, operation and maintenance information C. Factory test data: signed, dated, and certified factory test data D. Manufacturer's warranty 1 03 QUALITY ASSURANCE A. Calibration: All level sensing equipment shall be shipped to the project site factory calibrated and accompanied with certificate of such. B. Warranty: All sensors shall be provided with manufacturer's standard one-year product warranty. PART 2 — PRODUCTS 2.01 ULTRASONIC LEVEL SENSOR A. Description. 2 wire, loop powered ultrasonic transmitter for continuous level monitoring of storage tanks B. Installation environment 1. Location: Outdoors 2. Ambient temperature: 30 °F to 100 °F 3. Tank content: Sodium hydroxide (50%) City of Yakima Ultrasonic Level Sensor Struvite System Implementation 13104 - 1 C. Performance Requirements 1. Measuring range: 2. Output 3. Accuracy 4. Resolution D. Construction Requirements 1. Enclosure: 2. Connection: 3. Interface: 4. Power supply: 5. Additional options: E. Manufacturers 0-20 ft 4-20 mA ±0.02 mA 53 mm Plastic 3" universal flange Remote LCD display to be installed at the tank fill station 24V DC Built in temperature compensation over temperature range 1. Siemens / Miltronics or approved equal PART 3 - EXECUTION 3.01 GENERAL A. All level sensing devices shall be mounted as shown on drawings and following the manufacturer's recommendations. The CONTRACTOR shall verify installation requirements prior to mounting of similar level sensing devices. - END OF SECTION - City:of Yakima Ultrasonic Level Sensor Struvite System Implementation 13104 - 2 11 SECTION 13105 pH MEASURING EQUIPMENT AE -10-102, AE -20-102 and AE -20-202 PART 1 - GENERAL 1.01 WORK INCLUDED A. The CONTRACTOR shall provide pH measuring equipment, complete and operable, in accordance with the Contract Documents 1.02 REFERENCES A. American National Standards Institute (ANSI). B. Institute of Electrical and Electronics Engineers (IEEE). C. Underwriters Laboratory (UL). 1.03 SUBMITTALS A. Complete description of all materials B. Equipment installation, operation and maintenance information C. Factory test data: signed, dated, and certified factory test data D. Manufacturer's warranty 1.04 QUALITY ASSURANCE A. Calibration: All measuring equipment shall be shipped to the project site factory calibrated and accompanied with certificate of such. B. Warranty: All sensors shall be provided with manufacturer's standard one-year product warranty. PART 2 — PRODUCTS 2.01 pH SENSORS A. The pH or ORP sensor shall be of differential electrode technique design using City of Yakima'" pH Measuring Equipment Struvite System Implementation 13105 - 1 11 1 two measuring electrodes to compare the process value to a stable internal reference standard buffer solution. The standard electrode shall have non - flowing and fouling -resistant characteristics. 1. The sensor shall have a hex -shaped body to facilitate mounting, and shall be constructed of polyetheretherketone or stainless steel material for exceptional chemical resistance and mechanical strength. This material shall enable the sensor to be installed in metal fittings without leakage usually caused by heating and cooling cycles when dissimilar materials are threaded together. 2. The built-in electronics of the sensor shall be completely encapsulated for protection from moisture and humidity 3. The sensor shall have a built-in preamplifier to enable the signal to be transmitted up to 100 m (328 ft.) with standard cabling and up to 1000 m (3280 ft) with a termination box. 4. The sensor signal shall have an integral temperature sensor. The pH sensor shall automatically compensate measured values for changes in process temperature. 5. Body Style: Convertible body style featuring 1 -inch NPT threads on both ends to mount into a standard 1 -inch pipe tee, into an adapter pipe for union mounting with a standard 1-1/2 inch tee, or onto the end of a pipe for immersion into a vessel. 6. Sensor Cable (integral)4 conductor cable with one shield and polyurethane jacket rated to 105°C (221°F); 10 m (33 ft.) standard length 7. Field Mounting. Contractor shall field mount devices as detailed in drawings. B. Sensor Specific Requirements 1. Measuring Range: -2 to 14 pH 2. Sensitivity: ± 0.01 pH 3. Stability: 0.03 pH per 24 hours, non -cumulative 4. Sensor Pressure/Temperature Limits Digital: 100 psi at 158°F C. Spare Parts. Provide one set of replacement parts for each sensor. 2.02 pH Indicator / Transmitters City of Yakima pH Measuring Equipment Struvite System Implementation 13105 - 2 A. Provide Indicator/transmitter at each general location of pH sensor use, within 10 feet of each sensor. Units that can receive and transmit for more than one pH sensor are acceptable. 1. The sensor shall have a hex -shaped body to facilitate mounting, and shall be constructed of material for exceptional chemical resistance and mechanical strength. This material shall enable the sensor to be installed in metal fittings without leakage usually caused by heating and cooling cycles when dissimilar materials are threaded together. 2 Enclosure material: Polycarbonate 3. Power Requirements: 120V, 60Hz 4. Inputs: Inputs from each sensor 5. Output: 4-20 mA output for each pH sensor provided. 6. Display: Graphic dot matrix LCD with LED backlighting, transreflective. Minimum size 1.80 inches by 2.5 inches 7. Contractor shall mount device 2.03 Portable pH Meter A. Provide hand-held portable pH meter rated for continues use. Unit shall have 1. Power — AA or AAA powered 2. Data. Stored data, exportable with USB or flash memory device 3. Multi -channel display for multiple probes 4. 10 meter cable length 5. Sensor: stainless steel body with plastic shroud. Waterproof to up to 30 meters. 6. Status notification of when sensor needs to be recalibrated 7. Provide with one set of replacement parts. 2.04 Manufacturers, or Equal. All pH equipment shall be by a single manufacturer. 1. Hach 2. Endress + Hauser PART 3 - EXECUTION 3.01 GENERAL City of Yakima „F pH Measuring Equipment Struvite System Implementation 13105 - 3 11 1 11 11 11 11 A. All measuring devices shall be mounted as shown on drawings and following the manufacturer's recommendations. The CONTRACTOR shall verify installation requirements prior to mounting of similar level sensing devices. - END OF SECTION - City of Yakima pH Measuring Equipment Struvite System Implementation 13105 - 4 SECTION 15005 PIPING IDENTIFICATION SYSTEMS PART 1—GENERAL 1.01 WORK INCLUDED A. The CONTRACTOR shall provide identification for exposed piping and valves, complete and in place, in accordance with the Contract Documents B. All mechanical pipe systems shall have protective coatings applied in accordance with Section 09960 – Coatings. 1 02 REFERENCE STANDARDS A. 10 -State Recommended Standards for Wastewater Facilities, 2004 Edition. B. ANSI A13.1. Scheme for the Identification of Piping Systems. 1.03 SUBMITTALS A. Shop Drawings: A list of suggested labels for each valve tag and pipe system prior to fabrication. B. The CONTRACTOR shall submit one sample of all types of identification devices to be used in the work. PART 2—PRODUCTS 2.01 IDENTIFICATION OF PIPING A. Except as indicated below for very short pipe lengths, identify exposed piping equal or larger than 1 -inch nominal size for the pipe contents and direction of flow. Pipe identification shall be as manufactured by Brady, Seton, or equal approved by engineer, B. Marker Type: Adhesive –Vinyl or polyester sheet with UV–resistant ink, shaped similar to pipe curvature and coated with pressure sensitive adhesive. C Marker Area: Sized per pipe size according to ANSI A13.1; color from the table below. D. Lettering: Sized per pipe size according to ANSI A13.1; color from the table below. E. Arrows: At least 2 arrows at each marker area, showing direction of flow. F. Pipe 2 -inches and smaller shall be identified by plastic plates made from laminated 3 -layer plastic with engraved black letters on white background. G. Standard Piping Colors: Paint piping to be in accordance with Table 1 - Color Schedule and in accordance with the requirements of the Specifications for type and quality of paint as hereafter specified. This schedule is to be used only for color and identification purposes. City of Yakima Piping Identification Systems Struvite System Implementation 15005 - 1 1 1 1 1 1 1 1 1 Table 1—Mechanical Piping Color Schedule Piping Color Code ANSI Classification Typical Project Piping Pipe Color Letter Color Liquid or Liquid Mixture Utility Water Light blue Black Potable Water, Cold Dark Blue Black Struvite Reactor Feed Light brown - Orange Struvite Reactor Overflow Grey Black Struvite Reactor Harvest Dark Brown White Sodium Hydroxide Dark Grey White Magnesium Chloride Yellow Black Drains Black White Vents Black White 2.03 IDENTIFICATION OF VALVES AND SHORT PIPE LENGTHS A. Identifying devices for valves and the sections of pipe that are too short to be identified with markers and arrows shall be identified with metal or plastic tags. B. Metal tags shall be stainless steel with embossed lettering. Plastic tags shall be solid black - plastic laminate with white embossed letters. Tags shall be designed to be firmly attached to the valves or short pipes or to the structure immediately adjacent to such valves or short pipes. PART 3—EXECUTION 3.01 GENERAL A. All markers and identification tags shall be installed in accordance with the manufacturer's printed instructions, and shall be neat and uniform in appearance. Tags and markers shall be readily visible from all normal working locations. 3.02 VALVE TAGS A. Valve tags shall be permanently attached to the valve or structure by means of two (2) stainless steel bolts or screws. B. Wording on the valve tags shall describe the exact function of each valve, e.g., "HWR- BALANCING," "CLS THROTTLING", "PUMP SHUT-OFF," etc. 3.03 MARKER LOCATIONS A. Each pipe shall be marked at: 1. Intervals of 20 -feet in straight runs. 2. At least one in every room. 3 Within 2 -feet of turns, elbows, and valves 4. On the upstream side of tees, branches, and other distribution points. 5. On both sides of walls and floors through which the piping passes. - END OF SECTION - Piping Identification City of Yakima 15005 - 2 Struvite System Implementation SECTION 15061 PIPE HANGERS, SUPPORTS, AND ANCHORS PART 1—GENERAL 1.01 SUMMARY A. Section Includes: 1. System of pipe supports and anchors with necessary inserts, bolts, nuts, restraining and hanger rods, washers, miscellaneous steel, and other accessories 1.02 DEFINITIONS A. Submerged* At or below point 1 foot 6 inches above peak (maximum) water surface elevations in water holding structures. 1 03 SYSTEM DESCRIPTION A. Design Requirements: 1. Design, detail, and installation of pipe support system shall be responsibility of the CONTRACTOR. 2. Pipe support system components shall withstand dead Toads imposed by weight of pipes filled with water plus insulation, plus live loads due to thermalexpansion, vibration, internal test pressures, and have minimum safety factor of 5. 3. CONTRACTOR is responsible for providing them throughout the plant, where a specific hanger detail does not apply. This specification applies to pipe hangers, supports and anchors not shown on the drawings. 4. Supply design loading criteria to precast concrete manufacturer for piping supported from precast members. 104 SUBMITTALS A. Shop Drawings: 1. Pipe supporting system, including manufacturer's product data, dimensions, sizes, types, location, maximum loadings, thrust anchorage, and installation instructions. PART 2—PRODUCTS 2.01 MANUFACTURER'S A. Manufacturer's products shall be in accordance with MSS standards. 2.02 GENERAL A. MSS types indicated are typical of types and quality of standard pipe supports and hangers to be employed. B. Provide factory fabricated piping hangers and supports, clamps, hanger rod attachments, building attachments, saddles, and other miscellaneous products of MSS SP -69 type indicated; to comply with MSS SP -58 and manufacturer's published product information. 2.03 MATERIALS A. Hangers, rods, clamps, metal framing, support components, and hanger accessories shall be galvanized unless otherwise noted. City of Yakima Pipe Hangers, Supports, and Anchors Struvite System Implementation 15061 - 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 B. Hangers, rods, clamps, protective shields, metal framing, support components, and hanger accessories in wet wells, tanks, and channels shall be Type 304 stainless steel. 2.04 HORIZONTAL PIPE HANGERS AND SUPPORTS A. Adjustable Swivel Split Ring Hanger: MSS Type 6. B. Adjustable Clevis Hanger: MSS Type 1, fabricated from steel. C. Adjustable Band Hanger: MSS Type 7, fabricated from steel. D. Adjustable Swivel -Band Hanger: MSS Type 10. E. Clamp. MSS Type 4. F. Steel Brackets. Welded structural steel shapes complying with following: 1. Light Duty: MSS Type 31. 2. Medium Duty: MSS Type 32. 3. Heavy Duty: MSS Type 33. G. Adjustable Saddle Support: 1. MSS Type 38, including saddle, pipe and reducer. 2. Fabricate base support from steel pipe and include cast iron flange or welded steel plate. H. Stanchion Saddle Support: 1. MSS Type 37, including saddle and U -bolt. 2 Fabricate base support from steel pipe and include cast iron flange or welded steel plate. I. Strap or wire hangers not acceptable. 2.05 VERTICAL PIPING CLAMPS A. 2 -Bolt Riser Clamp. MSS Type 8, galvanized or plastic coated. 2.06 HANGERS RODS AND ATTACHMENTS A. Hanger Rods: 1. ASTM A36, threaded both ends or continuous thread. 2. Rods shall conform to following sizes. Pipe Size Minimum Rod Dia (in.) 2 1/2 in and 3 in. 3/8 4 in. 1/2 6 in. 5/8 8 in. to 12 in. 3/4 Trapeze Hangers As Required B. Turnbuckles. MSS Type 13. C. Weldless Eye Nut: MSS Type 17. D. Eye Socket: MSS Type 16 E. Clevis: MSS Type 14. 2.07 BUILDING ATTACHMENTS A. Individual Concrete Inserts: City of Yakima Pipe Hangers, Supports, and Anchors Struvite System Implementation 15061 - 2 1. MSS Type 18, malleable iron. 2. MSS Type 19, steel. 3. Minimum Safe Load: 1,100 lbs. B. Continuous Concrete Inserts. 1. Unistrut, P-3200 Series. 2. B -Line. 3. Grinnel. 4. Superstrut. 5. Or approved equal. C. Top Beam C -Clamp: MSS Type 19. D. C -Clamps: MSS Type 23, steel E. Single -Side Clamp: MSS Type 25. F. Top I -Beam Clamp: MSS Type'25. G. Side Beam Clamp: MSS Type 20. H. Concrete. Anchors: 1. Comply with Section 05500 2.08 MISCELLANEOUS MATERIALS A. Metal Framing Systems. 1. Unistrut, galvanized 2. B -Line, galvanized. 3. Grinnell, galvanized. 4. Or approved equal. B. Shop -Fabricated Anchors and Supports. 1. Steel Plates, Shapes, and Bars: ASTM A36. 2. Restraining Rods: ASTM A307. PART 3—EXECUTION 3 01 GENERAL A. Proceed with installation of hangers, supports, and anchors after required building structural work is complete and concrete support structure has reached 28 -day compressive strength as of 3000 psi. B. Install hangers, supports, clamps, and attachments from building structure Comply with MSS SP 69. Group parallel runs of horizontal piping to be supported together on trapeze type hangers where possible. C. Install supports to provide indicated pipe slopes and to ensure maximum pipe deflections allowed by ANSI B31.1 are not exceeded D._ Except as otherwise indicated for exposed continuous pipe runs, install hangers and supports of same type and style as installed for adjacent similar piping E. Do not support piping from other piping City ofYakima Pipe Hangers, Supports, and Anchors Struvite System Implementation 15061 - 3 1 1 1 it 1 1 1 1 1 1 1 1 1 1 F. Prevent contact between dissimilar metals. Where concrete or metal pipe support is used, place 1/8 inch thick teflon, neoprene rubber or plastic strip under piping at point of bearing Cut to fit entire area of contact between pipe and support. G. Prevent electrolysis in support of copper tubing by use of hangers and supports where are copper plated, plastic coated or by other recognized industry methods. Electrician's tape not acceptable isolation method. H. Apply anti -seize compound to stainless steel nuts and bolts. 3.02 INSTALLATION OF BUILDING ATTACHMENTS A. Support piping from structural framing, unless otherwise noted. B. Concrete Inserts: 1. Locate inserts so total load on insert does not exceed manufacturer's recommended maximum Toad. 2. Where necessary to anchor supports to hardened concrete or completed masonry, use concrete anchors. C. Attach to structural steel with beam clamps. 3.03 PIPE SUPPORT A. Spacing: Type of Pipe Maximum Pipe Support Spacing (ft) Steel 10 in. and over 22 8 in. 19 6 in. 17 5 in. 16 4 in. 14 3 1/2 in. 13 3 in. 12 2 1/2 in. 11 2 in. 10 1 1/2 in. 9 1 in 7 3/4 in. 6 1/2 in. 5 Copper 2 in. 8 1 1/2 in. 8 1 1/4 in. 7 1 in. 5 3/4 in. 5 1/2 in. 5 Plastic (Schedule 80 at 100°F) 2 in. 6 1 1/2 in. 5-1/2 1 in 5 City of Yakima Struvite System Implementation Pipe Hangers, Supports, and Anchors 15061 - 4 3/4 in. 4-1/2 1/2 in. 4-1/2 Cast Iron and Ductile Iron 3in. and 4in. 10 6 in. 12 8 in. 12 B. Where piping of various sizes is to be supported together, space supports for smallest pipe size or install intermediate supports for smaller dia pipe. C. Where piping connects to equipment, support by pipe support and not by equipment. D. Unless otherwise shown, place piping running parallel to walls approximately 1 '/ -inch out from face of wall and at least 3 inches below ceiling. E. Pedestal pipe supports shall be adjustable with stanchion, saddle, and anchoring flange. F. Piping supports for vertical piping passing through floor sleeves shall be galvanized steel riser clamps. Modular mechanical seals shall be provided between the pump and head works at all locations. G. Piping passing through sleeves or openings in interior wall sleeves shall be carried by supports or hangers. Do not rest on wall. H. Support piping in manner preventing undue strain on valve, fitting or equipment. Provide pipe supports at changes in direction or elevation, adjacent to flexible couplings, adjacent to nonrigid joints, and where otherwise shown. Do not install pipe supports and hangers in equipment access areas. 1. Install supports to allow controlled movement of piping systems, permit freedom of movement between pipe anchors, and facilitate action of expansion joints, expansion loops, expansion bends, and similar units. J. Stacked horizontal runs of piping along walls may be supported by metal framing system attached to concrete insert channels. 3 04 INSULATING PIPING A. Attach clamps, including spacers (if any), to piping with clamps projecting through insulation; do not exceed allowable pipe stresses. B. Where low compressive strength insulation or vapor barriers are indicated on cold or chilled water piping, install coated protective shields - END OF SECTION - City. of Yakima Pipe Hangers, Supports,and Anchors Struvite System Implementation 15061 - 5 11 11 11 11 1 11 1 t 11 11 11 1 11 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 15183 PRESSURE GAUGES PART 1—GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall furnish and install pressure and vacuum gauges as specified, complete, including all fittings, connections, gaskets, supports, and accessories in the locations shown or specified, in accordance with the requirements of the Contract Documents. PART 2—PRODUCTS 2.01 PRESSURE AND VACUUM GAUGES A. General: Pressure gauges shall be provided on discharge connections to pumps, each side of pressure reducing valves, and where shown. B. Gage Construction: Gauges shall be industrial quality type with Type 316 stainless steel movement and stainless steel or alloy case. Unless otherwise shown or specified, gauges shall have a 3 -1/2 -inch dial, 1/4 -inch threaded connection, a Type 316 stainless steel snubber adapter, and a shut-off valve. Gauges shall be calibrated to read in applicable units, with an accuracy of ± 1 percent, to 150 percent of the working pressure or vacuum of the pipe or vessel to which they are connected. All gauges shall be vibration and shock resistant. C. Diaphragm Seal: Gauges attached to systems involving chemical solutions, corrosive fluids, sludge, sewage, or other liquids containing solids, shall be equipped with diaphragm seals, or equal protective pressure or vacuum sensing devices, as follows: 1. For: sewage, sludge, liquids Seals of all Type 316 stainless steel, with stainless steel diaphragm for pressures over 15 psi, and elastomer diaphragm for pressures of 15 psi and containing solids, pulsating flow below, Type 316 stainless steel nuts and bolts, fill connection and valved flush port size 1/4 -inch NPT, capable of disassembly without loss of filler fluid. Manufacturer, or Equal: Ashcroft, model 101; U.S. Gauge (Ametek), SG; Marshalltown, Series 225-01. 2 For chemical Seals with PVC body for removable mounting rated at 200 psi, with Type 316 solutions. stainless steel bolts and nuts, 1/2 -inch inlet, 1/4 -inch outlet, liquid -filled with Teflon diaphragm for pressure, and suitable elastomer diaphragm for vacuum service. Manufacturer, or Equal: Plast -O -Matic Valves, Inc.; Harrington Ind. Plastics, Inc.; Utilities Supply. D. Gauge Manufacturers, or Equal: 1. Marsh Instrument Company; 2. Ashcroft Industrial Instruments (Dresser); 3. Foxboro/Jordan, Inc.; 4. Marshalltown Instruments, Inc.; 5. U S. Gauge Oiv. of Ametek. City of Yakima Struvite System Implementation Pressure Gauges 15183 - 1 E. Snubber Manufacturers, or Equal: 1. Cajon Company; 2. Weksler Instruments, Corp. PART 3—EXECUTION 3 01 INSTALLATION A. All gauges shall be installed with the face in the vertical position, at the locations shown in the Contract Documents, and in strict accordance with the manufacturer's printed instructions. Care shall be taken to minimize the effect of water hammer or vibrations on the gauges In extreme cases, the gauges may have to be mounted independently, with flexible connectors. - END OF SECTION - City of Yakima gPressure Gauges Struvite System Implementation 15183 - 2 SECTION 15251 COUPLINGS AND SERVICE SADDLES PART 1—GENERAL 101 SUMMARY A. Section Includes: 1. Couplings, flanged coupling adapters, and service saddles required for piping connections. Some products specified in this Section may not be required for this Contract. Refer to piping system specification section(s) and Drawings to determine particular products to be provided under this Contract. 102 SUBMITTALS A. General: • 1. Submit Product Data in sufficient detail to confirm compliance with requirements of this Section. Submit Product Data in one complete submittal package. Partial submittals are unacceptable. B. Product Data: 1. Catalog cuts and product specifications for couplings, flanged coupling adapters, and service saddles. PART 2—PRODUCTS 2.01 COUPLINGS A. Couplings for connecting plain -end steel or ductile iron pipe of same outside diameter: 1. Dresser Style 38. 2. Smith -Blair Product No. 411. B. Transition couplings for connecting plain -end steel or ductile iron pipe of different outside diameter: 1. Dresser Style 162. 2. Smith -Blair Product No. 413. C. Plastic couplings: 1. Spears Union 2000 or equal. D. Insulating couplings for connecting plain -end steel or ductile iron pipe and stopping flow of electrical current: 1. Dresser Style 39. 2. Smith -Blair Product No. 416. E. Pressure rating shall be greater than test pressure of piping system. F. Materials: 1. Middle Ring and Gaskets: As selected by manufacturer. Suitable for fluid service and maximum operating temperature of piping system. 2. Bolts and Nuts Manufacturer's standard. City of Yakima Couplings and Service Saddles Struvite System Implementation 15251 - 1 2.02 FLANGED COUPLING ADAPTERS A. Flanged coupling adapters for connecting plain -end steel or ductile iron pipe to flanged pipe, fitting, valve, instrument, or equipment item: 1. Dresser Style 128. 2. Smith -Blair Product No 913 B Pressure rating shall be greater than test pressure of piping system. C. Materials: 1. Flange: Steel, faced and drilled to 150 Ib class in conformance with ANSI B16 5. 2. Body: Steel. 3. Follower: Ductile iron or steel. 4. Gasket: As selected by manufacturer Suitable for fluid service and maximum operating temperature of piping system. 5. Bolts and Nuts: 304SS. 2.03 SERVICE SADDLES A. Service saddles for tapping pipe sizes 18 in and smaller shall be double strap design. 1. Dresser Style 91. 2. Smith -Blair Product No 313 C. Materials: 1. Body: Malleable iron or ductile iron 2 Straps. Steel. 3. Nuts and Washers: Manufacturer's standard. 4. Gasket: As selected by manufacturer Suitable for fluid service and maximum operating temperature of piping system. 2.04 ANCHORS A. Provide anchors including, but not limited to, tie rods, lugs, harness assemblies, flanged spool pieces, friction collars and hardware for each coupling, and flanged coupling adapter. Anchors shall restrain pipe to prevent movement out of each coupling and flanged coupling adapter. B. Design each anchor to sustain force developed by test pressure of piping system. C. Anchor studs placed perpendicular to longitudinal axis of pipe is unacceptable. D. Anchorage with welded attachments to ductile iron piping is unacceptable. 2 05 COATINGS A. Coatings for couplings, flanged coupling adapters, and service saddles shall be same material as coatings for connected pipe. Couplings and Service Saddles City of Yakima 15251 - 2 Struvite System Implementation PART 3—EXECUTION 3.01 INSTALLATION A. Install in accordance with manufacturer's written instructions. - END OF SECTION - -- City of Yakima Couplings and Service Saddles Struvite System Implementation 15251 - 3 SECTION 15268 ROTAMETERS PART 1—GENERAL 1.01. THE REQUIREMENT A. The CONTRACTOR shall furnish and install all rotameters included in Part 2 for the chemical feed system in the locations shown in the Contract Drawings. PART 2—PRODUCTS 2.01 GENERAL A. The rotameters shall have the capacity shown in the following table with graduations in gpm and Ipm and standard divisions. B The rotameters shall be easily disassembled to facilitate cleaning 2.02 CONSTRUCTION A. Each rotameter shall be made from one-piece machined and polished acrylic with 316 SST float with threaded connections. All rotameters except FE -50-101/102/201/202 shall include a built-in rate valve for precise flow control. 2.03 MANUFACTURER A. The rotameters shall be manufactured by Blu-White F-550 or approved equal City of Yakima Struvite System Implementation -Rotameters 15268 - 1 11 11 11 11 1 11 1 11 1 Tag Number Description Range (gpm) 1. FE -30-111 Reactor 1, NaOH dilution water 0.5-5 2. FE -30-211 Reactor 2, NaOH dilution water 0.5-5 3. FE -30-121 Reactor 1, MgCl2 dilution water 0.2-2 4. FE -30-221 Reactor 2, MgCl2 dilution water 0.2-2 5. FE -30-113A Reactor 1, NaOH feed #1 0.2-2 6 FE -30-113B Reactor 1, NaOH feed #2 0.2-2 7 FE -30-113C Reactor 1, NaOH feed #3 0.2-2 8 FE -30-123A Reactor 1, MgCl2 feed #1 0.1-1 9. FE -30-123B Reactor 1, MgCl2 feed #2 0 1-1 10 FE -30-123C Reactor 1, MgCl2 feed #3 0.1-1 11. FE -30-213A Reactor 2, NaOH feed #1 0.2-2 12. FE -30-213B Reactor 2, NaOH feed #2 0.2-2 13. FE -30-213C Reactor 2, NaOH feed #3 0.2-2 14. FE -30-223A Reactor 2, MgCl2 feed #1 0.1-1 15. FE -30-223B Reactor 2, MgCl2 feed #2 0.1-1 16. FE -30-223C Reactor 2, MgCl2 feed #3 0.1-1 17 FE -50-101 Reactor 1, harvesting line #1 5-35 18. FE -50-102 Reactor 1, harvesting line #2 5-35 19. FE -50-201 Reactor 2, harvesting line #1 5-35 20 FE -50-202 Reactor 2, harvesting line #2 5-35 B The rotameters shall be easily disassembled to facilitate cleaning 2.02 CONSTRUCTION A. Each rotameter shall be made from one-piece machined and polished acrylic with 316 SST float with threaded connections. All rotameters except FE -50-101/102/201/202 shall include a built-in rate valve for precise flow control. 2.03 MANUFACTURER A. The rotameters shall be manufactured by Blu-White F-550 or approved equal City of Yakima Struvite System Implementation -Rotameters 15268 - 1 11 11 11 11 1 11 1 11 1 2.04 WARRANTY A. The MANUFACTURER shall correct all defects in the rotameter upon notification from the OWNER within one (1) years from the date of Substantial Completion. Corrections shall be completed within five (5) days after notification PART 3—EXECUTION 3.01 INSTALLATION A. The rotameters shall be installed in strictaccordance with the manufacturer's published instructions. - END OF SECTION - Rotameters 15268-2 City of Yakima Struvite System Implementation SECTION 15270 STATIC MIXERS PART 1—GENERAL 1 01. THE REQUIREMENT A. The CONTRACTOR shall furnish and install all static mixers included in Part 2 for the chemical feed system in the locations shown in the Contract Drawings. PART 2—PRODUCTS 2.01 GENERAL A. CONTRACTOR shall provide the following units: B. The static mixers shall be easily disassembled to facilitate cleaning 2.02 CONSTRUCTION A. Each static mixer shall be constructed of PVC Sch80 body, 3/8" NPT fittings and PVC mixing elements. B. The required amount of mixing elements shall be based on the following formula: *If number is greater than 1,000, use 6 elements. If number is 500 to 1,000, use 12 elements. 2.03 MANUFACTURER A. The static mixers shall be manufactured by Koflo or approved equal. 2.04 WARRANTY A. The MANUFACTURER shall correct all defects in the static mixer upon notification from the OWNER within one (1) years from the date of Substantial Completion. Corrections shall be completed within five (5) days after notification. PART 3—EXECUTION 3.01 INSTALLATION A. The static mixers shall be installed in strict accordance with the manufacturer's published instructions. - END OF SECTION - City of Yakima Struvite System Implementation Static Mixers 15270 - 1 1 11 11 11 11 1 1 1 1 1 1 Tag Number Description Mixing Flow Rate 1. MX -30-112 Reactor 1, NaOH 2 gpm 2. MX -30-212 Reactor 2, NaOH 2 gpm 3 MX -30-122 Reactor 1, MgCl2 2 gpm 4. MX -30-222 Reactor 2, MgCl2 2 gpm B. The static mixers shall be easily disassembled to facilitate cleaning 2.02 CONSTRUCTION A. Each static mixer shall be constructed of PVC Sch80 body, 3/8" NPT fittings and PVC mixing elements. B. The required amount of mixing elements shall be based on the following formula: *If number is greater than 1,000, use 6 elements. If number is 500 to 1,000, use 12 elements. 2.03 MANUFACTURER A. The static mixers shall be manufactured by Koflo or approved equal. 2.04 WARRANTY A. The MANUFACTURER shall correct all defects in the static mixer upon notification from the OWNER within one (1) years from the date of Substantial Completion. Corrections shall be completed within five (5) days after notification. PART 3—EXECUTION 3.01 INSTALLATION A. The static mixers shall be installed in strict accordance with the manufacturer's published instructions. - END OF SECTION - City of Yakima Struvite System Implementation Static Mixers 15270 - 1 1 11 11 11 11 1 1 1 1 1 1 SECTION 15300 HEAT TRACING AND INSULATION PART 1—GENERAL 1.01 SCOPE A. This section covers the work necessary for the tank and piping heat tracing and insulation systems. 1.02 CODES A. The heat tracing system shall be designed, manufactured and tested in accordance with the requirements set forth in the following codes and standards: a. ANSI –American National Standards Institute. b. NEC – National Electric Code c. NEMA – National Electrical Manufacturers Association d. UL – Underwriters' Laboratories, Inc. PART 2—PRODUCTS 2.01 GENERAL Heat tracing and insulation shall be sized to maintain temperature inside tanks and pipes at 80 °F. Minimum outside temperature is 0 °F. Insulation shall include aluminum jacketing. 2.02 HEAT TRACING A. Heat tracing shall be Wintersafe self regulating WSR type, Chromalox self regulating HSRL type, or approved equal, low temperature cable sized to provide 8 watts per foot, 16 awg bus wires with flouropolymer protective outer jacket. Heat tracing shall be rated for 208V. 2.03 INSULATION A. Insulation shall be 1 -inch thick fiberglass "all jacket" insulation with aluminum jacket. jacketing and fitting covers shall be 0.016 -inch aluminum smooth as manufactured by Premetco, Childers, or approved equal. Jacket shall be precut, pre -rolled and lapped a minimum of 2 -inches. The metal shall be secured at each joint with a minimum of 1 %-inch wide, 0.02 aluminum or stainless steel band and seal PART 3—EXECUTION 3.01 WORKMANSHIP A. General: 1 Install all equipment, and accessories as shown, and in strict accordance with the electrical code, rules, and regulations of the State and/or City. All work shall be done in a neat and orderly fashion, and left in a condition satisfactory to the Engineer. - END OF SECTION - City of Yakima Heat Tracing and Insulation Struvite System Implementation 15300 -1 SECTION 15400 PLUMBING PART 1—GENERAL 1 01 SCOPE A. This section covers the work necessary for the plumbing system. 102 CODES A. The plumbing system shall be installed in accordance with the Uniform Plumbing Code, latest edition, International Fuel Gas Code, latest edition; and all local and State Codes. B Plumbing Fixture Standards: All plumbing fixtures shall meet or exceed the following standards: a. ANSI A112.6.1—Supports for Off -the Floor Plumbing Fixtures for Public Use. b. ANSI Z358 1—Emergency Eye Wash and Shower Equipment. c. ANSI A112.21 1—Floor Drains PART 2—PRODUCTS 2 01 EMERGENCY EYEWASH SHOWER A. Emergency eyewash shower shall include combination shower and eye wash with universal sign, ABS shower head and bowl. B. Contractor shall provide yellow powder coated finish on pipe and fittings. C. Equipment shall meet all ANSI requirements as specified in section 1.02. D. Equipment shall be manufactured by Guardian, Haws or approved equal. 2 02 HOSE BIBB CONNECTIONS A. Units shall be Woodford model 24P, or approved equal, with tee key and anti -siphon vacuum breaker. B. Provide chrome plated finish over cast brass. 2.03 DRAIN PIPE AND VENT A. Drain pipe and fittings shall be PVC, ASTM D3033 or D3034, SDR 35. Joints shall be ASTM F477 with elastomeric gaskets Underground piping shall be installed per ASTM D-2321. B. All 90 degree waste line elbows shall be formed with 45 degree fittings. No single piece 90 degree fitting/elbow will be allowed. C. All exposed vent piping located in occupied areas or rooms, is to be cast iron with cast iron fittings. 2.04 HANGER AND SUPPORTS 1 Pipe hangers shall be provided to adequately support all piping systems Hangers shall be vertically adjustable to provide for proper pitch and drainage. Hangers shall allow for expansion and contraction of the piping system.. 2. Hangers for pipe sizes 1/2 to 6 inches shall be adjustable clevis type, or unistrut saddles with all -thread hanger rod. 3. Vertical pipes shall be supported with steel riser clamps. Spacing interval requirements per "General Regulations" of the latest edition of the Uniform Plumbing Code. City of Yakima Struvite System Implementation Plumbing 15400-1 PART 3—EXECUTION 3.01 WORKMANSHIP A. General: 1. Install all piping, fixtures, equipment, and accessories as shown, and in strict accordance with the plumbing laws, rules, and regulations of the State and/or City. All work shall be done in a neat and orderly fashion, and left in a condition satisfactory to the Engineer. B Piping. 1. All piping shall be run parallel or perpendicular to established building lines. Install piping so as to allow for expansion. C. Fixtures. 1. Install fixtures true and plumb with building walls. Caulk all plumbing fixtures at joints along walls, countertops, and other intersecting surfaces. Locate fixtures as shown and per manufacturer's instructions. Furnish all required trim for fixtures to provide a complete and workable installation. - END OF SECTION - Plumbing 15400 - 2 City of Yakima Struvite System Implementation SECTION 16010 BASIC ELECTRICAL REQUIREMNTS PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. General requirements for electrical work. a. Systems Descriptions b. Area classifications c. Submittals d. Records e. Coordination B. Related Sections include but are not necessarily limited to: 1. General Conditions. 2. Division 1 - General Technical Requirements. 3. Division 3 - Concrete. 4. Division 11 - Equipment. 5. Division 13 - Instrumentation 6. Division 15 - Mechanical. C. Installation of systems and equipment is subject to clarification as indicated in reviewed shop drawings and field coordination drawings. 1.3 WORK DESCRIPTION A. Provide the labor, materials, and equipment necessary to furnish, install, and place into operation the power, lighting, instrumentation, control, alarm, and associated electrical systems of this Contract. B. Provide functioning systems in compliance with manufacturer's instructions, performance requirements specified or indicated, and modifications resulting from reviewed shop drawings and field coordinated drawings. C. Provide electrical connections to motors, instrumentation, controls, meters, and any other electrical device installed or provided as part of the project. D. Test, adjust and calibrate equipment and start-up all electrical equipment, instrumentation equipment, and its associated mechanical attachments as necessary to place the project into operation. 16010-1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 E. Mark and identify circuits, equipment, and enclosures with wire numbers, nameplates, and warning signs. 1.4 SYSTEMS DESCRIPTIONS A. Provide complete 480Y/277 and 208Y/120 volt power distribution systems including raceways, wiring, and power supply to equipment: B. Provide complete process control systems including programmable logic controllers (PLCs), individual controllers, monitoring and/or metering equipment, instrumentation equipment, and associated raceways, wiring, control panels, enclosures, and similar items. C. Provide a complete communications system including raceways, conductors, cables (copper), communications outlets, and associated enclosures. 1.5 AREA CLASSIFICATIONS A. Areas of the project are classified as "damp" or "wet" as defined in Article 100 - Definitions of the NEC. For the purposes of this specification, areas considered as damp under the NEC shall be considered wet. Areas are also classified as wet as listed below: 1. Areas outdoors or underground. 2. Areas in below grade vaults, manholes, or pullholes. 3. Areas in buildings or structures that are below grade. 4. Areas in buildings or structures that contain or surround process pumping or reactor equipment. B. Hazardous (Classified) Areas: Areas of the project may be classified as hazardous in accordance with NFPA standards. Hazardous (Classified) locations are generally indicated on the drawings and/or noted in these specifications. 1. Hazardous areas may also be considered corrosive. C. Corrosive Areas: Corrosive areas are those areas where equipment or devices will be exposed to gases, fumes, vapors, liquids, or other agents that have a deteriorating effect on the device or equipment. Corrosive areas are generally indicated on the drawings and/or noted in these specifications. The following shall be considered Corrosive Locations: a. Outdoor areas b. Areas below grade in vaults, structures, manholes, pullholes, junction boxes etc. - c. Biosolids Odor Control Structures d. Biosolids Struvite Reactor Areas e. Centrate Wet Well f. Struvite Feed Well 1. Corrosive areas may also be considered hazardous. 16010-2 1.6 DEFINITIONS A. Outdoor Areas: 1. Those locations on the Project site where the equipment is normally exposed to wind, dust, rain, snow, or similar natural environmental conditions. B. Indoor Areas: 1. Those locations on the Project site where the equipment is normally protected from wind, dust, rain, snow, and similar natural environmental conditions by a building or structure with a complete floor-wall-roof/ceiling enclosure C. Shop Fabricated: 1. Manufactured or assembled equipment for which a NRTL test procedure has not been established. D. NRTL: Nationally Recognized Testing Laboratory. E. NEC: National Electrical Code F. NFPA: National Fire Protection Association G. NECA: National Electrical Contractors Association 1.7 QUALITY ASSURANCE A. Testing Agency Qualifications: A "Nationally Recognized Testing Laboratory" (NRTL) as defined in OSHA Regulation 1910.7, or a full member company of the InterNational Electrical Testing Association (NETA). 1. Testing Agency Field Supervision: Use persons currently certified by NETA or the National Institute for Certification in Engineering Technologies, or equal, to supervise on-site testing specified in Part 3. 2. Comply with NEC for components and installation. 3. Comply with WAC and RCW requirements. B. Listing and Labeling: Provide products specified in these specifications that are listed and labeled. 1. The Terms "Listed and Labeled": As defined in the NEC, Article 100. 2. Listing and Labeling Agency Qualifications: A "Nationally Recognized Testing Laboratory" (NRTL) as defined in OSHA Regulation 1910.7. 3. Comply with WAC and RCW requirements. C. Electrical Component Standard: Provide components that comply with NFPA 70. 16010-3 D. When a specific code or standard has not been cited, the applicable codes and standards of the following code -making authorities and standards organizations apply: 1. American Association of State Highway and Transportation Officials (AASHTO). 2. American Iron and Steel Institute (AISI). 3. American National Standard Institute (ANSI). 4. American Society for Testing and Materials (ASTM). 5. ETL Testing Laboratories, Inc (ETL). 6. Insulated Cable Engineers Association (ICEA). 7. Institute of Electrical and Electronic Engineers (IEEE). 8. Illuminating Engineering Society of North America (IES). 9. Instrument Society of America (ISA). 10. Joint Industrial Council (JIC). 11. Lightning Protection Institute (LPI). 12. National Electrical Manufacturers Association (NEMA). 13. National Fire Protection Association (NFPA). 14. Occupational, Health and Safety Administration (OSHA). 15. Underwriters Laboratories, Inc. (UL). E. In case of conflict or disagreement between codes, standards, laws, ordinances, rules, regulations, drawings and specifications, or within either document itself, the more stringent condition governs. F. Any short circuit report and coordination study, harmonic analysis study, or arc flash study shall be stamped and signed by an electrical engineer registered in the State of Washington. 1.8 SUBMITTALS A. See Section 01330. B. Make submittals as soon as practicable after the date of notice to proceed, but prior to purchase, fabrication, or installation of materials or equipment Make submittals as a single package for each specification section or group related sections in one submittal, with proposed products and materials grouped according to the sections specified in Division 16. Do not split submittals having a common bill of materials. Group Division 16 submittals with Division 13 submittals where submittals have related items. C. Product Data: 1. Provide manufacturer's product technical data, including, but not limited to: a. Identification of the manufacturer. b. Manufacturer's product descriptive bulletin. c. Current, voltage, nameplate, load, impedance, and other electrical data pertinent to the Project and necessary to assure compliance with the Specifications and Drawings. 1601,0--4 ) d. Equipment weights and dimensions. D. Shop Drawings: Submit Shop Drawings containing detailed drawings, diagrams and instructions for installing, operating and maintaining the material and equipment proposed for installation in the electrical work. 1. See individual Division 16 sections for specific additional requirements. 2. Prior to submittal, coordinate the electrical equipment (particularly switchgear, motor control equipment, switchboards, control panels, and instrumentation) and materials, with other applicable equipment and systems of the contract documents, particularly process equipment and systems. Any modifications .to the electrical equipment or other equipment, due to the use or submittal of process or other equipment which is different from that specified, shall be reflected in the submittal of the electrical equipment so affected. (Refer also to section 01330 Submittal Procedures) a. Where electrical equipment submitted by the Contractor is a different size than the scaled dimensions shown on the plan, section or elevation drawings of the Contract Documents or requires clearance (for Code compliance, ventilation or other reasons), the Contractor shall mark and submit copies of the Contract Documents (or provide a modified AutoCAD drawing) showing the actual size of the proposed equipment, its placement drawn to scale in red pencil on the copies and any necessary clearances which demonstrate the suitability of the proposed equipment for the conditions of installation i.e. adequate space, clearance etc.. Submittals which do not meet this requirement will be rejected as incomplete. b. Where equipment dimensions, layout, conduit connection routing, or conductor and conduit quantities, sizes or types are required to be different than indicated on the contract drawings to accommodate the submitted equipment, the submittal shall clearly indicate the required changes (increased sizes, ratings of equipment or devices) and shall note that they are being provided to accommodate the submitted equipment without additional cost. The submittal shall indicate increased ratings, sizes. Submittals which do not meet this requirement will be rejected as incomplete. 3. Provide technical drawings as follows: a. Provide diagrams and drawings similar to the Contract Drawings and named in a similar fashion for all technical drawings submittals. b. Use diagrams and symbols for shop drawings that conform to Joint Industry Conference (JIC) Electrical Standards for 16010-5 1 1 1 1 Industrial Equipment and/or NEMA, Industrial Control Systems, ANSI and IEEE standards, latest revisions. Prepare drawings on size A, B or D sheets in a format similar to the Contract Documents or other nationally recognized drawing standard. c. Provide electrical elementary wiring diagrams for the electrical control systems showing the wiring of electrical control items, such as starters, control systems, interlocks, switches, programmable controllers, microprocessor controllers, and relays. d. Provide scaled and dimensioned panel or enclosure face layout drawing; panel/subpanel material of construction, dimensions, and weight; conduit and wiring access locations; and material wiring and terminal block drawings for each control panel. e. Provide schematic interconnection diagrams and/or Process Instrumentation Drawings (PID) diagrams for each separate control system or control panel. Each control diagram shall show a schematic representation of process equipment and locations of switches, meters, automatic valves, and indicators, controllers and recorders. Correct operating settings and ranges for each control instrument shall be marked on these diagrams. E. Clearly indicate on submittals that equipment or material is NRTL listed or is constructed utilizing listed or recognized components. Where a NRTL standard has not been established clearly identify that no NRTL standard exists for that equipment. F. Operation and Maintenance Manuals: 1. See specific sections for information specific to each type of equipment which is to be included in O&M manuals. 2. Provide preliminary manuals of each equipment item to the Engineer for review no later than when the electrical equipment is submitted and final copies before the equipment is shipped to the job site. Drawings and Bill of Materials included in final manuals shall show "as shipped" wiring and components. Provide updates to the final manuals with Record Drawings of the work upon completion of the work, folded and punched for insertion into the manual after they are reviewed by the Engineer. 3. Final manuals for the electrical system shall consist of 3 -post, expandable metal hinge binders labeled with the job name and the Contractor's name with tab dividers for each major type of equipment. a. Provide manufacturer's installation, operation, maintenance, and service information for each item of equipment furnished under Division 16. 16010-6 b. Assemble and index each section listing the contents individually on the tab divider for that section. c. Compile a spare parts list and a suppliers index for each section and assemble in the section provided. d. Assemble records of tests, measurements, and calibration settings made for each device. Provide Record ("As Built") Drawings of the work upon completion of the work. Fold, punch, and insert these records into the manual after they are reviewed by the Engineer. 1.9 RECORDS A. Maintain and annotate on the job at all times a separate set of Record Drawings in accordance with the General Conditions. Show changes from the Contract Documents plan drawings including: routing of raceways, stubups, actual equipment and fixture locations, equipment sizes and dimensions and building or structure outline changes. Review the drawings with the Engineer as the work progresses whenever requested and provide color copies of record drawings when requested. At the end of the end of the project, forward to the Engineer a complete set of drawings marked in red pencil in a manner consistent with the Contract Drawings, indicating the changes made on the job. Equipment furnished under this Contract for use on future work and all concealed materials, including conduits, shall be dimensioned from visible and permanent building features or drawn to scale on the record drawings. B. Record voltage, current, and megohmeter and ground ohmer resistance test measurements made on the electrical work, the size, type and settings of trip units, fuses, and overload relay elements installed in the equipment. Record the setting of all pressure, temperature, level, and similar instrumentation and control devices. Before the process is operating (initial or clean water testing), turn over these records to the Engineer. C. Digital Record Photographs 1. Requirements for the Photographs a. Digital photographs shall be at the native resolution of the camera. The file format of the photographs shall be JPEG using the modest compression. (Where the compression levels are described, the typical description of the compression level might be "good") b. JPEG files shall be stored so that the EXIF (Exchangeable Image File Format) data is maintained. Prior to taking any photographs, the camera time should be set so that EXIF data includes the time and date of the photograph. The JPEG files shall be stored so that the creation (or modification) time and date of the file also reflect the time and date of the 16010-7 1 1 1 1 1 1 1 1 1 1 1 1 1 1 photograph. (The EXIF data should be viewable under Windows XP.) c. The camera shall have a native resolution of at least 5 megapixels. d. Photographs of signs, nameplates, or labels shall be taken using macro modes. The photographs shall be taken so that text is legible. If required, the photographs of reflective items may be taken at an angle to the item to reduce glare. 2. Take photographs of electrical equipment possibly requiring coordination when the equipment arrives on site. The photographs shall include nameplates and labels if available. The equipment shall include but not necessarily be limited to, the following: a. 480 VAC Motors b. Motorized actuators c. Control Panels d. Starter Panels 3. Take photographs of conduits prior to concealing them. The photograph files shall be labeled with location or shall contain adequate context to determine location. The photographs shall include the following: a. Conduit placement prior to pouring concrete or backfilling b. Conduit placement prior to covering walls c. Stub up locations prior to placing equipment such as Switchgear or Motor Control Centers. 4. Take photographs of electrical equipment following installation. The photographs shall include nameplates, labels, and similar identifiers. The equipment shall include but not necessarily be limited to, the following: a. Motors and motor drive equipment. b. Motorized or Pneumatic actuators c. Control Panels d. Instrumentation providing electrical signals including transmitters, sensors, and switches. e. Safety Disconnect Switches 5. • Photographs shall be supplied to the Engineer at least once every two weeks. Photographs shall be supplied to the Engineer no later than two weeks after they are taken. Photographs will be supplied on optical media (CD -R, DVD -R, or DVD+R) or by another method by prior arrangement with the Engineer. 1.10 COORDINATION A. Coordinate and schedule connecting electrical systems with exterior underground and overhead utilities and services. Comply with 16010-8 requirements of governing regulations, franchised service companies, and controlling agencies. B. Coordinate the interruption of electrical systems to any part of the facility in use by the Owner at least 48 hours before interruption of the system. C. Coordinate the cutting of existing structures with the new and existing electrical systems. Identify, locate, and protect existing embedded conduits/cables where cutting of existing structures is to be performed. D. Coordinate installing electrical identifying devices and markings prior to installing acoustical ceilings and similar finishes that conceal such items. E. Coordinate installing electrical identification after completion of finishing where identification is applied to field -finished surfaces. F. Coordinate requirements for access panels and doors where electrical items requiring access are concealed by finished surfaces. G. Coordinate the electrical work with the requirements of equipment provided under other Divisions. Portions of the electrical design are based upon the equipment specified in other Divisions. Where modifications to the specified electrical systems or equipment devices or materials are required to accommodate actual electrical requirements of equipment which is specified under other Divisions of the Contract but which has electrical requirements different from those specified under those Divisions for the equipment, make modifications to the electrical system or systems required to accommodate the equipment. H. Where changes in the work, or substitutions in material or equipment specified under this Division are proposed, ensure that sizes, weights, openings, etc., are provided that do not require changes in the work outside this Division. If changes to work outside this Division are required to accommodate substitutions or changes proposed by the Contractor, submit complete descriptions of these changes for approval by the Engineer, and pay for all such changes. No additional payment or "extras" are allowed for changes required to accommodate substitutions or changes proposed by the Contractor. I. Coordinate the installation of electrical equipment with other trades: 1. Arrange for the building -in of equipment and materials during structure construction. Arrange for the building in of anchors, supports, sleeves, or other equipment and materials during concrete _-.: placement, framing, precasting or other structure construction. Coordinate installing required supporting devices and set sleeves in poured -in-place concrete and other structural components as they are constructed. Install sleeves for cable and raceway penetrations of concrete slabs and walls, except where core -drilled holes are used. Install for cable and raceway penetrations of masonry and gypsum walls and of all other fire -rated floor and wall assemblies. 16010-9 1 11 1 1 1 11 Is 1 11 1 1 r K. Coordinate connecting electrical circuits to components furnished under other Divisions. Coordinate the location of motors, switches, panel connections and other points of connection with the equipment manufacturers or vendors prior to conduit installation, and route circuits to the actual connection point. Remove and reinstall conduit, outlet boxes and other electrical connections, even if removal and reinstallation of building materials is necessary, where electrical connections are not made to the appropriate equipment location. 1.11 DELIVERY, STORAGE, AND HANDLING A. See Section 01550. B. Receive, handle, and store electrical materials and equipment in accordance with the manufacturer's instructions. C. Protect materials and equipment from damage, corrosion, or disfiguring; protect nameplates on electrical equipment from defacing. Deliver equipment to their final locations in protective wrappings, containers, and other protection that will exclude dirt and moisture and prevent damage from construction operations. Remove protection only after Install sleeves during erection of concrete and masonry walls. Gypsum wall sleeves may be cut -in after erection if desired. 2. Where equipment or materials cannot be built-in during construction, arrange for chases, slots, box -outs or other openings in the structure, as required to allow installation of equipment after structure construction is complete. 3. Where penetration of completed or permanent construction elements such as walls, beams, ceilings, floors, etc. is required, obtain approval from structural Engineer for penetration (drilling, cutting, shooting, punching) of structural components prior to penetrating the element or component. 4. Accurately locate panelboards, outlets, switches, control stations and similar devices with respect to equipment and the finished work of others. Verify dimensions and locations with the general, civil, structural, mechanical, process, architectural and other Contract drawings as well as shop drawings/supplier's drawings and trades. 5. Coordinate installing large equipment requiring special access openings or positioning prior to closing in the building. J. Coordinate electrical work with work under other Divisions. Sequence, coordinate, and integrate installing electrical materials and equipment for efficient flow of the Work. Cooperate in locating equipment to avoid interference with work of others, and plan this work to harmonize with the work of other trades so that all work may proceed as expeditiously as possible. No extras are allowed because of moving work required to avoid interference with work of other trades or contractors. 1 1 1 1 16010-10 equipment is safe from such hazards. Field repair of material or equipment made defective by improper storage or site construction damage by other trades is not acceptable. D. Repair, restore, or replace damaged, corroded and rejected items at no additional cost to the Owner. E. Provide dry, heated storage for materials and equipment intended to be installed indoors which is not protected by packaging suitable for outdoor storage by the manufacturer and for equipment that requires an electrical connection or heater to mitigate water condensation and like hazards. F. Keep electrical equipment rooms clean and vacuumed after each day when work is performed in the area. Do not place electrical equipment rated for indoor installation into its final location until this location is weathertight and heated with openings to the outside closed with temporary weather barriers or with the installation of permanent doors, fans, and ducts. (The final location shall be the electrical equipment location shown on the Contract Drawings or otherwise described in the Contract Documents.) G. Ensure that equipment is not used as steps, ladders, scaffolds, platforms, or for storage - either inside or on top of enclosures. H. Protect nameplates on electrical equipment from defacing. I. Repair, restore, or replace damaged, corroded and rejected items at no additional cost to the Owner. 1.12 PAYMENT A. No separate or additional payment will be made for the work and material specified herein. All costs for basic electrical requirements, as specified herein, shall be included in the appropriate lump sum bid items. PART 2 — PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Refer to individual Division 16 sections. 1. Provide equipment, which is of a similar type, made by one manufacturer throughout the project unless otherwise noted in the Specifications. B. Submit requests for substitution in accordance with Specification Section 01330 2.2 MATERIALS A. Except as otherwise indicated, provide new materials and equipment which are standard products of manufacturers regularly engaged in 16010-11 1 1 1 1 1 production of such equipment. Provide similar items of equipment of the same manufacturer and quality. Where systems are specified, provide components of the system from one manufacturer. 13. Trade names and catalog numbers may be used in the Drawings or Specifications to establish quality standards and basis of design: 1. Other listed manufacturers in the applicable specification sections with equal equipment may be acceptable. 2. If no other manufacturer is listed then any manufacturer of equal equipment may be acceptable. C. Provide material or equipment approved and labeled for the purpose for which it is to be used by a nationally recognized electrical testing laboratory (NRTL) or other organization acceptable to the State of Washington Department of Labor and Industries. 1. Where NRTL test procedures have been established for the product type, provide electrical equipment approved under that procedure and bearing the NRTL label. D. Where voltage, current, power, temperature or other ratings are specified that do not correspond to standard ratings of the manufacturer selected by the Contractor, furnish the next rating level which increases the capacity of the device or material in question. E. Furnish materials, devices, equipment or supplies of materials that are inherently non -corrosive or are coated or covered in a manner, acceptable to the Engineer, which renders them non -corrosive. Do not provide materials which contain polychlorinated biphenyls, asbestos or other hazardous or detrimental materials. Do not install materials in a manner, location or construction that produces galvanic action or any other materials corroding or eroding action. Equipment fabricated from aluminum shall not be placed in direct contact with earth or concrete. Material that may cause rusting or streaking on a building surface shall not be used. F. Fabricate equipment or devices in the field equivalent in every respect to manufactured items used for the same purpose. Where cutting, drilling, grinding, or similar actions are performed on galvanized or painted metal, regalvanize or repaint, respectively, to match original finish. G. When equipment is shop fabricated for the Project, use electrical devices and enclosures which are NRTL listed and labeled or recognized. PART 3 — EXECUTION 3.1 INSTALLATION A. Make arrangements for and pay for necessary permits, licenses, and inspections. 16010-12 B. Equipment shall be installed in accordance with the requirements of the National Electrical Code, National Electrical Safety Code, and applicable state and local regulations and ordinances. C. Install equipment in accordance with the manufacturer's instructions and the NECA "NEIS" (National Electric Installation Standards). D. Equipment Dimensions and Clearances: 1. Dimensions indicated for electrical equipment and dimensions indicated for the installation of electrical equipment are restrictive dimensions. Verify that equipment will fit within the indicated locations and spaces. Do not use equipment that impinges upon the required clearance, reduces actual clearance, or exceeds the indicated dimensions: a. Except as approved in writing by the Engineer. 2. Do not use arrangements of equipment that impinge upon the required clearance, reduce actual clearances or exceed the space allocation. E. Equipment Access: 1. Install equipment so it is readily accessible for operation and maintenance. 2. Access to equipment shall not be blocked or concealed by conduits, supporting devices, boxes, or other items. 3. Do not install electrical equipment such that it interferes with normal maintenance requirements of other equipment. F. Install materials and equipment in a manner, location and construction that does not produce galvanic action or any other materials corroding or eroding action. Equipment fabricated from aluminum shall not be placed in direct contact with earth or concrete. G. Screen or seal all raceways or other openings into equipment to prevent the entrance of moisture, rodents and insects. H. Drawings indicate the approximate location and arrangement of electrical equipment and the approximate location of other equipment requiring electrical work. The general arrangement of panelboards, outlets and other equipment is diagrammatic and approximate as to locations. To avoid interference with structural members and equipment of other trades, it may be necessary to adjust the intended location of electrical equipment. Where minor changes are required because of structural -or finish conditions or for the convenience of the Owner, provide such changes without additional expense to the Owner. Unless specifically dimensioned or detailed, the Contractor may, at his discretion, make minor adjustments in equipment location without obtaining the Engineer's approval. Minor adjustments are defined as a distance not to exceed: 16010-13 1 1 1 1 �I 1 1 1 1. 1 FT at grade, floor and roof level in any direction in the horizontal plane. 2. 1 FT for equipment other than lighting at ceiling level in any direction in the horizontal plane. 3. 1 FT for lighting fixtures at ceiling level in any direction in the horizontal plane. 4. 1 FT on walls in a horizontal direction within the vertical plane. 5. Changes in equipment location exceeding those defined above require the Engineer's approval. 6. Particular attention shall be paid to door swings, piping, radiation, ductwork, and structural steel: a. In general, waste and vent lines and large pipe mains and ductwork shall be given priority for the locations and space shown. b. Electrical lighting fixtures shall, in general, be given priority for ceiling space. c. No additional compensation will be allowed for the moving of misplaced outlets, wiring, or equipment. 3.2 DEMONSTRATION A. Demonstrate equipment in accordance with Section 01660. B. Demonstrate to the Owner that the electrical installation is working by operating all electrical systems and equipment. Simulate control and emergency conditions, artificially where necessary, for complete system tests. Adjust installed equipment for proper operation of all electrical and mechanical components. 3.3 ASSISTANCE A. Provide assistance to the Owner/Engineer in combination with others during the demonstration or testing of equipment by operating devices and equipment, during construction observation by opening enclosures for inspection, checking record drawing information, and similar tasks, as necessary, in the Engineer's judgment to verify all work provided. END OF SECTION 16010-14 SECTION 16050 BASIC ELECTRICAL MATERIALS AND METHODS PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Supporting devices. 2. Electrical identification. 3. Electrical demolition. 4. Cutting and patching 5. Cleaning and finish touchup painting. 6. Testing 1.3 SUBMITTALS A. General: Submit each item in this section according to the Conditions of the Contract and Division 1 Specification Sections. B. Test reports. 1.4 QUALITY ASSURANCE A. Refer to Section 16010 Basic Electrical Requirements 1.7 Quality Assurance 1.5 PAYMENT A. No separate or additional payment will be made for the work and material specified herein. All costs for basic electrical materials and methods, as specified herein, shall be included in the appropriate lump sum bid items. PART 2 — PRODUCTS 2.1 SUPPORTING DEVICES A. Provide tubing, channel and angle support systems, hangers, sleeves, brackets, fabricated items, and fasteners for secure support of electrical equipment, devices, components and materials: 1. Material: a. Wet locations (including outdoors and in below -grade structures): Stainless steel. 16050-1 111 1 1 11 1 1 1 1 1 1 1 1 1 1 1 b. Class I Hazardous locations and/or Corrosive areas: 304 stainless steel or 40 mil PVC coated steel. c. Other locations: Steel, except as otherwise indicated, protected from corrosion with zinc coating, cadmium plating, or with treatment of equivalent corrosion resistance using approved alternative finish or inherent material characteristics. B. Conduit clamps: one hole or beam clamps 1. Rigid Steel Conduit: cast iron hot dipped galvanized clamps with cast iron hot dipped galvanized "foot".' 2. PRMC: cast iron PVC coated or stainless steel clamps with cast iron PVC coated or stainless steel "foot". 3. EMT: stamped steel clamps — cad plated or galvanized. C. Anchors: stainless steel in wet, hazardous or corrosive areas; cadmium plated or galvanized steel in dry areas. 1. lag screws or Type A tapping screws for wood. 2. Toggle bolts with springhead for light loads in masonry. 3. thru-bolt with fender washers for loads in masonry. 4. toggle bolts with springhead for hollow partitions. 5. epoxy set or self drilling anchors with threaded studs for concrete. 6. clamps or U -bolts for structural steel. 7. Epoxy set or self drilling anchors with extension rods for hollow tile over concrete. 8. hanger rods: 1/4 -inch diameter or larger threaded steel, except as otherwise indicated. D. Sleeves: 1. Wet, hazardous or corrosive areas: a. ASTM A 53, Type E, Grade A, Schedule 40, hot dipped galvanized steel, plain ends. b. Hot dipped galvanized cast iron, with weep rings. 2. Dry Areas: a. PVC, schedule 40. b. 0.0276 -inch or heavier galvanized sheet steel, round tube, closed with welded longitudinal joint. 2.2 ELECTRICAL ENCLOSURES A. Enclosures for use with Electrical Equipment: 1. Standards: a. NEMA ICS -6, Enclosures for Industrial Controls and Systems. b. UL 508, Industrial Control Equipment. 16050-2 c. UL 698, Industrial Control Equipment for Use in Hazardous Locations. 2. Provide NEMA enclosure types as indicated on the Contract Documents. Where the enclosure type is not indicated by the Contract Documents provide enclosures as follows: a. NEMA 1: Use in electrical rooms and in dry indoor finished areas. b. NEMA 12: Use in unclassified (non -hazardous and non- corrosive) indoor locations which are neither wet nor damp. c. NEMA 4X: Use in all non -hazardous wet or corrosive locations. d. NEMA 7: Use in all hazardous locations (Odor Control Fan) B. Shop or Factory Finishes: 1. Exteriors of painted enclosures shall be ANSI gray. 2. Interiors of painted enclosures shall be either white or light gray. 2.3 ELECTRICAL IDENTIFICATION A. Manufacturer's Standard Products: Where more than one type is listed for a specified application, selection is Contractor's option, but provide single type for each application category. Use colors prescribed by ANSI A13.1, NEC and these Specifications. B. Colored Adhesive Marking Tape for Raceways, Wires, and Cables: Self-adhesive vinyl tape not less than 3 mils thick by 1 inch wide. C. Underground Line Warning Tape: Permanent, bright -colored, continuous -printed, vinyl tape with the following features: 1. Size: Not less than 4 mils thick by 6 inches wide. 2. Compounded for permanent direct -burial service. D. Tape Markers: Vinyl or vinyl -cloth, self-adhesive, wraparound type with preprinted numbers and letters. E. Color -Coding Cable Ties: Type 6/6 nylon, self-locking type. Colors to suit coding scheme. F. Engraved, Plastic -Laminated Labels, Signs, and Instruction Plates: Engraving stock, melamine plastic laminate punched for mechanical fasteners 1/16 inch minimum thick for signs up to 20 sq. in., 1/8 inch thick for larger sizes. Engraved legend in white letters on black face. G. Fasteners for Plastic -Laminated and Metal Signs: Self -tapping stainless- steel screws or stainless-steel No. 10/32 machine screws with nuts and flat and lock washers. H. Wire markers: machine printed, black ink, alpha -numerical identifiers on yellow polyolefin shrink tubing. Kroy K4350 Shrink Tube, or approved equal. 16050-3 2.4 TOUCHUP PAINT A. For Equipment: Provided by equipment manufacturer and selected to match equipment finish. B. For Non -equipment Surfaces: Matching type and color of undamaged, adjacent finish. C. For Galvanized Surfaces: Zinc -rich paint recommended by item manufacturer. PART 3 — EXECUTION 3.1 INSTALLATION A. Comply with NECA's "Standard of Installation." B. Install the equipment and materials in a neat and workmanlike manner employing workmen skilled in the particular trade and in accordance with the manufacturer's instructions and industry standards. Maintain adequate supervision of the work by a person in charge at the site during any time that work under this division is in process or when necessary for coordination with other work. C. Install components and equipment to provide the maximum possible headroom where mounting heights or other location criteria are not indicated. Mount enclosures for individual units at fifty-four inches above floors to centerline of controls. D. Install items level, plumb, and parallel and perpendicular to other building systems and components, except where otherwise indicated. E. Install equipment to facilitate service, maintenance, and repair or replacement of components. Connect for ease of disconnecting, with minimum interference with other installations. F. Give right of way to raceways and piping systems installed at a required slope. G. Make all penetrations of electrical work through floors, walls and roofs water, rodent, insect and weather -tight. 3.2 ELECTRICAL SUPPORTING METHODS A. Support electrical equipment, devices and materials from framing members or structure with sufficient clearance for maintaining and servicing. 1. Provide backing plates, and/or framing material to support equipment, devices and materials which are located between the framing members which are part of the building or facility structure. 2. Provide metal structure fabricated of structural shapes such as C - channel or square tubing (not strut channels, unistrut, b -line, etc.) 16050-4 for mounting cabinets, panelboards, disconnects, control enclosures, pull boxes, junction boxes, transformers, and other equipment and devices except where components are mounted directly to structural features of adequate strength. B. Fastening and Supports: Unless otherwise indicated, securely fasten electrical items and their supporting hardware to the building/structure. 1. Use supports as detailed on the Drawings and as specified: a. Where not detailed on the Drawings or specified, use supports and anchoring devices rated for the equipment load and as recommended by the manufacturer. 2. Attach enclosures mounted on equipment with machine screws or clamps as required. Do not drill equipment frames or sheets without permission of the equipment supplier/manufacturer and the Engineer. Do not mount safety switches or external equipment to other equipment enclosures, unless enclosure mounting surface is adequately reinforced structurally to accept mounting of external equipment. 3. Base rating and size of supports and anchoring devices on dimensions and weights verified from approved equipment submittals. Attach wall mounted enclosures with a minimum of three fasteners, and more if the manufacturer so recommends. 4. Stand off outdoor wall -mounted equipment and indoor equipment mounted on earth or water bearing walls a minimum of one-quarter inch where enclosures are mounted on walls in wet areas (outdoors, below grades, etc.). Use corrosion resistant spacers such as neoprene, or fiberglass or plastic shim washers to maintain 1/4 IN separation between the equipment and the wall. 5. Do not cut, or weld to, building structural members without permission of the engineer. Welding to steel structure may be used only for threaded studs, not for conduits, pipe straps, or any other items. 6. Select fasteners so the load applied to any fastener does not exceed 25 percent of the proof -test load. C. Raceway Supports: Comply with NEC and the following requirements: 1. Conform to manufacturer's recommendations for selecting and installing supports. 2. Install individual and multiple raceway hangers and riser clamps to support raceways. Provide U bolts, clamps, attachments, and other hardware necessary for hanger assembly and for securing hanger rods and conduits. 3. Support parallel runs of horizontal raceways together on trapeze - or bracket -type hangers. 4. Spare Capacity: Size supports for multiple conduits so capacity can be increased by a 25 percent minimum in the future. 16050-5 1 1 1 1 1 I 1 1 1 1 1 1 5. Support individual horizontal raceways with separate, malleable iron pipe hangers or clamps. 6. In vertical runs, arrange support so the load produced by the weight of the raceway and the enclosed conductors is carried entirely by the conduit supports, with no weight load on raceway terminals. 7. Use double nuts or jam nuts with regular nuts on threaded rods and bolts. 8. Trim rod ends to within 1/4 inch after installation of last nut, clamp or similar hardware; smooth cut ends or install cap nut. D. Provide concrete foundations or pads required for electrical equipment: 1. Floor -mounted equipment shall be mounted on a 3 '/z inch high concrete housekeeping pad except the concrete base shall be shortened in height by the thickness of the channel base when the equipment is provided with channel bases such as typically provided with motor control centers and switchboards. Pad shall be poured on top of the finished floor or slab. 2. Install concrete pads and bases according to requirements of Division 3 Section "Cast -in -Place Concrete." E. Cable supports - provide cable ties and straps for clamping, tying, securing and banding wires and cables in all junction boxes, panelboards and terminal cabinets. Support each circuit independently; group phases of three phase circuits. 3.3 IDENTIFICATION A. Install labels where indicated and at locations for best convenience of viewing without interference with operation and maintenance of equipment. B. Coordinate names, abbreviations, colors, and other designations used for electrical identification with corresponding designations indicated on the Contract Documents or required by codes and standards. Use consistent designations throughout the Project. C. Self -Adhesive Identification Products: Clean surfaces of dust, loose material, and oily films before applying. D. Tag or label power circuits in enclosures using tags or adhesive marking tape. Identify source and circuit numbers in each cabinet, pull box, pull hole, vault, maintenance hole, junction box, and outlet box. Color coding may be used for voltage and phase indication. E. Identify Paths of Underground Electrical Lines: During trench backfilling, for exterior underground power, control, signal, and communication lines, install continuous underground plastic line marker located directly above power and communication lines. Where multiple lines installed in a common trench or concrete envelope do not exceed an overall width of 16 inches, use a single line marker. 16050-6 F. Provide engraved phenolic name plates (white with black background) on equipment enclosures giving the name and circuit identification (Panel/MCC/Enclosure served from and circuit location or ID) of the enclosed device/equipment in one-quarter inch letters. G. For panelboards, provide framed, typed circuit schedules with explicit description and identification of items controlled by each individual breaker. H. Provide electrical danger, caution, warning or safety instruction signs including arc flash signs in accordance with Section 10400. 3.4 DEMOLITION A. Demolish all existing electrical devices and circuits which are noted for demolition. Demolition includes, but is not limited to: 1. Remove all conduit, conductors, fittings, device boxes, hangers, panels, devices, etc., which are not concealed in the building structure or below grade/slab. B. Do not remove or damage fireproofing materials. Repair or replace fireproofing removed or damaged. C. Locate, identify, and protect electrical equipment and materials to remain. Where existing work to remain is damaged in the course of the Work, remove damaged portions and install new products of equal capacity, quality, and functionality at no additional cost to the Owner. D. Remove existing conductors from conduits or other enclosures, unless otherwise indicated, where existing work is to be abandoned in place. Cut and remove buried cable or raceway indicated to be abandoned in place at the point where it stubs up or emerges from burial 12 inches below the surface of adjacent grade or construction; cap and patch surface to match existing finish. E. Remove demolished material from the Project site and legally dispose of demolished material by wastehaul to approved landfill or recycling facility. F. Remove, store, clean, reinstall, reconnect, and make operational components indicated for relocation and/or reconnection. Coordinate the process, mechanical, HVAC, and other equipment scheduled to be relocated and/or reused with other Divisions, and disconnect the equipment from and reconnect the equipment to the electrical systems. 3.5 TEMPORARY POWER A. Provide temporary power to existing branch circuit panels, branch circuits, and/or directly to electrical devices as required to keep all portions of the existing facility, which are occupied by the Owner, or required for facility operation, in operation at all times. Obtain approval by all appropriate code authorities, including the Department of Labor & 16050-7 Industries Electrical Inspection Department, for any temporary connections provided. 3.6 CUTTING AND PATCHING A. Cut, channel, chase, and drill floors, walls, partitions, ceilings, and other surfaces necessary for electrical installations. Perform cutting by skilled mechanics of the trades involved. B. Repair disturbed surfaces to match adjacent undisturbed surfaces. 3.7 CLEANING AND TOUCHUP PAINTING A. Clean dirt and debris from all surfaces. Thoroughly vacuum the interior of enclosures to remove dirt and debris. B. Replace nameplates damaged during installation. C. Apply touch-up paint as required to repair scratches, etc. Field paint in accordance with Section 09960. Thoroughly clean damaged areas and provide primer, intermediate, and finish coats to suit the degree of damage at each location. Follow paint manufacturer's written instructions for surface preparation and for timing and application of successive coats. 3.8 TESTING A. See section 01668 B. Testing shall be performed by a person currently certified by the InterNational Electrical Testing Association. C. Additional testing requirements specific to other sections are specified in those sections. D. Test electrical equipment as described in individual specification sections after installation but before it is energized and placed in service. All equipment shall be tested as recommended by the manufacturer. Report all test results in writing. Where tests disclose a defect in the work, rework or repair equipment which performs unsatisfactorily during or as a result of system testing at no additional expense to the Owner and retest to confirm the rework or repair until retesting confirms that the defect has been corrected. Test in accordance with the manufacturer's installation and testing instructions and the applicable electrical standards (i.e., NEMA, IEEE, ISA, ANSI, or other) for the class of equipment. If equipment or system fails retest, replace it with products which conform with Contract Documents. Continue remedial measures and retests until satisfactory results are obtained. Remedial measures and retests will be done at no cost to the Owner. E. Test motor driven equipment motors before energization. Insulation test shall consist of megohmeter check phase—to—ground, per IEEE Standard 43, and polarization index test manufacturer's recommendations. 16050-8 1. Perform load tests of each motor and prepare a written report of the findings showing the following: a. Nameplate Ratings (horsepower), (speed), (voltage), (phase), (ampere rating of motor at full load). b. Measured Load in amperes on each phase at full speed. 2. For load tests for each pump/blower/ process equipment motor: a. Note the operating conditions at the time of the test. b. Note the suction and discharge conditions (pressure, water level, temperature, humidity, where such conditions affect load). 3.9 DEMONSTRATION A. Demonstrate equipment in accordance with Section 16010. END OF SECTION 16050-9 1 11 1 1' 1� 1 1 i 1 1 1 1 1� 1 1� 1 SECTION 16060 GROUNDING PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes grounding of electrical systems and equipment and basic requirements for grounding for protection of life, equipment, circuits, and systems. Grounding requirements specified in this Section may be supplemented in other Sections of these Specifications. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Section 16120 "Conductors and Cables" for requirements for grounding conductors. 1.3 SUBMITTALS A. General: Submit each item in this Section according to the Conditions of the Contract and Division 1 Specification Sections. 1. Field tests and observation reports certified by the testing organization and indicating and interpreting the test reports for compliance with performance requirements. 1.4 QUALITY ASSURANCE A. Refer to Section 16010 Basic Electrical Requirements 1.7 Quality Assurance B. Comply with UL 467, "Grounding and Bonding Equipment". 1.5 PAYMENT A. No separate or additional payment will be made for the work and material specified herein. All costs for grounding, as specified herein, shall be included in the appropriate lump sum bid items. PART 2 — PRODUCTS 2.1 GROUNDING AND BONDING PRODUCTS A. Governing Requirements: Where types, sizes, ratings, and quantities indicated are in excess of NEC requirements, the more stringent requirements and the greater size, rating, and quantity indications govern. 16060-1 2.2 WIRE AND CABLE GROUNDING CONDUCTORS A. Comply with Division 16 Section "Wires and Cables." Conform to NEC Table 8 (Conductor Properties), except as otherwise indicated, for conductor properties, including stranding. B. Equipment Grounding Conductors: Insulated with green color insulation. 2.3 CONNECTOR PRODUCTS A. Pressure Connectors: High -conductivity -plated units. B. Bolted Clamps: Heavy-duty type. PART 3 — EXECUTION 3.1 APPLICATION A. Equipment Grounding Conductors: Comply with NEC Article 250 for types, sizes, and quantities of equipment grounding conductors, except where specific types, larger sizes, or more conductors than required by NEC are indicated. 1. Install insulated equipment grounding conductor with circuit conductors for the items below. a. Feeders. 1) Bond the conductor full size to the equipment to which the circuit connects and to any portion of the raceway where it is metallic. Provide boxes or fittings suitable for connecting equipment grounding conductors where metallic conduit transitions to non-metallic. b. Single or three-phase motor or appliance branch circuits. c. Flexible raceway runs. 2. Nonmetallic Raceways: Install an equipment grounding conductor in nonmetallic raceways unless they are designated for telephone or data cables. Bond the conductor at each end of non-metallic raceway to grounded metallic raceway or equipment. 3. Provide boxes or fittings suitable for connecting equipment grounding conductors where metallic conduit transitions to non- metallic. B. Separately Derived Systems: Where NEC requires grounding, ground according to NEC Paragraph 250-30. 3.2 INSTALLATION A. General: Ground electrical systems and equipment according to NEC requirements, except where Drawings or Specifications exceed NEC requirements. 16060-2 3.3 CONNECTIONS A. General: Make connections so possibility of galvanic action or electrolysis is minimized. Select connectors, connection hardware, conductors, and connection methods so metals in direct contact will be galvanically compatible. 1. Use electroplated or hot -tin -coated materials to assure high conductivity and to make contact points closer in order of galvanic series. 2. Make connections with clean, bare metal at points of contact. 3. Coat and seal connections having dissimilar metals with inert material to prevent future penetration of moisture to contact surfaces. B. Equipment Grounding -Wire Terminations: Make the grounding conductor connections to motors or equipment ten horsepower and above, or twenty amperes and above, with conductor termination and a 5/16 inch minimum bolt tapped to the motor frame or equipment housing. Ground connection to smaller motors and equipment may be made by fastening the conductor termination to a connection box. C. Noncontact Metal Raceway Terminations: Where metallic raceways terminate at metal electrical enclosures without mechanical and electrical connection to electrical enclosures, terminate each conduit with a metallic, insulating grounding bushing. Connect grounding bushings with a bare grounding conductor to grounding bus or terminal in electrical enclosures. Bond electrically noncontinuous conduits at both entrances and exits with grounding bushings and bare grounding conductors, except as otherwise indicated. D. Connect discontinuous sections of metallic raceway using grounding (bonding) connections at each end of metallic raceway with equipment grounding conductor in the non-metallic portion of the raceway. E. Tighten screws and bolts for grounding and bonding connectors and terminals according to manufacturer's published torque -tightening values. Where these requirements are not available, use those specified in UL 486A and UL 486B. F. Compression -Type Connections: Use hydraulic compression tools to provide correct circumferential pressure for compression connectors. Use tools and dies recommended by manufacturer of connectors. Provide embossing die code or other standard method to make a visible indication that a connector has been adequately compressed on grounding conductor. 3.4 FIELD QUALITY CONTROL A. Independent Testing Agency: Engage an independent electrical testing organization to perform acceptance tests described below. 16060-3 B. Acceptance Tests: 1. Procedures: Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Section 7.13. Certify compliance with test parameters. Maximum grounding resistance value shall be 3 ohms. 2. Measure ground resistance not less than 2 full days after the last trace of precipitation, and without the soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance. 3. Measure resistance of equipment grounding connections for service, feeder and motor circuits to ground at the load end with a Biddle ground ohmmeter. C. Excessive Ground Resistance: Where resistance to ground exceeds specified values, notify Engineer. Check connections of affected equipment and conductors. Replace, repair, or correct defective connections or conductors. Provide additional ground rods or larger grounding electrode where the grounding electrode resistance is higher than specified. Revise and retest until resistance is within specifications. D. Report: Prepare test reports, certified by the testing organization, of ground resistance at each test location. Include observations of weather and other phenomena that may affect test results. Describe measures taken to improve test results. END OF SECTION 16060-4 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 16120 CONDUCTORS AND CABLES PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. Requirements for telephone cable, fiber optic cable, and twisted pair structured network cable are included in Section 16740 "Communications Circuits". 1.2 SUMMARY A. This Section includes building wires and cables and associated connectors, splices, and terminations for wiring systems rated 600 V and less. 1.3 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. 1. Field Test Reports: Indicate and interpret test results for compliance with performance requirements. 1.4 QUALITY ASSURANCE A. Refer to Section 16010 Basic Electrical Requirements 1.7 Quality Assurance. 1.5 PAYMENT A. No separate or additional payment will be made for the work and material specified herein. All costs for conductors and cables, as specified herein, shall be included in the appropriate lump sum bid items. PART 2 — PRODUCTS 2.1 BUILDING WIRES AND CABLES A. UL -listed building wires and cables with conductor material, insulation type, cable construction, and rating as specified in Part 3 "Wire and Insulation Applications" Article. B. Thermoplastic Insulation Material: Comply with NEMA WC 5. C. Cross -Linked Polyethylene Insulation Material: Comply with NEMA WC 7. 16120-1 D. Ethylene Propylene Rubber Insulation Material: Comply with NEMA WC 8. E. Conductor Material: Copper. F. Stranding: 1. Class B for power applications. 2. Class C for control applications. G. Size and Type: 1. Solid or stranded conductor for No. 10 AWG and smaller gauge 120 VAC branch power circuits; 2. Stranded conductor for 277 or 480 VAC power circuits, and for any power circuit larger than No. 10 AWG. 3. Stranded conductors for control circuits. 4. Grounding conductors: solid conductor in sizes No. 6 AWG and smaller gauge; stranded in No. 4 AWG and larger gauge. H. Cords: Type SO, size No. 14 AWG or larger. 2.2 INSTRUMENTATION AND SPECIALTY WIRE A. Low voltage instrument cable: 600 volt rated, multi -conductor cable with overall neoprene or PVC jacket. Individual conductors PVC or polyethylene insulated, with or without nylon overcoat. 1. Unshielded instrument cable Belden 9486 (18 gauge), 9488 (14 gauge) or equal, Alpha or NEC. 2. Shielded single pair instrument cable (2/C#18) Belden 9341 or equal, Alpha or NEC. 3. Shielded three conductor instrument cable (3/C#18) Belden 1121A or equal, Alpha or NEC. B. VFD Cable: Low voltage, shielded power cable. Three conductor copper cable rated 600 volt, with cross linked thermosetting polyethylene insulation on each conductor, three bare grounding conductors (one in each interstice), with a corrugated copper shield and overall PVC jacket. Cables shall have the following maximum nominal outer diameter (OD) and minimum bend radius: Conductor Size Nominal OD (Inches) Minimum Bend Radius #16 .40 4.0 #14 .45 4.5 #12 .50 5.0 #10 .60 6.0 #8 .70 7.0 #6 .80 8.0 #4 .90 9.0 #2 1.05 10.5 #1 1.20 12.0 #1/0 1.3 13.0 16120-2 1 1 1 1 1 1 1 1 1 1 1 1 #2/0 1.4 14.0 #310 1.55 15.5 #4/0 1.7 17.0 1. VFD cables with nominal outer diameters and minimum bend radiuses that are greater than shown in the above table will be rejected. 2. Belden VFD Power Cable Model numbers 29520 through 29532 (depending on cable size). C. SCADA communications wire: Coordinate the with the actual Remote I/O protocols being used. 1. UC5 — Indoor/Outdoor Category 5e Cable suited for below grade service. Berktek or Equal. 2. Remote I/O Cabling a. The #18 pair shall have a characteristic impedance of 120f2. Terminate both ends of network with 121f2 (±5%), 1/4 Watt capacity resistors. Provide Allen-Bradley 1485C-P1Axxx (where xxx is the cable length in meters), Belden 7897A, or equal. 3. RS -485 (also known as EIA -485, EIA/TIA-485, Modbus RS -485): 2/C#22TP+1/C#22, Overall shield with drain. Characteristic impedance on the twisted pair wires shall be 120E2 nomial. Terminate both ends of network twisted pair with 121E2(±5%), 1/4 Watt capacity resistor. Provide Belden 3106A or equal. D. Specialty wire: As specified in the section describing the system it serves. 2.3 CONNECTORS AND SPLICES A. Provide UL -listed, factory -fabricated wiring connectors and splices of size, ampacity rating, material, type, and class for application and service indicated. B. Conductor Connections, Splices or Taps: 1. Solid Conductors size 18 through 10 AWG: Twist on insulated spring connectors. 2. Stranded Conductors size 18 through 6 AWG: insulated, solid barrel, crimp type plated copper alloy connectors. 3. Conductors size 4 AWG and larger: plated copper alloy compression splicing sleeves installed by high pressure compression tools and insulated with heat shrink Raychem sleeves. 4. Outdoors or wet areas: wire splice kits, epoxy resin, hardener, and mold. 3M Scotchcast or equal. 5. Motor connections: insulated, solid barrel, crimp type, ring tongue plated copper alloy. 16120-3 C. Terminations: suitable for 75 degree Celsius rated copper conductor. 1. Service and feeder circuits: compression indent barrel connectors with one or two hole spade lug ends. 2. Conductor size 18 through 10 AWG: insulated, solid copper barrel, crimp type, plated copper alloy spade tongue terminal, made for the wire size and terminal on which they are installed and crimped with an approved plier or tool for the connector. 3. Conductor size 8 AWG and larger: compression, indent, solid copper barrel, one or two hole Lugs. D. Motor connections: insulated, solid barrel, crimp type, ring tongue plated copper alloy. E. Surface Mounted Category 5e jacks and ports, magnetically held Berktek or Equal. 2.4 INSULATING MATERIALS A. Fillers: Scotchfill, or equal. B. Tape: 7 mil vinyl plastic tape, logo bearing, Scotch 33+, or equal. PART 3 — EXECUTION 3.1 EXAMINATION A. Examine raceways and building finishes to receive wires and cables for compliance with requirements for installation tolerances and other conditions affecting performance of wires and cables. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 WIRE AND INSULATION APPLICATIONS A. Service/Feeders: Type USE/RHW/RHH insulated, stranded conductors, in raceway. B. Branch circuits: Type USE/RHW/RHH insulated, stranded conductors, in raceway except Type THHN/THWN insulated, solid or stranded conductors, may be used indoors, above grade only, for 120 volt lighting and receptacle branch circuits in sizes #12 AWG and #10 AWG. C. Equipment Grounding Conductors: Same type insulation and conductor as the circuit conductors supplying the equipment to be grounded. D. Grounding Conductors (other than equipment grounding conductors): bare copper with varnish coat. E. Class 1 and 2 Control Circuits: Type USE/RHW/RHH, size #14 AWG or larger, in raceway; Type MTW/THWN, size #14 AWG or larger, in raceway may be used indoors above grade. F. Instrumentation Circuits: Shielded or unshielded instrument cable, as indicated on the Contract Documents. 16120-4 a 1 1 1 1 1 1 1 1 1 1 1 3.3 INSTALLATION A. Install wires and cables in raceway system, according to manufacturer's written instructions and NECA's "Standard of Installation", after raceway system is complete, and following "Examination" article of this section. B. Provide individual neutral conductors for each 120 volt or 277 volt circuit. Common neutral conductors for multi branch circuits are not permitted unless specifically noted and shown on the drawings. C. Install service, feeder, motor, control, instrumentation, communication and signaling circuits continuously without splices from equipment terminal to equipment terminal or motor lead. 120 and 277 volt single phase branch circuits may be spliced or connected at taps or connection for outlet devices. Do not splice circuits at other locations without written permission from the Engineer. D. Color code conductors as follows: 1. Grounding conductors: Green. 2. 480/277 volt, three phase systems: a. Phase A - brown b. Phase B - orange c. Phase C - yellow d. Neutral - gray 3. 208Y/1.20, three phase systems: a. Phase A - black b. Phase B - red c. Phase C - blue d. Neutral - white 4. Use control wiring of colors different than power wiring or supplied with a trace of color in addition to the basic color of the insulation. Number control wiring individually to match equipment number and /or terminal numbering or use wires of different colors for each node or different function in each circuit but use the same color scheme throughout each system for any control or signal wires performing the same function. 5. Use wire with insulation of required color for conductors of No. 8 AWG and smaller. For wire larger than No.8 AWG which is not available in specified colors, use self-adhesive, wrap-around cloth type markers of solid colors to code the conductors. When conductors are marked in this manner, mark each conductor at all accessible locations such as panelboards, junction boxes, pullboxes, pullholes, auxiliary gutters, outlets, switches, and control centers. 6. Do not use white, gray, or green color for any power, lighting, or control conductor not intended for neutral or grounding purposes. 16120-5 a. low voltage control circuits, or 18 AWG or smaller control conductors, may use gray, green or white singly or as part of a trace color in addition to the base color. 7. Connect power circuit conductors of the same color to the same phase throughout the installation. Viewing all equipment from the front, make connections so phase color sequence is in the same order as that for panelboards, switchboards, motor control centers, etc. If the phase order of the wires must be reversed to accommodate motor rotation, the adjustment shall be made at the motor terminal box or for cord connected equipment only, at the load side of the safety disconnect switch. Reversing the phase order at the motor controller or disconnect switch is not acceptable. E. Install wiring to equipment neutral and grounding blocks on the bottom or furthest back row first. Leave unconnected blocks accessible for future neutral or grounding connections. F. Leave six inches or more of free conductor at each connected device or equipment terminal and nine inches of free conductors at each unconnected outlet. Tape free ends of conductors at unconnected outlets and coil neatly in outlet box. G. Install wires neatly in enclosures. Bend or form wires in neat runs from conduits to terminals. Arrange wires so that they may be grouped by conduit or function in the enclosure. Install cable ties and straps to support and bundle wires in enclosures. Arrange wires to allow wire tags and numbers to be easily read without bending or flexing wiring. H. Install grounding conductors according to Section 16060 Grounding. I. Pulling Conductors: 1. Make all cable pulls by hand. Use pulling means, including fish tape, cable, rope, and basket -weave wire/cable grips, or wrapping extra conductor into an eye, that will not damage cables or raceway. 2. Use manufacturer -approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. Install pullboxes or pull fittings where necessary to prevent exceeding manufacturer's recommendations. 3. Cut cable or conductor ends off after pulling and clean all lubricant and/or pulling compound from conductors before terminating. J. Support cables according to Section 16050 "Basic Electrical Materials and Methods." K. Seal around cables penetrating fire -rated elements according to Division 7 Section "Firestopping." with approved fire -stopping materials. 16120-6 L. Identify wires and cables according to Section 16050 "Basic Electrical Materials and Methods and as follows: 1. For power circuits: a. At each connection, except at motors, tag for phase rotation and circuit number. b. At each motor tag for winding lead numbers. Make all phase rotation changes for motor direction changes at the motor to maintain correct color phase sequence in equipment. c. In each enclosure or box where more than one ungrounded power conductor is spliced or connected, tag for panelboard identification and pole number. 2. For control circuits: a. Tag at ends of wire. 3.4 CONNECTIONS A. Use the proper high pressure compression tool for terminating indent type compression connectors or terminations on conductors of size #8 AWG or larger gauge. Use an approved pliers or tool for crimping connectors for conductors of size #10 AWG or smaller gauge. B. Make splices or tap connections with filler, and tape that possess equivalent or better mechanical strength and insulation ratings than conductors being connected. Insulate to same thickness as connectors being spliced or connected. C. Connect outlets and components to wiring and to ground as indicated and instructed by manufacturer, and in compliance with other Sections of Division 16. D. Tighten electrical connectors and terminals according to manufacturer's published torque -tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. 3.5 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform field quality -control testing. B. Test installation of wires and cables before electrical circuitry has been energized. 1. Test wire and cable installation, when complete and seventy-two hours prior to energization of the system. 2. Procedures: Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Section 7.3.2. Certify compliance with test parameters. 3. Remove and replace conductors with visible damage on conductor insulation ends due to installation in an incomplete or damaged 16120-7 conduit system such as, but not limited to, missing bushings or burrs on conduit ends. C. Correct malfunctioning conductors, cables, and connections at Project site, where possible, and retest to demonstrate compliance; otherwise, remove and replace with new materials and retest. D. Test Category 5e cable with Network cable tester from Ideal Tools or Fluke. Summary of Category 5e shall be "Pass." If link fails test, fix the cable and retest at no additional cost to Owner. END OF SECTION 16120-8 SECTION 16130 RACEWAYS AND BOXES PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. Section 16740 "Communications Circuits" includes specific requirements related to the installation of raceways and boxes. 1.2 SUMMARY A. This Section includes raceways, fittings, boxes, enclosures, and cabinets for electrical wiring. 1. Raceways include the following: a. RMC. b. PRMC. c. EMT. d. FMC. e. LFMC. f. PVC. g. RTRC h. Wireways. i. Surface raceways. 2. Boxes, enclosures, and cabinets include the following: a. Device boxes. b. Outlet boxes. c. Pull and junction boxes. d. Cabinets and hinged -cover enclosures. B. Related Sections include the following: 1. Section 16050 "Basic Electrical Materials and Methods" for raceway and box supports. 2. Section 16120 "Conductors and Cables" for conductors installed in raceways and boxes. 3. Section 16140 "Wiring Devices" for devices installed in boxes. 1.3 DEFINITIONS A. EMT: Electrical metallic tubing. B. FMC: Flexible metal conduit. C. LFMC: Liquidtight flexible metal conduit. 16130-1 D. RMC: Rigid metallic (Steel) conduit. E. PRMC: PVC coated rigid metal conduit. F. PVC: Rigid polyvinyl chloride conduit. G. RTRC: Reinforced thermosetting Resin Conduit (Fiberglass). H. NPT: National Pipe Thread I. NEMA: National Electrical Manufacturers Association J. ANSI: American National Standards Institute 1.4 SUBMITTALS A. General:. Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. 1.5 QUALITY ASSURANCE A. Refer to Section 16010 Basic Electrical Requirements 1.7 Quality Assurance. 1.6 COORDINATION A. Coordinate layout and installation of raceways and boxes with other construction elements to ensure adequate headroom, working clearance, and access. B. Coordinate conduit stub up locations with approved equipment shop drawing submittals prior to locating conduit stub ups in the slab. Locate conduit stub ups per equipment manufacturer's recommendations and the requirements of the Drawings and Specifications. 1.7 PAYMENT A. No separate or additional payment will be made for the work and material specified herein. All costs for raceways and boxes, as specified herein, shall be included in the appropriate lump sum bid items. PART 2 — PRODUCTS 2.1 METAL CONDUIT AND TUBING A. RMC: 1. Conduit: Hot dipped galvanized steel with threaded ends meeting ANSI C80.1. 2. Couplings: unsplit, NPT threaded steel cylinders with galvanizing equal to the conduit. 3. Nipples: same as conduit, factory made through eight inches, no running threads. B. PRMC (PVC -Coated Rigid Steel Conduit and Fittings): NEMA RN 1. 16130-2 1 1 1 1 1 1 1. Minimum 40 mil exterior PVC coating, and 2 mil interior urethane coating 2. Manufacturers: a. RobRoy Industries b. Thomas & Betts Ocal C. EMT: 1. -Conduit: Galvanized steel tubing meeting ANSI C80.3. 2. Couplings: steel, cast iron, or malleable iron compression type employing a split, corrugated ring and tightening nut, with integral bushings and locknuts. No indent or setscrew type. D. FMC: 1. Conduit: flexible, galvanized steel convolutions forming a continuous raceway. 2. Connectors: galvanized steel, screw in or clamp style, approved for I grounding. .C: 1 1 1 1 1 1 1 1 1. Conduit: flexible, galvanized steel convolutions forming a continuous raceway, covered by a liquid tight PVC layer. Electri- Flex Type LA or American Sealtite, Type UA. The use of thinwall conduit is not permitted. 2. Connectors: Hot -Dip galvanized steel or hot -dip galvanized malleable iron, screw in ferrule which covers the end of the conduit inside and out, insulated throat, approved for grounding. Provide with gland nut with integral ground lug for connectors to motors rated 10 horsepower and larger. O-Z/Gedney Type 4Q series, or approved equal. 2.2 RIGID NONMETALLIC CONDUIT (RNC) A. Rigid nonmetallic conduit (RNC) includes PVC and RTRC per NEC Article 352 (Rigid Polyvinyl Chloride Conduit: Type PVC) and NEC Article 355 (Reinforced thermosetting Resin Conduit: Type RTRC) and as follows: 1. PVC: a. NEMA TC 2, Schedule 40 or 80 PVC. b. Fittings: NEMA TC 3; match to conduit or conduit/tubing type and material. 2. RTRC: a. NEMA TC 14 b. UL 1684 16130-3 2.3 OUTLET AND DEVICE BOXES A. Concealed in dry indoor locations: Stamped steel, deep drawn one piece (without welds or tab connections), galvanized, with knockouts for conduit or connector entrance, meeting NEMA OS 1, and with plaster or extension rings to suit construction and application. B. Exposed outdoors, below grade, wet locations, or exposed in indoor locations which are not hazardous: galvanized, cast iron alloy box, one piece, with threaded holes or hubs, integral mounting lugs and with neoprene gaskets and galvanized cast iron alloy cover (covers shall be of the same material and finish as the box). C. Exposed corrosive locations: PVC coated cast iron or stainless steel boxes with threaded hubs, integral mounting lugs and PVC coated covers. Covers shall be of the same material and finish as the device box. D. Exposed hazardous locations (whether dry, wet, or corrosive): explosion proof, galvanized, cast iron alloy box, one piece, with threaded holes or hubs, integral mounting lugs and with neoprene gaskets and galvanized cast iron alloy cover. Covers shall be of the same material and finish as the device box. 2.4 PULL AND JUNCTION BOXES A. Exposed dry locations: Stamped steel, deep drawn one piece (without welds or tab connections), galvanized, with knockouts for conduit or connector entrance, meeting NEMA OS 1. Boxes 6"x6"x4" or larger may be code gauge fabricated steel continuously welded at seams and painted after fabrication. Covers shall be of the same material and finish as the device box. B. Exposed wet locations, outdoors, or below grade: Cast -Metal Boxes meeting NEMA FB 1, with gasketed screw down cover. Boxes 6"x6"x4" or larger may be code gauge fabricated stainless steel continuously welded at seams and with rubber gasketed covers. Hoffman or equal. Covers shall be of the same material and finish as the device box. C. Exposed corrosive locations: PVC coated cast iron or stainless steel boxes with threaded hubs, integral mounting lugs and PVC coated covers. D. Exposed hazardous Locations: locations (whether dry, wet, or corrosive): explosion proof, galvanized, cast iron alloy box, one piece, with threaded holes or hubs, integral mounting lugs and with neoprene gaskets and galvanized cast iron alloy cover. Covers shall be of the same material and finish as the device box. 16130-4 2.5 MISCELLANEOUS FITTINGS 111 A. Conduit bodies shall be cast or malleable iron, hot dipped galvanized. Covers shall be of the same material and finish as the fitting. Appleton, Crouse Hinds, OZ Gedney, or equal. B. Conduit bushings shall be malleable iron. Locknuts and sealing locknuts in sizes smaller than 2 '/2" shall be steel. Locknuts and sealing locknuts in sizes 2 '/z" and larger shall be malleable iron. Appleton, Cooper Crouse Hinds, OZ Gedney, Thomas Betts or equal C. Conduit sealing bushings shall be OZ Gedney Type CSM series. Cabinet sealing bushing shall be OZ Gedney Type GRK. D. Conduit sealing fittings, drains and breathers shall be OZ Gedney Type EY and DB, or equal Appleton or Crouse Hinds. E. Through wall and floor seals shall be OZ Gedney FS and WS series. F. Cord grip connectors shall be OZ Gedney CGA, or equal Appleton or Crouse Hinds. G. External Cable Grip (Kellum's Grip): Woven wire mesh type made of high-strength galvanized or stainless steel wire strand and matched to cable diameter and with attachment provision designed for the corresponding connector. In wet, corrosive, or hazardous areas, provide stainless steel wire strands. H. Conduit spacers for direct buried or encased in concrete raceways shall be Underground Devices, Inc. "Wunpeece Spacers" or equal. I. Sealing type locknuts, Myers hubs or O-Z/Gedney rain tight conduit hubs. PART 3 — EXECUTION 3.1 EXAMINATION A. Examine surfaces and spaces to receive raceways, boxes, enclosures, and cabinets for compliance with installation tolerances and other conditions affecting performance of raceway installation. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 WIRING METHODS A. Where the manufacturer of equipment provided by the Contractor recommends or requires RMC for circuits associated with the equipment, provide RMC or PRMC for the entire circuit, even if other conduit types would otherwise be permitted under these specifications. B. Indoors: Use the following wiring methods: 1. Exposed raceway runs in non -process areas which are dry and above grade: EMT or RMC. 16130-5 2. Exposed in process areas: RMC or PRMC. 3. Exposed Wet or below grade Locations: RMC or PRMC. 4. Concealed: a. in wood frame walls: EMT or RMC. b. in masonry walls: RNC or RMC. c. in dry accessible building spaces (i.e. above dropped ceilings): EMT or RMC. d. in concrete slab or walls or ceilings surrounded by dry areas: PRMC, RMC, or RNC. e. in concrete slab floors, walls or ceilings in contact with earth, water containing tank walls or corrosive areas: PRMC or RNC. f. below slab -on -grade floors: PRMC or RNC. 5. Connection to Vibrating Equipment (Including Transformers, Hydraulic Solenoids, Pneumatic Solenoids, Electric Solenoids, or Motor -Driven Equipment): FMC; except where RMC (or PRMC) is used, use LFMC. Do not use flexible conduit in place of elbows, offsets, or fittings to attach to equipment. See below for further requirements for the installation of raceway terminations and connections using flexible connections. C. Outdoors: Use the following wiring methods: 1. Exposed: RMC or PRMC. 2. Concealed in concrete slab: RNC or PRMC 3. Below slab -on -grade, or in earth (backfill): RNC, RMC or PRMC. a. Use PRMC where metal conduit (RMC) is indicated on the Contract Documents for underground circuits. b. At stub up locations and at entrances to buildings or other locations where the raceway changes from buried to exposed conditions, transition conduit as described in 3.3 Installation: 4. Connection to Vibrating Equipment: LFMC. Do not use flexible conduit in place of elbows, offsets, or fittings to attach to equipment. See below for further requirements for the installation of raceway terminations and connections using flexible connections. D. Concrete encased ductbank: RNC or PRMC. E. Comply with additional requirements of Section 16740 Paragraph 3.3 for installation of raceways for communications circuits. 3.3 INSTALLATION A. Install raceways, boxes, enclosures, and cabinets as indicated, according to manufacturer's written instructions. Provide a raceway for each circuit indicated. Do not gang raceway into wireways, pullboxes, junction 16130-6 1 1 11 1 1 1 1 1 1 1 1 1 1 1 • 1 1 1 1 1 1 1 i 1 boxes, etc., without specific approval. Do not group home runs or circuits without approval of the Engineer. B. Minimum Raceway Size: 1 inch trade size for underground or imbedded circuits, 1 inch trade size for communications circuits, 3/4 inch trade size for other circuits. C. Install RMC or PRMC unless other raceways are shown on the Contract Documents, are required by Code, or are permitted under these specifications. RNC may be used for straight runs embedded in concrete or run underground or under concrete slabs, except where RMC or PRMC is indicated on the Contract Documents drawings for these runs. Provide PRMC or RTRC elbows for all RNC runs. Provide long radius elbows (sweeps) for conduit runs containing VFD cables (sweeps shall also meet minimum bend radius requirements of VFD cables). Where RTRC is used in PVC runs, provide elbows with factory attached socket PVC couplings. D. Install conduit as a complete, continuous system without wires, mechanically secure and electrically connected to all metal boxes, fittings and equipment. Blank off all unused openings using factory made knockout seals. E. Install conduit exposed unless shown otherwise on the drawings. Do not install raceway in the slab or below grade/slab unless specifically shown on the Contract Document drawings as being installed in the slab or below grade/slab. F. Run parallel or banked raceways together, on common supports where practical. Use factory elbows where elbows can be installed parallel; otherwise, provide field bends for banked raceways. Make bends in parallel or banked runs from same centerline to make bends parallel. G. Wherever practical, route conduit with adjacent ductwork or piping and support on common racks. Base required strength of racks, hangers, and anchors on combined weights of filled conduit and piping. H. Exposed Conduit Installation: 1. Install exposed raceways in lines parallel or perpendicular to the building or structural members lines except where the structure is not level. Follow the surface contours as much as practical. Do not install crossovers or offsets that can be avoided by installing the raceway in a different sequence or a uniform line. Provide adequate headroom. 2. Where several circuits follow a common route, stagger pullboxes or fittings, or if shown grouped in one box, individually fireproof each conduit. 3. Support exposed raceways as specified in Section 16050 "Basic Electrical Materials and Methods." 16130-7 a. Provide anchors, hangers, supports, clamps, etc. to support the raceways from the structures in or on which they are installed. Do not space supports further apart than ten feet. b. Provide sufficient clearance to allow conduit to be added to racks, hangers etc. in the future. c. Support raceway within three feet of every outlet box, junction box, gutter, panel, fitting, etc. d. Raceway in "wet" areas shall have clamp backs or other appropriate spacers to hold them a minimum of inch off the surface. Horizontal runs on the roof surface shall be blocked at every 5 feet to hold them a minimum of 2 inches above roof surface. I. Raceway concealed above ceilings, in furred spaces, under slab, embedded in slab, etc., which are normally inaccessible may be run at angles not parallel to the building lines. J. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water pipes or other heat sources operating at temperatures above 40° C (104° Fahrenheit). Install horizontal raceway runs above water and steam piping. K. Where conduits cross building or structure expansion joints, use suitable sliding or offsetting expansion fittings. Unless specifically approved for bonding, use a suitable bonding jumper. For sizes one inch and smaller, a half -loop of flexible conduit between boxes or fittings may be used. L. Install concealed raceway in wall or ceiling construction and/or place below the slab in a shallow trench. Do not install conduit in slab unless shown to be installed in slab on Contract Document drawings. The top of conduits installed in the shallow trench shall be at least 3 inches below the bottom of the slab. Do not run conduit just below the slab or at the edge of the slab. Embed raceway in masonry in the hollow core. Horizontal runs in the joint are not permitted. M. Where conduit is shown or called for to be embedded or run in concrete walls, embed conduit in concrete walls or slabs a minimum of two inches from the exterior of the concrete and between steel reinforcing mats or to the center of the concrete with respect to the concrete. 1. Do not place conduit in concrete less than five inches thick. 2. Sizes larger than one inch are not permitted embedded in concrete unless shown otherwise on the plans. 3. Conduit embedded in concrete may run at angles to the structure or slab line. 4. Crossovers in concrete are not permitted unless otherwise noted on the plans. N. Underground raceway runs 16130-8 1 i 1 11 I 1 1 1. Install direct buried RNC or PRMC where underground runs are shown on the drawings or are described in the Specifications. RMC may only be used for underground runs where specifically called out as permitted on the Contract Document drawings. 2. Run as straight as practicable. Make changes in direction and/or grade of sufficient length to allow a gradual change (three foot radius minimum)., Make slight offsets with five degree couplings. 3. Run trench true, and clear of stones or soft spots. Place three inches of fine sand in the trench bottom and tamp into place. Provide preformed plastic spacers on top of sand spaced five feet on center where more than one conduit is placed in a trench. After the raceway is placed in the trench, backfill to six inches above top of conduits with sand, then backfill with native earth backfill, that is able to pass through a No. 8 sieve and is free of stones. Do not tamp on top of the conduit until the final backfill is placed. Tamp or water settle the final backfill to finish the grade. Compact the backfill as specified under Division 2 "Earthwork". 4. Mark direct buried conduit by an underground line warning tape as described in Section 16050 Basic Electrical Materials and Methods. 5. Clean underground and embedded conduit two-inch size and above with a wire brush or swab, followed by a mandrel not less than twelve inches long and approximately one-quarter inch smaller in diameter than the conduit internal diameter. 0. Where raceway exits from grade or concrete, provide the following: 1. For runs exiting from grade, slabs or encasement, transition to one of the following for a minimum of 24" inches of raceway (including elbows) before exiting and for vertical runs, a minimum of 3" beyond the exiting point: 1) PRMC 2) RMC taped with a half lapped wrap of Scotchrap No. 51 plastic tape (40 mil total thickness) 3) RMC coated with Kopper's Bitumastic No. 505. 4) RTRC 2. For equipment to be moved into place at a later date, install a coupling flush with the floor slab and a threaded flush plug. a. Do not extend plastic conduit (PVC or RTRC) above grade, into buildings, or equipment. P. Stub -ups: 1. Coordinate conduit stub up locations with approved equipment shop drawing submittals prior to locating conduit stub ups in the slab. Locate conduit stub ups per equipment manufacturer's 16130-9 Q. recommendations and the requirements of the Drawings and Specifications. 2. Where conduits are stubbed up into switchgear, motor control centers, floor standing switchboards, and similar open bottom equipment, do not extend the conduit, including end fittings, more than 3 inches above the bottom of the enclosure. Stub conduits to a uniform height (plus or minus 1/8 inch) and align conduits within plus or minus 1/4 inch in rows parallel or perpendicular to the building structure. Terminate conduit with an insulating, grounding type bushing bonded to the ground bus of the equipment. 3. Locate stub -ups directly under the section gutter into which the conductors they contain are to be routed. 4. Arrange stub -ups so that no curved portion of bends are visible above the finished slab. 5. Protect stub -ups from damage where conduits rise through slabs by installing a steel bushing or coupling on the threaded end before slab is poured.. Bend and offset metal conduit with hickey or power bender, standard elbows, conduit fittings or pull boxes. Bending of PVC shall be by hot box bender and, for PVC two inches in diameter and larger, expanding plugs. Make elbows, offsets and bends uniform and symmetrical. Make bends and offsets so ID is not reduced. Keep legs of bends in the same plane and straight legs of offsets parallel, unless otherwise indicated. R. Support conduit connections to motors or other equipment independently of the motor or equipment. Rise or drop vertically to the nearest practicable point of connection to the unit. Run vertical drops to the floor and fasten with a floor flange. Unsupported drops are not permitted. Horizontal runs on the floor or on equipment are not permitted. Drop or rise at the appropriate closest location. Run conduit on equipment frames or supports to closely follow the contours of the equipment. Locate conduit to maintain access to all equipment services and adjustment points and so as not to interfere with operation of the equipment. S. Connect conduit to hubless enclosures, cabinets and boxes with double locknuts and with insulating type bushings. Use grounding type bushings where connecting to concentric or eccentric knockouts. Connect to enclosures, boxes and devices from below in wet areas. Make conduit connections to enclosures at the nearest practicable point of entry to the enclosure area where the devices are located to which the circuits contained in the conduit will connect. T. Penetrations for raceways: 1. Do not bore holes in floor and ceiling joists outside center third of member depth or within two feet of bearing points. Holes shall be one inch diameter maximum. 16130-10 1 1 1 1i 1 1 1 1 1 1 1 1 1 1 2. Penetrate through building wall or surfaces with a PVC or sheet metal sleeve with at least 1/4" greater interior diameter (ID) than conduit exterior diameter (OD), set flush with walls, pack with fiberglass and seal with silicone sealant and cover with escutcheon plate. 3. Penetrate through poured -in-place or below grade walls and free slabs, with a sleeve. Set sleeves flush with forms or edges of slab/wall. Pack around conduit with fiberglass and seal with silicone sealant. For penetrations below exterior grade, provide a floor or wall sealing fitting on the interior of the building wall. 4. Penetrate through roofs with core drill hole 1/2 inch to 1 inch larger than conduit, flash with neoprene, caulk conduit in place and seal with silicone sealant under flashing. Sleeve roof opening where non -concrete roof construction occurs. U. Raceway terminations and connections: 1. Join raceways with fittings designed and approved for the purpose and make joints tight. 2. Make threaded connections waterproof and rustproof by application of a watertight, conductive thread compound. Clean threads of cutting oil before applying thread compound. 3. PRMC: Use only fittings approved for use with that material. Patch all nicks and scrapes in PVC coating after installing conduits. 4. Make raceway terminations tight. Use bonding bushings or wedges at connections subject to vibration. Use bonding jumpers where joints cannot be made tight. 5. Cut ends of conduit square with hand or power saw or pipe cutter. Ream cut ends to remove burrs and sharp ends. Make conduit threads which are cut in the field to have same effective length and same thread dimensions and taper as specified for factory -cut threads. 6. Flexible Connections: Use maximum of 18 inches of flexible conduit for equipment subject to vibration, noise transmission, or movement, such as motors, transformers, generators, skid mounted process equipment, or similar equipment or equipment such as instruments which must be removed for service. Install flexible conduit in a straight length. Do not use flexible conduit in place of elbows, offsets, or fittings to attach to fixed equipment such as panels, enclosures or switches. With the Engineer's approval, longer lengths of flexible conduit may be used for connection to items of equipment which require longer lengths for installation (for example, 2" conduits and larger) and removal of the equipment for maintenance or replacement purposes. Recessed and semi -recessed lighting fixtures may use up to 6 feet of flexible conduit, or 11 feet of pre -manufactured lighting "whips". Use 16130-11 liquid -tight flexible metal conduit in wet or damp locations. Do not strap flexible conduit to structures or other equipment. 7. Provide double locknuts and insulating bushings at conduit connections to boxes and cabinets. Align raceways to enter squarely and install locknuts with dished part against the box. Use grounding type bushings where connecting to concentric or eccentric knockouts. In "wet" areas, use locknuts of the sealing type, use Myers hubs or O-Z/Gedney rain tight conduit hubs. 8. Connect conduits to enclosures at the location of the gutter or device to which the contained conductors will be routed. Route or stub conduits to motors and/or mechanical equipment directly to the connection and locate as close as possible to equipment terminals. 9. Where raceways are terminated with threaded hubs, screw raceways or fittings tightly into the hub so the end bears against the wire protection shoulder. Where chase nipples are used, align raceways so the coupling is square to the box and tighten the chase nipple so no threads are exposed. 10. Place conduits at panelboards in the rear line of knockouts where possible. Install spare conduits from flush -mounted panels up to accessible spaces. Install a minimum of one spare three-quarter inch conduit for every three single -pole spare breakers or spaces, or fraction thereof (three conduits minimum). V. Keep conduits clean and dry and close each end left exposed. When blowing through conduits, cover electrical components installed in enclosures to avoid blowing dirt or water into equipment. Use temporary closures to prevent foreign matter from entering raceways. W. Install pull wires in empty raceways and in empty innerduct. Use No. 14 AWG zinc -coated steel or monofilament plastic line with not less than 200-1b tensile strength. Leave at least 8 inches of slack at each end of the pull wire. X. Seal interior of raceways around conductors at (1) hazardous locations, (2) where conduits pass from warm to cold locations, such as the boundaries of air conditioned, heated or refrigerated spaces and where conduits enter or exit buildings from outdoor areas, including underground ducts or conduit runs or (3) where otherwise required by NFPA 70. 1. Methods used to seal interior of raceways around conductors shall be as follows: a. Install raceway sealing fittings according to manufacturer's written instructions. Locate fittings at suitable, approved, and accessible locations. For hazardous locations, fill them with UL -listed sealing compound. For non -hazardous areas, fill with expansive foam or Ducseal. For concealed 16130-12 11 11 1 1 1 111 1 t 1 1 1 1 1 1 1 raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Boxes that have electrical devices installed (switches, receptacles etc.) shall not be used in place of a dedicated steel box for installation of the fitting that will house the sealing material. b. Seal conduits using expansive foam or Ducseal where conduits enter through the bottom of motor control centers, switchboards, panelboards and control panels. c. Seal conduits using expansive foam or Ducseal for individual items of equipment where it is not practical to install raceway seal fittings such as building mounted lighting fixtures and convenience receptacles. d. As otherwise required by NFPA 70. Y. Surface Raceways: Install a separate, green, ground conductor in raceways from junction box supplying the raceways to receptacle or fixture ground terminals. 1. Select each surface raceway outlet box, to which a lighting fixture is attached, of sufficient diameter to provide a seat for the fixture canopy. 2. Provide surface metal raceway outlet box, and the backplate and canopy, at the feed -in location of each fluorescent lighting fixture having end -stem suspension. Z. Device and Outlet Boxes 1. Coordinate box locations with building surfaces and finishes to avoid bridging wainscots, joints, finish changes, etc. 2. Recess boxes in the wall, floor, and ceiling surfaces in finished areas or where noted in Contract Document drawings. Set boxes plumb, level, square and flush with finished building surfaces within one -sixteenth inch for each condition. Set boxes so that box openings in building surfaces are within one-eighth inch of edge of material cut-out and fill tight to box with building materials. Boxes shall be backed with box supports (Caddy Model TSGB, SGB, steel or wood stud backers) that span a minimum of two studs or joists to prevent rotation on studs or joists and to prevent twisting or deflection during wall, ceiling, or floor surface material installation. The use of supports that do not span a minimum of two studs are not permitted without permission from the Engineer Provide attachments to withstand a force of one -hundred pounds applied vertically or horizontally. 3. Use gang boxes in indoor areas wherever more than one device is used at one location. In wet, corrosive or hazardous areas, use multiple double gang boxes. 16130-13 4. Attach exposed (surface mounted) boxes to building structure with a minimum of two fasteners. Provide attachments to withstand a force of one -hundred pounds applied vertically or horizontally. 5. Set exposed device boxes four feet above the finished floor to top of the box unless otherwise noted on the drawings. 6. Set exposed boxes for lighting switches at 44 inches above the finished floor and within one foot of the door opening on the strike or lock side of the door or on the side closing last. 7. Set recessed boxes at the following -heights to the bottom of the box, except where noted otherwise: a. convenience outlet receptacles in finished areas at sixteen inches; b. lighting switches, dimmers, etc. at forty-four inches above floor. c. wall mounted telephones at sixty inches above floor. d. Place boxes for outlets on cabinets, countertops, shelves, and similar electrical boxes located above countertops two inches above the finished surface or two inches above the back splash. Verify size, style, and location with the supplier or installer of these items before installation. 8. Set boxes for lighting switches at 44 inches above the finished floor and within one foot of the door opening on the strike or lock side of the door or on the side closing last. 9. Arrange boxes used in wet areas to drain moisture away from devices or enclosures for equipment and make conduit connections from below. 10. Set floor boxes level and adjust to finished floor surface. AA. Install pullboxes for underground raceway systems true to line and grade. Provide a compacted foundation of fine sand or three-eighths minus crushed rock for the bearing surface edges of the pullboxes. BB. Set floor boxes level and adjust to finished surface. CC. Install wall or surface mounted enclosures and cabinets plumb. Support at each corner. 3.4 PROTECTION A. Provide final protection and maintain conditions, in a manner acceptable to manufacturer and Installer, that ensure coatings, finishes, and cabinets are without damage or deterioration at the time of Substantial Completion. 1. Repair damage to galvanized finishes with zinc -rich paint recommended by manufacturer. 2. Repair damage to PVC or paint finishes with matching touchup coating recommended by manufacturer. 16130-14 3.5 CLEANING A. On completion of installation, including outlet fittings and devices, inspect exposed finish. Remove burrs, dirt, and construction debris and repair damaged finish, including chips, scratches, and abrasions. END OF SECTION 1 1 1 1 1 1 1 1 1 1 1 16130-15 1 SECTION 16140 WIRING DEVICES PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes various types of receptacles, connectors, switches, and finish plates. 1.3 SUBMITTALS A. No submittals are required. 1.4 QUALITY ASSURANCE A. Refer to Section 16010 Basic Electrical Requirements 1.7 Quality Assurance. 1.5 PAYMENT A. No separate or additional payment will be made for the work and material specified herein. All costs for wiring devices, as specified herein, shall be included in the appropriate lump sum bid items.. PART 2 — MATERIALS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated in the Work include the following: 1. Wiring Devices: a. Cooper Wiring Devices. b. Bryant Electric, Inc. c. Hubbell Inc. d. Killark Electrical Mfg. Co. e. Leviton Mfg. Co., Inc. f. Pass & Seymour/Legrand. g. Crouse -Hinds h. Paragon i. Mulberry j. Square -D 2. Multi -Outlet Assemblies: 16140-1 1 1 1 1 1 1 1 r 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 16140-2 a. Wiremold Co. 2.2 WIRING DEVICES A. Comply with NEMA Standard WD 1 "General Color Requirements for Wiring Devices" and NEMA Standard WD 6, "Wiring Devices — Dimensional Specifications" B. Enclosures: NEMA 1 equivalent, except as otherwise indicated. C. Color: Ivory except as otherwise indicated or required by Code. D. Receptacles, Straight -Blade and Locking Type: Except as otherwise indicated, comply with Federal Specification W -C-596 and heavy-duty grade of UL Standard 498, "Electrical Attachment Plugs and Receptacles." Provide NRTL labeling of devices to verify compliance. 1. General purpose Convenience Outlets a. Duplex receptacle configuration b. Nylon face c. Staked screw terminals for line, neutral, and ground connections. d. Provisions for split bus e. NEMA 5-15R or 5-20R 2. Special Purpose Receptacles a. Staked screw terminals for line, neutral, and ground connections. b. NEMA configuration as indicated. E. Receptacles, Straight—Blade, Special Features: Comply with the basic requirements specified above for straight -blade receptacles of the class and type indicated, and with the following additional requirements: 1. Ground -Fault Circuit Interrupter (GFCI) Receptacles: UL Standard 943, "Ground Fault Circuit Interrupters," with integral NEMA 5-20R duplex receptacle arranged to protect only the connected receptacle and no other receptacles connected on the same circuit. F. Receptacles, Industrial Heavy -Duty: Conform to NEMA Standard PK 4 "Plugs, Receptacles, and Cable Connectors of the Pin and Sleeve Type for Industrial Use." G. Cord and Plug Sets: Match voltage and current ratings and number of conductors to requirements of the equipment being connected. 1. Cord: Rubber -insulated, stranded copper conductors, with type SOW -A jacket. Grounding conductor has green insulation. Ampacity is equipment rating plus 30 percent minimum. 2. Plug: Male configuration with nylon body and integral cable - clamping jaws. Match to cord and to receptacle type intended for connection. H. Wall Plates: Single and combination types that mate and match with corresponding wiring devices. Features include the following: 1. Color: Matches wiring device except as otherwise indicated. 2. Plate—Securing Screws: Metal with heads colored to match plate finish. 3. For Architecturally finished areas with concealed electrical construction: Stainless steel, except as otherwise indicated. 4. For Architecturally finished areas with exposed electrical construction: Stainless steel. 5. For non-achitecturally finished areas, in process equipment areas, or electrical rooms: Stainless steel. 6. See Division 16740 for additional requirements for faceplates for communications devices. I. Weatherproof exterior receptacle device covers shall be constructed entirely of cast aluminum material. The cover which encloses the cord set shall be opaque gray. Product shall be INTERMATIC Model WP 101 OMC or equal. J. Device Box Covers: Cast iron to match box to which installed. K. Motor receptacle and plug with auxiliary contacts shall provide for three phase conductors at no less than 30 amps, 480 volts AC, full size ground, and two or more auxiliary contacts able to switch 6 amps, 120 Volts AC or 24 Volts DC. Entire system, including plugs, conduits entries, cord holders, plug, and receptacle, shall be NEMA 4X rated, polyester housing material. Plug and receptacle system must be rated for full disconnecting and switching duty for a motor branch circuit with a adjustable frequency drive motor controller. 1. Provide polymer conduit entry box that accepts a 3/4 to 1 '/4 inch NPT conduit entry to match conduit sizes shown on contract drawings for the receptacle (female), line powered side of motor branch circuit. Conduit entry box shall hold the plug at an angle of 30° from horizontal. 2. Provide twist locking style receptacle with mushroom pawl. Provide provision to lock -out, tag out with padlock or other means to secure the receptacle cover over the dead -front of the receptacle. 3. Provide twist locking style plug with at least 2 auxiliary contacts, 3 phase contacts, and one earthing (ground) contact. 4. Provide male inlet nylon handle for motor side of cable. Size inlet handle to manufacturer's submersible cord size. If cable is larger than the nylon handle can accommodate, provide Poly handle w/ Clamp and bushing to secure the cable. 5. Provide Meltric, DSN "Decontactor" series or equal. 16140-3 t s 1 1 1 1 1 1 I r 1 t 1 1 1 1 1 1 f 1 1 PART 3 — EXECUTION 3.1 INSTALLATION A. Except as otherwise indicated on Contract Document Drawings, surface mount, with long dimension vertical. Mount with grounding terminal of receptacles on bottom. B. Arrangement of Devices: 1. Group adjacent switches in common boxes under single, multigang cover plates. 2. See Section 16130 "Raceways and Boxes" Section for mounting height of devices. 3. Verify locations of outlets and switches in cabinetry with cabinet supplier and cabinetry shop drawings prior to installation. C. Install switches with the "Off" position down. Install three and four way switches so the load is de -energized when all switch handles are down. D. Connect phase, neutral, and grounding wires to devices with full loops around screws installed to tighten with tightening of the screw. The use of push -in terminals are not acceptable. Trim insulation to within one- eighth inch of screw terminal. E. Surface mounted devices and wall plates: Install devices and assemblies plumb, level and secure. F. Flush mounted devices and wall plates: 1. Provide spacers on device screws to flush yokes or flanges to surface of wall within 1/16 inch where boxes are not flush with the wall surface. 2. Protect devices and assemblies during painting. 3. Install wall plates after painting is complete. Install with an alignment tolerance of 1/16 inch to plumb. Install at flush mounted devices so that all four edges are in continuous contact with finished wall surface without the use of mats or similar devices. Do not use plaster fillings. G. Use corrosion resistant devices outdoors. 3.2 GROUNDING A. Connect receptacle or switch ground lug to device box. 3.3 FIELD QUALITY CONTROL A. Acceptance Testing: 1. Test wiring devices for proper connections, polarity and ground continuity. Perform this testing with testing equipment designed for testing polarity and connections. 2. Operate each operable device at least 6 times. 16140-4 3. Test ground -fault circuit interrupter operation with local fault simulations, using a tester designed for such testing, and according to manufacturer recommendations. Testing with integral test switches on the receptacle is not sufficient for this testing. B. Replace damaged or defective components, and retest. 3.4 - CLEANING A. General: Internally clean devices, device outlet boxes, and enclosures. Replace stained or improperly painted wall plates or devices. END OF SECTION 16140-5 11 1 t 1 11 11 1 1 1 1 11 1 1 1 SECTION 16410 ENCLOSED SWITCHES AND CIRCUIT BREAKERS PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and 111 Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1 1 1 1 1 1 1 1 1 f 1 1 1 1.2 SUMMARY A. This Section includes switches (including automatic transfer switches) and circuit breakers, whether individually mounted or group mounted in switchboards, motor control centers, panelboards, and similar equipment. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 16 Section 16140 "Wiring Devices" for attachment plugs and receptacles, and snap switches used for disconnect switches. 1.3 SUBMITTALS A. Manufacturer's Product Data for disconnect switches, transfer switches, circuit breakers, and accessories specified in this Section. This includes, but is not limited to: 1. nameplate ratings 2. mounting methods 3. dimensioned plans, sections, elevation views and minimum clearances 4. Switches or circuit breakers submitted with dimensions larger than the available space for installation will be rejected. B. Maintenance data for tripping devices to include in the operation and maintenance manual specified in Division 16010. 1.4 QUALITY ASSURANCE A. Refer to Section 16010 Basic Electrical Requirements 1.7 Quality Assurance. B. Source Limitations: Obtain disconnect switches, transfer switches, and circuit breakers from one source and by a single manufacturer. C. Comply with NEC for components and installation. D. Comply with UL 98, "Enclosed and Dead -Front Switches" for safety switches. 16410-1 E. Comply with UL 489, "Molded -Case Circuit Breakers, Molded -Case Switches, and Circuit -Breaker Enclosures" for molded case circuit breakers. F. Product Selection for Restricted Space: Space for installation of switches and circuit breakers is limited. Contract Document plan drawings indicate typical physical sizes or dimensions for switches and circuit breakers, including clearances between switches and circuit breakers and adjacent surfaces and items. Switches and circuit breakers with larger dimensions may be acceptable, but it is the responsibility of the Contractor to submit detailed drawings showing the required revisions to the structural, process, mechanical, electrical, and other plans to accommodate centers with larger dimensions in order to obtain approval before a change is accepted. The Supplier/Contractor shall coordinate the size of the switches and circuit breakers with the available space and shall verify that the proposed switches and circuit breakers are capable of being installed in the available space prior to making a submittal. Switches and circuit breakers of dimensions larger than the available space shall not be submitted, and if is submitted, shall be rejected. The decision of the Engineer as to the acceptability of switches and circuit breakers with larger dimensions than as shown on the Contract Document plan drawings will be final. If the larger equipment is deemed acceptable, it is the Contractor's responsibility to provide any required revisions to the structural, process, mechanical, electrical, and other designs without additional cost to the Owner. 1.5 PAYMENT A. No separate or additional payment will be made for the work and material specified herein. All costs for enclosed switches and circuit breakers, as specified herein, shall be included in the appropriate lump sum bid items. PART 2 — PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering switches, transfer switches, and circuit breakers that may be incorporated into the Work include, but are not limited to, the following: 1. Disconnect switches, safety switches, manual transfer switches and circuit breakers: a. Eaton Corp.; Cutler-Hammer/Westinghouse Products. b. General Electric Co.; Electrical Distribution and Control Division. c. Siemens Energy & Automation, Inc. d. Square D Co. 16410-2 1 2.2 SWITCHES A. Enclosed, non -fusible Switch, 600 A and Smaller: NEMA KS 1, Type HD, enclosure consistent with environment where located, handle lockable with 2 padlocks, and interlocked with cover in CLOSED position. Switch horsepower rated where used in motor circuits. B. Enclosed, Fusible Switch, 600 A and Smaller: NEMA KS 1, Type HD, Class R rejection fuse clips, enclosure consistent with environment where located, handle lockable with 2 padlocks, and interlocked with cover in CLOSED position. Switch horsepower rated where used in motor circuits. C. Enclosure: NEMA KS 1, with enclosure types as described in Section 16050, unless indicated otherwise in the Contract Documents. D. Accessories: 1. Provide at least two auxiliary contacts for each switch. Where no auxiliary contacts are shown on drawings, provide two normally openauxiliary contacts. Where one auxiliary contact is shown on the drawings, provide indicated auxiliary contact and one additional normally open auxiliary contact. If two or more auxiliary contacts are shown on the drawings, provide auxiliary contacts as shown. 2.3 ENCLOSED CIRCUIT BREAKERS A. Molded -Case Circuit Breaker: NEMA AB 1, with lockable handle. B. Characteristics: Frame size, trip rating, number of poles, and auxiliary devices as indicated with interrupting rating to meet available fault current. 1. Main and feeder breakers shall be molded case breakers with thermal magnetic trip. 2. Motor circuit breakers shall be magnetic only trip with adjustable trip setting. 3. Branch circuit breakers shall be molded case, thermal -magnetic trip, trip -free with non -interchangeable, non-adjustable trip unless otherwise noted. C. Application Listing: Appropriate for application, including switching lighting loads (SWD) or heating, air-conditioning, and refrigerating equipment (HACR). D. Circuit breakers located in switchboards shall have electronic trip units, with field -adjustable, short- and long-time trip units, each separately and individually adjustable for time and pickup. Where indicated, the electronic trip units shall be suitable for monitoring with a network. Circuit breakers greater than 800 amps shall have long term settings adjustable in 5 -percent increments and shall have removable and sealable covers for the settings. 16410-3 E. Molded -Case Switch: Where indicated, molded -case circuit breaker without trip units. F. Lugs: Mechanical lugs and power -distribution connectors suitable for conductors of the material, number and size provided. G. Enclosure: per application, as described in Section 16050, unless otherwise specified or required to meet environmental conditions of installed location. PART 3 — EXECUTION 3.1 INSTALLATION A. Install equipment enclosures level and plumb in locations as indicated, according to manufacturer's written instructions. B. For wall mounted equipment enclosures located at walls, bolt units to wall or mount on structural–steel channels bolted to wall. For enclosures not located at walls, provide structural stanchion supports conforming to Division 16 Section "Basic Electrical Materials and Methods." C. Install wiring between switches, circuit breakers, control, and indication devices. D. Connect switches and circuit breakers and components to wiring system and to ground as indicated and as instructed by manufacturer. 1. Tighten electrical connectors and terminals according to manufacturer's published torque -tightening values. Where manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. E. Identify each switch and circuit breaker according to requirements specified in Division 16 Section "Basic Electrical Materials and Methods". 3.2 FIELD QUALITY CONTROL A. Acceptance Testing: After installing switches, transfer switches and circuit breakers and before electrical circuitry has been energized, demonstrate product capability and compliance with requirements. 1. Provide services of a qualified independent testing agency as described in Section 16010 "Basic Electrical Requirements" to perform specified testing for transfer switches and circuit breakers. 2. Procedures: a. Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Section 7.5.1.1 for switches. Certify compliance with test parameters. 16410-4 t 1 1 1 1 1 1 1 1 1 1 1 b. Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Section 7.22.3 for transfer switches. Certify compliance with test parameters. c. Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Section 7.6.1.1 for molded -case circuit breakers. Certify compliance with test parameters. 3. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, remove and replace with new units and retest. 3.3 ADJUSTING A. Set field -adjustable circuit -breaker trip setting ranges as indicated. 1. Where circuit breakers are included in the short circuit study, set the trip as recommended in the study. B. Adjust configuration settings, time delays and similar settings in transfer switches to obtain satisfactory operation of the switch in coordination with operation of downstream process equipment. C. Provide fuses for fused disconnect switches to coordinate with manufacturer's listed maximum fuse size for equipment supplied by the disconnect switch. 3.4 CLEANING A. After completing system installation, including fittings and devices, inspect exposed finish. Remove burrs, dirt, and construction debris and repair damaged finish including chips, scratches, and abrasions. END OF SECTION 16410-5 SECTION 16422 MOTOR CONTROLLERS PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes ac motor–control devices rated 600 V and less that are supplied as enclosed units, or as individual units for mounting in equipment specified under other sections. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Section 16050 "Basic Electrical Materials and Methods" for general materials and installation methods. 2. Section 16910 "Programmable Logic Controller Hardware". 3. Section 16940 "Control Panels" 1.3 SUBMITTALS A. Manufacturer's Product Data for motor controllers and accessories specified in this Section. 1. For variable frequency drives, submittals shall be custom prepared by the VFD manufacturer for this specific application, and shall include the following: a. Manufacturer's published installation, set-up and configuration, operation, and maintenance manuals. b. Wiring diagrams specific to the application of the drive under this Contract. c. Initial configuration and program parameters specific to the application of the drive under this Contract, including all parameters that will be set to other than manufacturer's default values, and that demonstrate the drive is capable of operating in the manner intended by the project design. B. Shop Drawings: submit complete Elementary Wiring Diagrams and One Line Diagrams of control and.power wiring, specific to the actual motor or item to be controlled, which clearly indicate and differentiate field wiring and field wired devices, and wiring provided as part of the manufacturer's assembled unit. 1. For units which are stand alone mounted include dimensioned plans (showing available conduit entry locations), sections, and 16422-1 1 1 1 1 1 1 1 1 1 1 1 i 1 1 1 1 elevations. Motor controllers submitted with dimensions larger than the available space for installation will be rejected. C. Field Test Reports: Indicate and interpret test results for compliance with performance requirements. D. Maintenance data for tripping devices to include in the operation and maintenance manual specified in Section 16010 "Basic Electrical Requirements". E. Load—Current and Overload—Relay Heater List: Compile after motors have been installed and include the nameplate full load amperes and locked rotor amperes for the motor. Provide data sheets confirming that the selection of overload relay components has been coordinated with the nameplate ratings of the motor. F. Over -current Device settings list: Compile after motors have been installed and include the nameplate full load Amperes and locked rotor Amperes for the motor. Include configured settings for motor circuit protectors or circuit breakers. Provide data sheets confirming that the selection of over current components has been coordinated with the nameplate ratings of the motor. G. VFD and soft starter configuration parameters summary: Compile after motors have been installed, testedand started up. Document the settings of configuration parameters and switch settings for each VFD or electronic soft start. Clearly indicate settings of each parameter and/or switch as of the time the driven equipment is placed in service. Marking the setting as "default" is not acceptable. Actual settings must be documented. 1.4 QUALITY ASSURANCE A. Refer to Section 16010 Basic Electrical Requirements 1.7 Quality Assurance. B. Source Limitations: Obtain similar motor—control devices through one source from a single manufacturer. C. Product Selection for Restricted Space: Space for installation of motor controllers is limited. Contract. Document plan drawings indicate typical physical sizes or dimensions for motor controllers, including clearances between motor controllers and adjacent surfaces and items. Motor controllers with larger dimensions may be acceptable, but it is the responsibility of the Contractor to submit detailed drawings showing the required revisions to the structural, process, mechanical, electrical, and other plans to accommodate centers with larger dimensions in order to obtain approval before a change is accepted. The Supplier/Contractor shall coordinate the size of the motor controllers with the available space and shall verify that the proposed motor controllers are capable of being installed in the available space prior to making a submittal. Motor controllers of dimensions larger than the available space shall not be 16422-2 submitted, and if is submitted, shall be rejected. The decision of the Engineer as to the acceptability of motor controllers with larger dimensions than as shown on the Contract Document plan drawings will be final. If the larger equipment is deemed acceptable, it is the Contractor's responsibility to provide any required revisions to the structural, process, mechanical, electrical, and other designs without additional cost to the Owner. 1.5 COORDINATION A. Coordinate features of controllers and accessory devices with pilot devices and control circuits to which they connect. B. Coordinate features, accessories, and functions of each motor controller with the ratings and characteristics of the supply circuit, the motor, the required controlsequence, and the duty cycle of the motor and load. 1.6 EXTRA MATERIALS A. Furnish extra materials described below that match products installed, are packaged with protective covering for storage, and are identified with labels describing contents. 1. Spare Fuses and Incandescent Indicating Lamps: Furnish 1 spare for every 5 installed units, but not less than 1 set of 3 of each kind. 1.7 PAYMENT A. No separate or additional payment will be made for the work and material specified. herein. All costs for motor controllers, as specified herein, shall be included in the appropriate lump sum bid items. PART 2 — PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with additional requirements of the Contract, manufacturers offering motor controller products that may be incorporated into the Work include, but are not limited to, the following: 1. Allen—Bradley 2. Siemens Energy & Automation, Inc. 3. Square D Co. 2.2 MANUAL MOTOR CONTROLLERS A. With overload protection: NEMA ICS 2, general purpose, Class A with toggle handle and overload element. Listed for group fusing with Class K fuses. B. Without overload protection: heavy duty with toggle handle, Hubbell 7810UD, or equal. 16422-3 1 1 1 1 1 t 1 t 1 1 1 1 1 1 1 1 1 2.3 MAGNETIC MOTOR CONTROLLERS A. Description: NEMA ICS 2, Class A, full voltage, non -reversing, across the line, unless otherwise indicated. Minimum size NEMA 1. IEC rated devices are not allowed. B. Control Circuit: 120 V; obtained from integral control power transformer, unless otherwise indicated. Include a control power transformer with adequate capacity to operate connected pilot, indicating and control devices, plus 50 percent spare capacity. C. Combination Controller: Factory—assembled combination controller and disconnect switch with or without overcurrent protection as indicated. D. Overload Protection: Solid state electronic type configurable to provide Class 10 or 20 protection for the actual motor furnished. Units shall be manual reset type with an external reset mechanism provided in the starter enclosure front. 1. For non -networked overload protection, provide two separate auxiliary contacts with each overload protection unit. , a. One normally closed for use in the motor starting circuit. b. One normally open for signaling overloads to plant control system. 2.4 VARIABLE FREQUENCY CONTROLLERS A. Variable Frequency Drives (VFDs) shall have the following features: 1. The VFD shall be rated for 480 VAC. The VFD shall provide microprocessor -based control for three-phase induction motors. 2. The VFD shall be of the Pulse Width Modulated (PWM) design converting the utility input voltage to a variable voltage and frequency output via a two-step operation. Insulated Gate Bipolar Transistors (IGBTs) shall be used in the inverter section. 3. The VFD shall maintain the line side displacement power factor at no less than 0.95 regardless of speed and load. 4. The VFD shall have a one (1) minute overload current rating of 150% and a two (2) second overload current rating of 250% for constant torque drives. The VFD shall have a one (1) minute overload current rating of 110% for variable torque drives. 5. The VFD shall be capable of operating any NEMA design B squirrel cage induction motor, regardless of manufacturer, with a horsepower and current rating within the capacity of the VFD. 6. The VFD shall include a LCD type display with a keypad. The display shall be capable of remote mounting on the exterior of a Motor Control Center or an electrical enclosure containing the VFD. 7. Electronic circuits and circuit boards shall be conformally coated to resist degredation by hydrogen sulfide and other chemically 16422-4 corrosive agents which may be present in a wastewater treatment facility environment. B. Control Functions 1. It shall be possible to configure all of the parameters for the VFD via the keypad on the LCD type display. 2. The VFD shall be capable of being controlled locally at the keypad, via discrete or analog inputs, or remotely via a communications bus. 3. The VFD shall have at least two analog inputs as follows: a. A current loop analog input suitable for use with a 4-20 ma current loop. b. A voltage loop analog input suitable for use with a potentiometer. 4. The VFD shall have discrete inputs suitable for wiring to dry contacts. The following functions shall be assignable to the discrete inputs: a. Enable — This function may not be overridden when operating via the keypad or via a communications bus. b. External Fault — This function may not be overridden when operating via the keypad or via a communications bus. It must be possible to automatically clear faults associated with power outages without clearing faults associated with the external fault. (A magnetically or mechanically held relay may be used to provide functionality if necessary.) c. Force Local — This input will cause the VFD to ignore start and run signals from the keypad or a communications bus. This function may not be overridden when operating via the keypad or via a communications bus. d. Start (3 -wire) e. Stop (3 -wire) f. Run (2 -wire) — This function will be level triggered rather than edge triggered. If the VFD is ready and this input is asserted, the VFD will be called. It is not acceptable if the VFD is only called when this input transitions from de - asserted to asserted while the VFD is ready. g. Reset Faults h. Setpoint Selection — One or more discrete inputs allowing the selection of the setpoint from among the following sources: 1) Fixed speed 2) current loop analog input 3) voltage loop analog input 4) Keypad 5) Communications Bus 16422-5 �I 1 1! 1 1 1! 1 1 5. The VFD shall have provisions for control via the communications bus. a. The communications bus shall be capable of sending the following signals: 1) Start 2) Stop 3) Reset Fault 4) Speed Setpoint b. It shall be possible to configure the VFD so that if the communications bus fails, the VFD will stop if and only if current control is via the communications bus. Units which stop the drive and/or lockout other control methods on bus communications failure are not acceptable. c. While controlling the VFD, the communications bus shall be able to override the value of the Run (2 -wire) discrete input. C. Outputs and monitoring 1. A minimum of three (3) discrete programmable digital outputs shall be provided with the following function selectable: a. Fault b. Run c. Ready d. At speed 2. The VFD display shall be a LCD type capable of displaying at least the following status information: a. Run b. Stop c. Ready d. Alarm e. Fault f. Keypad g. Bus/Communication h. Local (LED) i. Remote (LED) j. Fault (LED) k. Output frequency 1. Frequency reference m. Motor speed n. Motor current o. Motor torque p. Motor power q. Motor voltage r. DC -bus voltage s. Voltage level of analog input 16422-6 t. Current level of analog input u. Discrete inputs status v. Fault codes and fault descriptions 3. All numerical status information available via the keypad shall be available via the communications bus. D. Communications Bus 1. The communication bus media shall be suitable for RS -485 (EIA - 485). 2. The protocol shall be Modbus/RTU and shall allow full control of the VFD using only Modbus/RTU function codes 3 (read holding registers) and 16 (write multiple registers). E. Harmonic Mitigation 1. The VFD system shall consist of the following components. All components listed including power factor correction / harmonic filter and transformer shall be integral to the VFD lineup, factory wired and tested as a complete system. a. a power factor correction / harmonic filter unit (if required to meet these specifications), consisting of (minimally) 3% input reactor b. output inverter c. control logic section. 2. VFDs shall meet all requirements as outlined in the 1992 edition of IEEE 519 for each individual and total harmonic current & voltage distortion and as indicated in this specification. As per Table 10.2 of IEEE 519-1992, individual or simultaneous operation of the VFDs shall not add more than 3% total harmonic voltage distortion while operating at full load and speed from the utility source, or more than 5% while operating from standby generator. A harmonic analysis must be submitted with the VFD product data submittal. The analysis shall include all voltage and current harmonics up to the 99th. 3. The variable frequency drive(s) when installed and operating at the Owner's facility, shall not cause excessive voltage and/or current total harmonic distortion (THD) levels greater than allowed by the serving utility on the serving utility's electrical system at the point of common coupling. The point of common coupling for this requirement is defined as the utility's revenue metering equipment. a. The voltage and current total harmonic distortion limits shall be as listed in IEEE 519 (1992), unless modified by the serving utility. The serving utility is Pacific Power. b. This item applies for any combination of controllers serving one unit of each type of process equipment (i.e. one influent 16422-7 1 1 1 1 1 1 1 1 1 1 pump of three, one aeration basin of 3, etc.) operating on the power distribution system, combined with not greater than 1) 100 kVA of linear load (for the case of the treatment plant. c. The drives shall be provided with necessary harmonic mitigation equipment including, but not limited to, line reactors, active or passive filtering components, and/or isolation transformers, as required to meet this specification. 4. The variable frequency drive(s) when installed and operating at the Owner's facility, shall not cause the generator set (provided by the Contractor) which supplies standby power to the drive, or the generator set controls, to exceed voltage regulation of 5% or frequency regulation of 3%, nor cause the generator set to oscillate, hunt, jump or otherwise operate in a manner which damages the generator set, generator set components, or equipment to which the generator set provides power. F. Spare Parts: Provide spare parts for each drive consisting of (at a minimum) the manufacturer's recommended spare parts, plus (if not included in the manufacturer's recommendations) one spare controller main board for each different type of board, one set of power output semiconductor devices (IGBTs) for each different type of drive, one spare base driver board for each different type of board, one set of power semiconductor devices (diodes, SCRs, or similar) used in the power conduction path (AC to DC conversion), and spare fuses for each type of fuse in the units. If these items are not available on the smaller horsepower drives, provide a spare drive for each size or type of unit when they are not available. G. Provide complete documentation of each drive including operation and maintenance manuals, as shipped drawings specific to the drive with non -applicable information clearly marked as non -applicable, and a listing of the configuration/programming parameters as programmed in the drive at the time of project acceptance. H. Any modifications of the standard drive which are necessary to meet the requirements of this specification shall be provided at the factory. Third party or distributor modifications are not allowed. I. The variable frequency drive shall be UL or ETL listed and labeled and shall comply with the latest applicable standards of ANSI, NEMA, -IEEE, and the National Electrical Code. 2.5 ENCLOSURES A. Description: Surface—mounted enclosures per the application as described in Section 16050 unless the unit is mounted in a motor control center 16422-8 2.6 ACCESSORIES A. Devices are factory installed in controller enclosure, unless otherwise indicated. B. Provide auxiliary devices meeting the requirements of Section 16050 "Basic Electrical Materials and Methods". PART 3 — EXECUTION 3.1 APPLICATION A. Select features of each motor controller to coordinate with ratings and characteristics of supply circuit and motor; required control sequence; duty cycle of motor, drive, and load; and configuration of pilot device and control circuit affecting controller functions. B. Select horsepower rating of controllers to suit motor controlled. C. Use fractional–horsepower manual controllers for single–phase motors, unless otherwise indicated. D. Push–Button Stations: In covers of magnetic controllers for manually started motors where indicated, start contact connected in parallel with seal -in auxiliary contact for low–voltage protection. E. Hand–Off–Automatic Selector Switches: In covers of manual and magnetic controllers where indicated of motors started and stopped by automatic controls or interlocks with other equipment. 3.2 INSTALLATION A. Install independently mounted motor–control devices according to manufacturer's written instructions. B. Location: Locate controllers within sight of motors controlled, unless otherwise indicated. C. For control equipment at walls, bolt units to wall or mount on structural– steel channels bolted to wall. For controllers not at walls, provide freestanding racks conforming to Division 16 Section "Basic Electrical Materials and Methods." D. Install freestanding equipment on concrete housekeeping bases conforming to Section 03300 "Cast–in–Place Concrete." E. Motor–Controller Fuses: Install indicated fuses in each fusible switch. 3.3 IDENTIFICATION A. Identify motor–control components and control wiring according to Division 16 Section 16050 "Basic Electrical Materials and Methods." 16422-9 3.4 CONTROL WIRING INSTALLATION A. Install wiring between motor—control devices according to Division 16 Section 16120 "Wires and Cables." B. Bundle, train, and support wiring in enclosures. C. Connect hand—off—automatic switch and other automatic control devices where available. 1. Unless shown otherwise, connect selector switches to bypass only the manual and automatic control devices that have no safety functions when switch is in the hand position. 2. Unless shown otherwise, connect selector switches with motor— control circuit in both hand and automatic positions for safety—type control devices such as low— and high—pressure cutouts, high— temperature cutouts, and motor overload protectors. 3.5 CONNECTIONS A. Tighten connectors, terminals, bus joints, and mountings. Tighten field— connected connectors and terminals, including screws and bolts, according to manufacturer's published torque—tightening values. Where manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. 3.6 START-UP AND TRAINING SERVICES A. Provide the services of the manufacturer's factory authorized representative for start up of variable frequency drives and training of the Owner's personnel for operation and maintenance of the drives. 1. Inspect the installation of each drive for conformance with the manufacturer's recommended installation practices. 2. Program and/or configure each drive to properly operate the actual motor to which it is connected. Set programming parameters such as motor horsepower, voltage, current, code letter, full load amps, and similar items. Coordinate with the operational requirements of the process equipment and set parameters such as minimum and maximum speed, ramp times, span and range of analog inputs, and similar items. 3. Test the operation of each drive after fully programming/ configuring the drive. Reprogram and/or reconfigure and then retest as required to obtain proper operation of the driven equipment and control of the process. Document the final configuration and programming parameters after successful startup and provide copies of the documentation to the Engineer. Documentation shall be provided in hard copy and electronic form. Provide and license to the Owner one copy of the manufacturer's software application for uploading and downloading drive parameter programming, and for reading of electronic files containing parameter dumps. 16422-10 4. Provide a minimum of eight hours training to the Owner, at the Owner's facility, prior to start-up of the drives. Training shall cover installation, maintenance, operation, and problem troubleshooting for each type of drive provided, and shall delineate differences between individual drives where configuration, programming, or control functions are different for otherwise similar model drives. 5. Provide a minimum of eight hours additional training, program revisions, and maintenance at the Owner's facility approximately one to three months after completion of the project. 6. Provide a minimum of eight hours additional training, program revisions, and maintenance at the Owner's facility approximately 12 months after completion of the project, but prior to expiration of the warranty. 7. Provide a minimum of 1 day on site start-up services. These days shall be coordinated with the start-up portions of the plant. 3.7 FIELD QUALITY CONTROL A. Prepare for acceptance tests as follows: 1. Test controllers and electrical circuits for proper connection, continuity, and absence of undesirable shorts and grounds. Test wire and cable installation, when complete and seventy-two hours prior to energization of the system. Check for continuity, visual damage, marking, and proper phase sequence before performing insulation testing. 2. Make insulation -resistance tests of each component and connecting supply or feeder circuit. Megger bus work and circuits phase -to - phase and phase -to -ground disconnecting and reconnecting equipment which cannot be meggered as required. The minimum acceptable steady-state value is 50 megohms. Record ambient temperature and humidity during testing. B. Acceptance Testing: After installing motor controllers, before electrical circuitry has been energized, and prior to startup, demonstrate product capability and compliance with requirements. 1. Provide services of a qualified independent testing agency as described in Section 16010 "Basic Electrical Requirements" to perform specified testing for motor controllers. 2. Procedures: a. Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Section 7.16.1.1 for motor starters other than variable frequency drives. Certify compliance with test parameters. 16422-11 1 1 1 1 1 1 1 1 1 1 1 1 b. Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Section 7.17 for variable frequency drives. Certify compliance with test parameters. 3. Remove and replace malfunctioning units with new units, and retest. 3.8 - CLEANING A. Remove paint splatters and other spots, dirt, and debris. Touch up scratches and mars of finish to match original finish. Clean devices internally, using methods and materials recommended by manufacturer. END OF SECTION 16422-12 SECTION 16447 CONTROL STATIONS PART 1 — GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes control stations used for motor or other control, but mounted external to motor starters or motor control center. B. Related Sections include the following: 1. Division 16 Section 16050 "Basic Electrical Materials and Methods" for additional materials and installation information. 1.3 SUBMITTALS A. Product Data: For each type of control station. 1. Pilot devices 2. Enclosures 3. Auxiliary components. B. Maintenance Data: For components to include in the maintenance manuals specified in Division 1. 1.4 QUALITY ASSURANCE A. Refer to Section 16010 Basic Electrical Requirements 1.7 Quality Assurance. B. Source Limitations: Obtain similar control station devices through one source from a single manufacturer. 1.5 DELIVERY, STORAGE, AND HANDLING A. Store equipment per requirements of Section 16010 "Basic Electrical Requirements", 1.11 Delivery, Storage and Handling. B. Remove equipment protection only after equipment is safe from hazards such as dirt and moisture and damage from construction operations. Field repair of material or equipment made defective by improper storage or site construction damage by other trades is not acceptable. 1.1 PAYMENT A. No separate or additional payment will be made for the work and material specified herein. All costs for control stations, as specified herein, shall be included in the appropriate lump sum bid items. 16447-1 1� t 1 1 1 1 1 1 1 1 1 1 1 PART 2 — PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with additional requirements of the Contract, provide products by one of the following: 1. Allen–Bradley 2. Siemens Energy & Automation, Inc. 3. Square D Co. 4. Eaton Corp.; Cutler -Hammer Products. 2.2 COMPONENTS A. Control stations shall consist of selector switches, pushbuttons, pilot lights, potentiometers, and similar devices, individually or group mounted in a single enclosure. B. Pilot devices: 1. Selector switches: a. Heavy duty, oiltight type. b. Contact block quantity and arrangement as indicated on wiring diagrams, and required for specified functionality. 1) Dry and indoor locations: standard contact blocks rated for 10 A continuous current. 2) Wet or outdoor locations: Hermetically sealed contact blocks. c. Maintained contact type for selector switches, unless shown otherwise. d. Knob type operators, black in color. e. Legend plate, marked as indicated on drawings. 2. Pilot lights a. Heavy duty, oiltight type. b. Lamps 1) LED, or incandescent type. 2) Allows replacement of lamp without removal from enclosure. 3) 120 volt lamp 4) Push to test type. 5) Glass lens 6) Color as indicated on drawings 3. Potentiometers a. Heavy duty type. b. One turn type, with linear adjustment throughout range, 1% resolution or better. c. 3 wire interface. 16447-2 C. Enclosures: 1. Formed of sheet steel and continuously welded with screw on or clamped covers. Enclosures may be hinged. a. NEMA 1 and 12: Painted Steel. b. NEMA 4X: Stainless Steel. c. NEMA 7: Cast Iron. 2. NEMA type per location as stated in Section 16050 "Basic Materials and Methods", unless indicated otherwise. 2.3 IDENTIFICATION A. Provide each control station with an engraved nameplate per the requirements of Section 16050 Basic Materials and Methods, 3.3 Identification and as follows: 1. Nameplate is Lamacoid or equal plastic laminate or engraved metal plate. Lettering is white, 3/8"; backgrounds are black. No abbreviations are permitted unless approved by the Engineer. Engraving is subject to the Engineer's approval. 2. Provide individual legend plates for each pilot device. 3. Identify conductors at each termination by yellow sleeve wire markers heat -shrink or stretch -on type with indelible black letters and numbers at each termination or splice. PART 3 — EXECUTION 3.1 INSTALLATION A. Mounting: Level, plumb and rigid without distortion of enclosure. 1. Provide bushings on conduits entering from above or at the sides. 2. Provide metallic, insulating grounding bushings on conduits entering from below. 3.2 GROUNDING A. Provide ground continuity to facility electrical ground system. 3.3 CONNECTIONS A. Tighten electrical connectors and terminals, including grounding connections, according to manufacturer's published torque -tightening values. Where manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. 3.4 FIELD QUALITY CONTROL A. Acceptance Testing: 1. Test the equipment and electrical circuits for proper connection, continuity, and absence of undesirable shorts and grounds. Test wire and cable installation, when complete and seventy-two hours 16447-3 TT, prior to energization of the system. Check for continuity, visual damage, marking, and proper phase sequence before performing insulation testing. 2. Test all operating controls for proper operation. 3. Make continuity tests of each circuit. 4. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, remove and replace with new units, and retest. END OF SECTION 16447-4 SECTION 16910 PROGRAMMABLE LOGIC CONTROLLERS PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Programmable logic controller (PLC) control system(s), including: a. hardware, installation, field testing, and training. b. Process control PLC programming is by others. B. Related Sections include the following: 1. Section 16940 "Control Panels" for control panels housing PLC equipment. 1.3 REFERENCES A. Referenced Standards: 1. National Electrical Manufacturers Association (NEMA): a. ICS 1, General Standards for Industrial Control and Systems. b. ICS 1.1, Safety Guidelines for the Application, Installation and Maintenance of Solid State Control. c. ICS 4, Terminal Blocks for Industrial Use. d. ICS 6, Enclosures for Industrial Controls and Systems. e. Publication No.250, Enclosures for Electrical Equipment (1000 V maximum). 2. National Fire Protection Association (NFPA): a. National Electric Code (NEC). 1.4 SYSTEM DESCRIPTION A. Design Requirements 1. The system includes racks, central processing units (CPUs), input/output (I/O) modules, communication modules, power supplies, and associated accessory items to provide a complete and functional control system. B. The PLCs will function to monitor and control site operation and communicate with other locations via Ethernet & serial link. 16910-1 1 1 t 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 C. The Contractor shall download the provided PLC program into the PLC, and shall start up the PLC and equipment monitored and/or controlled by the PLC. D. Performance Requirements 1. The installed system performs the functional and operational algorithms required for control of the process. 1.5 SUBMITTALS A. Product Data 1. Manufacturer's data sheets for each hardware component including specific model numbers for each device, and size of memory provided in each CPU. 2. Manufacturer's installation manual, operation and maintenance manual(s) for each component and/or device. B. Shop Drawings: 1. Drawings a. See Specification Section 16940 for requirements. 2. Schedule of system I/O including the following data: a. I/O point, with name, tag number, and indication of type and the characteristics of the I/O signal. 3. Listing of spare parts provided with the system. C. Operation and Maintenance Manuals: 1. See Section 01300 "Submittals". 2. Provide specific information including: a. Manufacturer's published operation and maintenance manual, and troubleshooting guide. b. Information for obtaining assistance and troubleshooting, parts ordering information, and field service personnel requests. 3. Include final system drawings, and final UO lists. 1.6 QUALITY ASSURANCE A. Refer to Section 16010 Basic Electrical Requirements 1.7 Quality Assurance. 1.7 PAYMENT A. No separate or additional payment will be made for the work and material specified herein. All costs for programmable logic controllers, as specified herein, shall be included in the appropriate lump sum bid items. 16910-2 PART 2 — PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the requirements, provide products by the following manufacturers: 1. Allen–Bradley 2.2 EQUIPMENT A. Conform to NEMA ICS 1.1 for installation and application of the PLC system. B. The equipment consists of fully integrated microprocessor units specifically designed for operation in unconditioned audible noise and high vibration areas. 1. Includes analog, digital, and communications interfaces for interface directly with ISA or other industry standard transducers, actuators, and communications equipment without the need for intervening conditioning devices. C. Equipment operates in 32 to 140 Degrees F temperature and 0 to 95 percent relative humidity. Equipment does not require cooling fans or other heating or conditioning equipment to operate within this environmental range. D. Include the following minimum safety measures: 1. Watchdog function to monitor: a. Internal processor clock failure. b. Processor memory failure. c. Loss of communication between processor and I/O modules. d. Failure to execute logic program. 2. Safe wiring: a. Equipment failure mode is such that the loss of power or control signal to the equipment results in the equipment either shutting down or operating safely. b. Stopping of equipment results from the de-energization of control circuits, rather than the energization of control circuits. 3. PLC fault relay: a. Opening of PLC fault contact occurs with the following conditions: 1) Loss of memory. 2) Processor fault. 3) Power supply fault. 4) Isolation failure. 16910-3 5) Communications failure. 6) Scan time overrun. 7) Module failure. 4. Monitoring of internal faults and display: a. Internal PLC system status and faults shall be monitored and displayed on the processor module or rack. Monitored items shall include: 1) Processor ok/processor fault. 2) Battery ok/battery low. 3) Power supply ok/power supply fault. 4) Module failure. E. Monitoring of Internal Processor Faults: 1. An internal watchdog shall time out and shut down the processor upon detection of a problem. Problems include: a. Processor fails to correctly address input modules. b. Processor ceases to execute the logic program. c. Input modules fail to read current status values of inputs. d. Processor memory failure. 2.3 COMPONENTS A. Provide components as indicated. B. Provide all incidental materials and equipment required for a complete, functional, and successfully operating PLC system. These items include, but are not limited to: 1. power supplies 2. chassis racks 3. interconnecting cables 4. slot covers for unused chassis slots 5. other items ordinarily furnished as part of a complete system C. PLC System Central Processor Unit (CPU): a. Shall be Allen-Bradley Micrologix 1400, model D. Input/output (I/O) Modules. 1. Discrete I/O modules: a. Input module: 1) 24 VDC input modules to monitor transistor inputs, for any inputs sharing conduit pathway with analog loops, or typical I/O. b. Output Module 1) 24 VDC with interposing relays for each point. 16910-4 2. Analog UO modules: a. Input modules. 1) 4-20 ma b. Output modules. 1) 4-20 ma E. Power Supply Units: 1. Each unit sized to supply the connected PLC system components operating at full capacity, plus an additional 20% spare capacity, minimum. This unit may be built into CPU. 2. Input is 120 VAC, 60 HZ, single phase. F. Communications Modules: 1. Serial port capable of speaking Modbus/RTU, Allen-Bradley DF 1 (Serial, Radio, etc.), and miscellaneous ASCII: a. Provide a RS -232 / RS -485 converter, B&B Electronics 485DRCI or equal to isolate RS -232 ports. If the port is integral CPU module, it shall be configured to use RS -232 and a RS -232 / RS -485 converter shall be provided to isolate the port. 2. Isolated Serial port capable of speaking Modbus/RTU, Allen- Bradley DF1 (Serial, Radio, etc.), and miscellaneous ASCII.: 3. 10 Base T / 100 Base TX Ethernet port using one of the following protocols: a. AB/Ethernet (also known as CSP) b. Ethernet/IP (CIP) c. Ethernet/IP (PCCC) d. Modbus/TCP e. Any Siemens Ethernet protocol accessible via the KEPServerEX Siemens OPC Server Suite. 4. These communications modules may be built into the CPU. G. Protocol bridges 1. shall bridge Modbus/RTU, DF1, Modbus/TCP, Ethernet/IP, and AB/Ethernet 2. shall be DIN rail mounted 3. shall be suitable for use with 24 VDC power 4. shall have at least two serial ports 5. shall be capable of functioning as a serial device server 6. shall be Digi International DigiOne IAP H. Specialty Protocol or Fieldbus Protocol Converter 1. shall convert signaling and make available to a Modbus/TCP client thorough use of holding registers 16910-5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2. shall be manufactured by Prosoft, Red Lion, Digi International or equal 3. shall make available HART (over 4.20 mA) in Modbus/TCP registers I. DIN rail mounted Ethernet Switches 1. Shall have at least 5 UTP ports 2. Switches shall be from a. B&B Electronics b. N-Tron c. Moxa d. Hirschmann e. Weidmuller 3. RJ45 (8 position, 8 connector) ports shall a. be constructed with that screened cables can connect to signal ground via metal RJ45 jacks b. auto -negotiate 10 Base T / 100 Base TX c. auto -negotiate MDI/MDIX 4. Switches shall be powered from 24 VDC. J. Through Bulk Head Ethernet RJ45 (8 position, 8 contract) coupler 1. RJ45 jack on either side of bulkhead 2. Must include dust cover on external side to protect RJ45 jack 3. Must be rated, to similar to the control panel 4. Grace Engineered Products, Inc. P-R2-B3RX or similar 5. Molex 84700-0001 with 847001-0003 (Dust Cover) or similar Provide external dustproof NEMA 5-15R receptacle assembly. 2.4 ACCESSORIES A. Provide all accessories required, whether indicated or not, for a complete PLC control system to accomplish the requirements of the Drawings and Specifications. 2.5 SOFTWARE A. Provide the most recent versions of software required to program the PLC, Protocol Bridges, Specialty or Fieldbus Converters, and serial device servers (as necessary) to the Owner. Turn all licenses, software keys, activation codes, and any other digital usage rights identifier (including dongles, USB keys, etc.) over to the Owner. The Owner shall retain these rights to the software in perpetuity. B. Provide the Engineer with the most recent versions of software required to program the PLC, Protocol Bridges, Specialty or Fieldbus Converters, and serial device servers (as necessary). Arrange for the Engineer to receive the software and any required licenses, software keys, activation 16910-6 codes, and any other digital usages rights identifiers within 60 days of notice to proceed. 2.6 EXTRA MATERIALS A. Provide the following extra materials: 1. Provide one spare processor module for each type of processor module furnished. 2. Provide one spare I/O card for every 10 cards, or fraction thereof, of each type of card installed. 3. Provide one spare power supply for each type of power supply furnished. 4. Provide one spare communications module for each type of module furnished. 5. Provide two spare cables for each type of cable furnished. 6. Provide a list of the manufacturer's recommended spares for maintenance purposes. Include in the list any special tools and test equipment necessary or recommended by the manufacturer for the maintenance of the complete system. Provide any recommended spares not supplied above along with the recommended special tools and test equipment. 7. Provide one spare chassis for each type of chassis furnished. PART 3 — EXECUTION 3.1 TESTING A. Shop test PLCs and in the presence of the Engineer prior to shipment to project site. Notify the Engineer at least ten working days before testing. Testing shall be performed at the panel manufacturer's facility. The panel manufacturer shall conduct a rehearsal of the shop test prior the arrival of the Engineer and shall verbally certify that they believe there are no readily apparent obstacles to performance of the test. (In this case, some examples of readily apparent obstacles would be panel mounted equipment lacking power wiring or panel mounted equipment inadvertently wired to work under either primary or backup power, but not both.) 1. Provide a test plan at time of notification of testing. Coordinate the time of testing of the panels with the Construction Schedule. 2. Each assembled panel shall be meggered and tested to be free from grounds and shorts before the shop test. 3. Controllers, circuits and interlocks shall be rung out and tested to assure that they function correctly before the panel is shipped. Each device and control loop shall be tested and demonstrated to function properly in each mode (such as "hand", "local", "automatic"). Discrete input signals shall be tested in both the "on" and "off' state. Analog signals (4-20 milliamp, or similar 16910-7 type) shall each be tested at not less than three values (4.08 mA or 0.5%, 12 mA or 50%, and 19.92 mA or 99.5%). Test results shall be documented. Test discrete outputs by forcing the output on and off via the programming software. Measure the resistance (for relay outputs) or voltage (for active outputs) between the output terminals. Document proper operation of each output. 4. Test analog inputs by applying voltage or current to the input at not less than three values, including at or just above minimum range, at or just below maximum range, and midrange. Document actual register values for each applied input value at each input. 5. Provide signal generators, multimeters, and other test equipment as required to verify proper operation of the assembled panel. Simulate input signals, both discrete and analog, to verify operation of control and monitoring circuits. 6. Demonstrate that: a. b. c. The PLC is fully operational. The engineer shall provide the PLC testing program to the panel manufacturer within one week of notification of the shop test. The panel manufacturer shall load the PLC programs into the respective PLC and demonstrate proper operation of the PLC. In no case shall testing be performed without an operating program functioning in the unit under test. Test discrete inputs by shorting across the input terminals. Document that each input performs properly. Each UO module is recognized by the baseunit and is fully functional. Communications ports on the base unit are fully functional. 7. Correct, replace, or repair panel wiring, and/or components until testing demonstrates proper operation. Do not ship panel to the site until testing has demonstrated satisfactory operation of the PLC and Remote UO sections. 8. Provide updated and complete 'as shipped' drawings at the time of final testing. The Engineer shall review the drawings against the panel construction at the time of final testing. Drawings which do not reflect the actual construction of the panel will need to be revised and reviewed again by the Engineer against the actual construction prior to shipment of the panel to the job site. 'As shipped' drawings which require revisions shall be submitted to the Engineer for review at testing notification, prior to the actual field review of these drawings against the panel construction. This process of revision and review of the drawings will be repeated as necessary to produce drawings which reflect the actual construction of the panel at the time of shipment. Do not ship MCCs to the site until the `as -shipped' drawings are updated, complete, and reflect the actual `as -shipped' status of the panel. 16910-8 9. Attention of the Contractor is directed to the fact that more than one shop test and/or review of the panel wiring/drawings may be required. If the first shop test is not satisfactory, or results in the need to make revisions to the panel and/or `as -shipped' drawings that cannot be effected during the course of the shop test, then a repeat shop test and/or review of the drawings against the construction will be required. The presence of the Engineer at up to two shop tests/reviews will be without cost to the Contractor. If more than two shop tests/reviews are required, then the Contractor shall be required to reimburse the Engineer for the Engineer's costs for the third and each subsequent shop test/review. 10. Submit the results of the test in a formal document within two weeks following satisfactory performance of the test. The test results shall document all problems encountered in running the test, corrective action taken, and the detailed results of each phase of the test 11. After each control panel has been installed at the jobsite: a. Conduct a field test of the panel. Testing shall be conducted by physically actuating signaling devices (where possible), installing temporary jumpers, or artificially imposing signals on the field wiring. The purpose of the test is to establish proper operation of the field devices, the integrity of the field wiring, and proper connection of field devices to the panel. The panel manufacturer shall coordinate with the Engineer to provide for as complete a testing of the control and monitoring systems as is practical prior to placing the panel on line for actual control and/or monitoring of the process. The Contractor and/or panel manufacturer shall make corrections or repairs to the wiring and/or devices as necessary to provide proper operation of the system. If testing indicates that field devices require modifications to connectors or contact action, the Contractor shall make the wiring or connection modifications as necessary to coordinate with the PLC program and contract documentation. b. If testing indicates that the equipment functions properly but that changes to the PLC program are required, the Engineer will revise the program(s) and provide the new program(s) for installation in the PLC. The Contractor and/or panel manufacturer shall be prepared to install up to 3 revised programs into each PLC during startup/commissioning without additional cost to the Owner. c. Submit the results of all tests in a formal document within two weeks following satisfactory performance of the test. The test results shall document all problems encountered in 16910-9 1 1 1 1 1 1 1 1 running the test, corrective action taken, and the detailed results of each phase of the test. 3.2 CONFIGURATION A. Configuration and programming of the Protocol Bridge 1. Configure the IP address and network setting to allow device to be used on network. This may include configuring device in a different VLAN range than the default. 2. Program Modbus/TCP register to other protocol value mappings. 3. Configure serial port parameters to match devices connected to serial port. Test serial parameters by issuing a command to the serial connected device and recording the request and response from the serial connected device. B. Configuration and programming of the Serial Device Server 1. Configure the IP address and network setting to allow device to be used on network. 2. Configure serial port parameters to match devices connected to serial port. Test serial parameters by issuing a command to the serial connected device and recording the request and response from the serial connected device. C. Configuration and programming of the Specialty Protocol or Fieldbus protocol converter 1. Configure the IP address and network setting to allow device to be used on network. 2. Configure specialty device or fieldbus signaling profiles. 3. Program Modbus/TCP register to specialty or fieldbus connected value mappings. Configure value mappings such that the variables are word aligned, and contiguous to minimize the number of message transactions required to retrieve status from the associated devices. 4. Configure serial port parameters to match devices connected to serial port. Test serial parameters by issuing a command to the serial connected device and recording the request and response from the serial connected device. 3.3 INSTALLATION A. Install PLC control system in accordance with manufacturer's written instructions. B. Test, verify and demonstrate access to and functionality of PLC system as per the requirements of Specification Section 16940. END OF SECTION 16910-10 SECTION 16940 CONTROL PANELS PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Control panels (whether provided under Division 16, or provided, or specified to be provided, with equipment specified under other Divisions). B. Section Includes: 1. Control panels specified under this Section include: a. Struvite System Control Panel "STVCP" b. Struvite Starter Panel "STVSP" C. Related Sections: The following Sections contain requirements that relate to this Section 1. Section 16422 "Motor Controllers" for motor control equipment. 2. Section 16410 "Enclosed Switches and Circuit Breakers" for Circuit Breakers. 3. Section 16447 "Control Stations" for Pilot Devices. 4. Section 16740 "Communications Circuits" for Ethernet Communications Cabling. 5. Section 16910 "Programmable Logic Controller Hardware" for PLC and SCADA communications equipment located in control panels. 1.3 REFERENCES A. Referenced Standards: 1. National Electrical Manufacturers Association (NEMA): a. ICS 1, General Standards for Industrial Control and Systems. b. ICS 4, Terminal Blocks for Industrial Use. c. ICS 6, Enclosures for Industrial Controls and Systems. d. Pubhcation No.250, Enclosures for Electrical Equipment (1000 V maximum). 2. National Fire Protection Association (NFPA): a. National Electric Code (NEC). 3. Joint Industrial Council 16940-1 a. JIC-EMP-1. 1.4 SYSTEM DESCRIPTION A. Control Panels 1. The system includes control panels for control and/or monitoring of the process equipment. Control panels, whether provided under Division 16 or other Divisions, shall meet the requirements of this Section. B. Starter Panels 1. This system includes starter panels for controlling connected motors with combination overload magnetic starters and variable frequency drives. 1.5 SUBMITTALS A. Shop Drawings: 1. See Section 01300 "Submittals". 2. Dimensioned and to -scale panel layout drawings. 3. Materials of construction. 4. Drawings showing conduit and wiring access locations. 5. Elementary wiring diagrams and terminal block drawings, differentiating between panel and field wiring. 6. Bill of Materials including the reference name or number, quantity, complete English language description, manufacturer, model number, local supplier and wiring or piping reference. 7. Product Information: including manufacturer name, catalog descriptions, ratings, wiring and piping diagrams, dimensional drawings, anchoring details, installation instruction, and test results. 8. Loop diagrams with all components connected per ISA standards. 9. The terminal designation (designations for terminals may be chosen by the panel builder unless noted otherwise on contract drawings) shall be shown on the elementary wiring diagrams, analog loop diagrams, and terminal block drawings. 10. Nameplate text. 11. Control panels submitted with dimensions larger than the available space for installation will be rejected. B. Operation and Maintenance Manuals: 1. See Section 01300 "Submittals". 2. Provide manufacturer's operating and maintenance manuals for each device or item provided. 3. Recommended spare parts stocking list. 4. Record Drawings of completed control panels. 16940-2 1.6 QUALITY ASSURANCE A. Refer to Section 16010 Basic Electrical Requirements 1.7 Quality Assurance. B. Control panels supplied under this Section shall be provided by a single manufacturer, except those provided with equipment specified under Division 11, 13, 14, or 15 C. Provide control panels bearing the label of a recognized testing laboratory, or otherwise acceptable to the State of Washington Department of Labor and Industries. D. Submit and obtain approval of shop drawings and make approved shop drawings available prior to placement of conduits in slabs to ensure placement is coordinated with panel access locations. E. Shop testing of the panel is required. Refer to the "Testing" section below for shop test information. F. Product Selection for Restricted Space: Space for installation of control panels is limited. Contract Document plan drawings indicate typical physical sizes or dimensions for control panels, including clearances between switchboards and adjacent surfaces and items. Control panels with larger dimensions may be acceptable, but it is the responsibility of the Contractor to submit detailed drawings showing the required revisions to the structural, process, mechanical, electrical, and other plans to accommodate centers with larger dimensions in order to obtain approval before a change is accepted. The Supplier/Contractor shall coordinate the size of the control panels with the available space and shall verify that the proposed control panels are capable of being installed in the available space prior to making a submittal. Control panels of dimensions larger than the available space shall not be submitted. The decision of the Engineer as to the acceptability of switchboards with larger dimensions than as shown on the Contract Document plan drawings will be final. If the larger equipment is deemed acceptable, it is the Contractor's responsibility to provide any required revisions to the structural, process, mechanical, electrical, and other designs without additional cost to the Owner. G. Panel fabrication shops shall be pre -qualified for past competency and responsiveness. 1. Total Energy Management, Richland, Washington, Ryan Harris 509-946-4500 2. ControlFreek Inc, Spokane Valley, Washington, 509-499-9049 3. TSI (Technical Systems, Inc.), Lynnwood, Washington, 425-775-5696 16940-3 1 1 1 1 1 i 1 1 1 1 1 1 1 1 1.7 STORAGE AND HANDLING A. Store equipment per requirements of Section 16050 "Basic Materials and Methods", 1.10 Delivery, Storage and Handling and as follows: 1. After completion of shop assembly and testing, enclose panels in heavy-duty polyethylene envelopes or secured sheeting to provide complete protection from dust and moisture. Place dehumidifiers inside the polyethylene covering. 2. Skid -mount the equipment for final transport. Show shipping weight on shipping tags, together with instructions for unloading, transporting, storing, and handling on job site. 3. Remove equipment protection only after equipment is safe from hazards such as dirt and moisture and damage from construction operations. Field repair of material or equipment made defective by improper storage or site construction damage by other trades is not acceptable. 1.8 PAYMENT A. No separate or additional payment will be made for the work and material specified herein. All costs for control panels, as specified herein, shall be included in the appropriate lump sum bid items. PART 2 — PRODUCTS 2.1 MATERIALS A. Control panel enclosures shall be factory UL labeled enclosures fabricated into a rigid, self supporting structure. Panels shall be of NEMA type construction as required for the location indicated on the Plans. Free standing panels shall be provided with channel sills where shown on the Plans. Free standing panels located in process areas shall be provided with riser legs. 1. Welded construction 2. Completely enclosed, self-supporting, and gasketed dust -tight. 3. Seams and corners welded and ground smooth. 4. Provide full length piano hinges rated for 1.5 times the weight of the door and door mounted instruments 5. Furnish doors with keyed alike locking handles and three point catch. 6. Provide each panel with lifting eyebolts. Furnish stainless steel base channels. 7. Provide slotted bolt holes in the base, 1 1/2 inches long for field adjustment. B. Hinges: Stainless steel. C. Nameplates: Phenolic. 16940-4 2.2 COMPONENTS A. Fuses 1. Control power fuses are FRN for ratings above ten amperes and FNQ for ten amperes and below. (1/4" x 1-1/4" and 5mm x 20mm fuses are not acceptable.) FRN fuses are mounted in phenolic blocks with a fuse puller mounted adjacent to them. FNQ fuses are mounted in a Buss CHM1I modular fuseholder with indicator light. Label all fuseholders with fuse identification number and fuse size and type. Provide three spare fuses of each type and size in each panel. Provide box mounted on panel interior marked "SPARE FUSES" to hold the spares. B. Pilot devices (control units and stations) shall conform to the requirements of Section 16477. C. Relays 1. Control relays for logic control circuits shall be permitted to be terminal block style type relays. Coils shall be rated 120 VAC or 24 VDC (as required). Contacts shall be double break type rated B300 by NEMA standards. Relays shall have indicator flags. Allen-Bradley, or equal. 2. Time delay relays shall be electronic type Allen Bradley 700 Series or equal. D. Terminals: 1. Provide DIN rail mounted terminal blocks with screw clamp connections. The terminal blocks shall be Entrelec MA 2,5/5 or equal. 2. Provide all accessories such as jumper bars, end stops, and end sections needed for a complete and functional system of terminal blocks. E. Power supplies shall be 120 VAC input, with adjustable 24 VDC output. Sola Hevi-Duty SDN 2.5-24-100P, or equal. F. Uninterruptible Power Supplies shall be APC Back -UPS 500 VA (minimum), or equal. G. Conductors: H. 1. Class C stranded copper conductors of SIS or MTW insulation (for 120 VAC or 24 VDC power or discrete signal circuits). 2. Stranded #18 AWG copper conductor with thermoplastic insulation, foil or stranded wire shielding, and overall gray PVC jacket (for analog instrumentation circuits). Wireways 1. shall be a minimum of one inch wide and three inches deep 16940-5 1 1 1 1 1 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 2. shall have removable snap on covers and perforated walls for easy wire entrance 3. shall be constructed of non-metallic materials with a voltage insulation in excess of the maximum voltage carried therein. 4. shall be Panduit Type G, Panel Channel, or equal. I. Through Bulk Head Ethernet RJ45 (8 position, 8 contact) coupler shall conform to the requirements of 16910. J. 2.3 ACCESSORIES A. Panel Nameplates and Identification: 1. Identify each item on the control panel with rectangular nameplates. 2. Provide nameplates of rigid phenolic plastic laminate with engraved lettering or engraved metal plate with filled lettering. Use black background with white lettering. 3. Minimum letter height. is '/2 inch for instrument description and 1/4 inch height for instrument tag number. 4. Provide each panel with a 2" by 10" (minimum) main nameplate withl inch high lettering with panel identification. 5. Abbreviations are not permitted unless approved by the Engineer or specifically shown on the nameplates, schedules, or drawings. 6. Install nameplates plumb and parallel to the lines of doors or structure to which they are attached. Attach to the sheet metal structure by a thin coat of adhesive and sheet metal screws. Make adhesive and screw application in a manner to avoid buckling or distorting nameplates due to use of excessive adhesive or over tightening of screws. PART 3 — EXECUTION 3.1 FABRICATION A. General: 1. Control panels shall be factory or shop fabricated units completely assembled, wired and tested before shipment to the job site. 2. Panel construction, in general, shall meet JIC EMP -1 standards and applicable NEMA and IEEE standards. 3. The panels shall be constructed in accordance with electrical testing laboratory standards and shall be so labeled (the standards of a recognized electrical testing laboratory). 4. Size panels for the enclosed equipment and the available space for mounting of the panel, but not smaller than as shown on the Contract Documents. 5. Panels shall be descaled, cleaned and primed in preparation for painting. Painting shall consist of one coat of flat white enamel in 16940-6 the interior and two coats of hard finish exterior enamel, gray in color for the exterior. Paint shall be suitable for field touch-up. Spare paint (one quart) shall be provided for touch-up purposes. B. Component Installation. 1. Minimize welding to panel fronts and avoid distortion of panel metal. 2. Reinforce around areas of the enclosure weakened by openings or mounting of heavy equipment/components. 3. Accurately and cleanly cut or nibble cut-outs, and finish free of sharp edges or burrs. Make cutouts plumb, level, and on-line vertically or horizontally within 1/32 of an inch where components are in rows or columns. 4. Provide minimum 1-5/8 inches spacing between horizontal rows of externally mounted components; 1-1/2 inches minimum between vertical columns of components. 5. The distance from the bottom row of components to the floor shall be not less than 36 inches, unless specifically shown as less. In general, all indicating lights, pushbuttons, and similar control devices, shall be mounted in accordance with the sequence of operation from left to right and top to bottom. 6. Provide minimum 1/4 inch spacing between components mounted on the panel sub -plate, Provide minimum spacing between the component and the wire duct of 1-1/2 inches above and one inch below. Provide additional space if required to access terminals, adjusting screws, and similar items. 7. Components mounted in the interior shall be fastened to an interior subpanel using machine screws plus adhesive to insure vibration - free attachment. 8. Interior component mounting and wiring shall be grouped as much as possible by function and then by component type. Interiors shall be so arranged that control relays, terminal blocks, fuses, etc., can be replaced or added without disturbing adjacent components. C. Panel Wiring: 1. Color coding of insulation shall be black for 120V power, white for 120V neutrals, red for AC controls which derive their source from within the panel, yellow for AC controls which derive their source external to the panel, blue for low voltage DC controls, green for grounding conductors. 2. Shop or factory wire panels to identified terminal blocks equipped with screw type lugs. 3. Raceways for panel wiring. a. Size raceways per the requirements of NEC. b. • Provide panel wireways between each row of components, and adjacent to each terminal strip. 1 1 1 1 1 1 1 1 1 1 1 16940-7 ' 1 4. Provide wire bending space per NEMA ICS 6. 5. Label wiring within the panel with wire numbers and run in wiring duct neatly tied and bundled with tie wraps or similar materials. Identify each wire termination, including all jumpers, with permanently marked, heat shrink type wire markers. Arrange wire labels to permit reading of identification when installed. Apply heat per manufacturer's instructions to create a tight fit of the label to the wire. 6. Connect wiring internal to the panel to the "inside" of the terminal strip. Connect field wiring to the "outside' of the terminal strip. Wires to enclosure door mounted components are considered as internal wires. Connect no more than two wires to any one control terminal point. Provide terminal jumpers where more than two wires terminate at the same point. 7. Arrange wiring inside the panel to separate low voltage control signals of the milliamp-millivolt or other low energy type from inductive power circuits 8. Connect grounds and shields of circuits which derive power internal to the panel to a panel common ground bus which shall be grounded by the electrical contractor in the field. 9. Physically separate signals entering controllers for amplification as control outputs from all line voltage wiring and shield with continuous foil shielding or enclose them in metal raceway. 10. Provide necessary power supplies for control equipment. 11. Termination requirements: a. Terminate panel wiring on device or terminal block screw terminals using slip-on spade tongue insulated crimp (compression) terminators, slip-on stud insulated crimp (compression) terminators, or stripped and tinned conductor ends. Stranded conductors shall not be terminated bare to terminals or devices. b. Provide terminal strips for the termination of panel wiring not directly connected to panel mounted devices. c. Terminals shall facilitate wire sizes as follows: 1) VAC applications: Wire size 12 AWG and smaller. 2) Other: Wire size 14 AWG and smaller. d. Label each I/O terminal to indicate tag number of the conductor and connected device. Locate terminals for termination of multiconductor shielded cables adjacent to each other to minimize lengths of unshielded conductor at the terminations. e. Provide terminals for individual termination of each signal shield. Locate the terminal adjacent to the terminals for the signal conductors. f. Provide 20 percent excess terminals for future expansion. 16940-8 g. In general, mount terminal strips on the bottom horizontal edge of the sub -plate. Mount additional terminal strips, if required, on a thirty degree angle bracket at the bottom of the sub -plate. Where terminal strips are mounted side-by-side, elevate one set of terminals 1-1/2 inches above the sub -plate to allow wire to pass underneath. h. Provide a minimum of two inches between terminal strips and wireways or between terminal strips. i. Shielded cables used for analog signals shall be terminated with not greater than 1 inch of conductor left outside the shield. This applies to field wires entering the panel for termination, and to panel conductors. Conductor twist shall be maintained over the unshielded length to as close as possible to the point of termination. Where the overall jacket is cut back to expose the individual conductors, provide a heat shrink sleeve over the jacket, the signal, and the shield (drain) conductors. Insulate the shield (drain) conductor where not covered by the jacket or the sleeve. Where shield (drain) conductors are not terminated, cut the conductor even with the jacket so that it is covered by the sleeve to prevent inadvertant contact with other devices, terminals, or conductors in the panel. 3.2 SOURCE QUALITY CONTROL A. Control Panel Testing 1. The entire assembled panel shall be meggered and tested to be free from grounds and shorts. 2. Circuits and interlocks shall be rung out and tested to assure that they function correctly before the panel is shipped. 3. Revise all drawings upon completion of the work to show "as shipped" condition of the panel. 3.3 INSTALLATION A. Install free-standing panels on concrete pads where shown on the Contract Documents. Install with channel sills where shown on the Contract Documents. Provide stainless steel shims to level units. B. Install wall or stanchion mounted panels level and plumb. C. Anchor panels rigidly in place with approved anchorage devices. 3.4 _ TESTING A. Shop test panels in the presence of the Engineer prior to shipment to project site. Notify the Engineer at least ten working days before testing. Testing shall be performed at the panel fabricator's shop. The Contractor shall conduct a rehearsal of the shop test prior the arrival of the Engineer and shall verbally certify that they believe there are no 16940-9 1 I1 1 1 1' 1 1 1 readily apparent obstacles to performance of the test. (In this case, some examples of readily apparent obstacles would be panel mounted equipment lacking power wiring or panel mounted equipment inadvertently wired to work under either primary or backup power, but not both. 1. Provide a test plan at time of notification of testing. Coordinate the time of testing of the panels with the Construction Schedule. 2. Each assembled panel shall be meggered and tested to be free from grounds and shorts before the shop test. 3. Controllers, circuits and interlocks shall be rung out and tested to assure that they function correctly before the panel is shipped. Each device and control loop shall be tested and demonstrated to function properly in each mode (such as "hand", "local", "automatic"). Discrete input signals shall be tested in both the "on" and "off' state. Analog signals (4-20 milliamp, or similar type) shall each be tested at not less than three values (4.08 mA or 0.5%, 12 mA or 50%, and 19.92 mA or 99.5%). Test results shall be documented. Test discrete outputs by forcing the output on and off via the programming software. Measure the resistance (for relay outputs) or voltage (for active outputs) between the output terminals. Document proper operation of each output. 4. Test analog inputs by applying voltage or current to the input at not less than three values, including at or just above minimum range, at or just below maximum range, and midrange. Document actual register values for each applied input value at each input. 5. Provide signal generators, multimeters, and other test equipment as required to verify proper operation of the assembled panel. Simulate input signals, both discrete and analog, to verify operation of control and monitoring circuits. 6. Demonstrate that: a. The PLC is fully operational. The engineer shall provide the PLC testing program to the Panel Fabricator within one week of notification of the shop test. The Control Panel Fabricator shall load the PLC programs into the respective PLC and demonstrate proper operation of the PLC. In no case shall testing be performed without an operating program functioning in the unit under test. Test discrete inputs by shorting across the input terminals. Document that each input performs properly. b. Each I/O module is recognized by the base unit and is fully functional. c. Communications ports on the base unit are fully functional. 7. Correct, replace, or repair panel wiring, and/or components until testing demonstrates proper operation. Do not ship panels to the 16940-10 1 1 site until testing has demonstrated satisfactory operation of the panels. 8. Provide updated and complete 'as shipped' drawings at the time of final testing. The Engineer shall review the drawings against the panel construction at the time of final testing. Drawings which do not reflect the actual construction of the panel will need to be revised and reviewed again by the Engineer against the actual construction prior to shipment of the panel to the job site. 'As shipped' drawings which require revisions shall be submitted to the Engineer for review at testing notification, prior to the actual field review of these drawings against the panel construction. This process of revision and review of the drawings will be repeated as necessary to produce drawings which reflect the actual construction of the panel at the time of shipment. Do not ship panels to the site until the `as -shipped' drawings are updated, complete, and reflect the actual `as -shipped' status of the panel. 9. Attention of the Contractor is directed to the fact that more than one shop test and/or review of the panel wiring/drawings may be required. If the first shop test is not satisfactory, or results in the need to make revisions to the panel and/or `as -shipped' drawings that cannot be effected during the course of the shop test, then a repeat shop test and/or review of the drawings against the construction will be required. The presence of the Engineer at up to two shop tests/reviews will be without cost to the Contractor. If more than two shop tests/reviews are required, then the Contractor shall be required to reimburse the Engineer for the Engineer's costs for the third and each subsequent shop test/review. 10. Submit the results of the test in a formal document within two weeks following satisfactory performance of the test. The test results shall document all problems encountered in running the test, corrective action taken, and the detailed results of each phase of the test 11. After each control panel has been installed at the jobsite: a. Conduct a field test of the panel. Testing shall be conducted by physically actuating signaling devices (where possible), installing temporary jumpers, or artificially imposing signals on the field wiring. The purpose of the test is to establish proper operation of the field devices, the integrity of the field wiring, and proper connection of field devices to the panel. The Control Panel Fabricator shall coordinate with the Engineer to provide for as complete a testing of the control and monitoring systems as is practical prior to placing the panel on line for actual control and/or monitoring of the process. The Contractor and/or Control Panel Fabricator shall make corrections or repairs to the wiring and/or devices as necessary to provide proper operation of the system. If 16940-11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 testing indicates that field devices require modifications to connectors or contact action, the Contractor shall make the wiring or connection modifications as necessary to coordinate with the PLC program and contract documentation. b. If testing indicates that the equipment functions properly but that changes to the PLC program are required, the Engineer will revise the program(s) and provide the new program(s) for installation in the PLC. The Contractor and/or Control Panel Fabricator shall be prepared to install up to 3 revised programs into each PLC during startup/commissioning without additional cost to the Owner. c. Submit the results of all tests in a formal document within two weeks following satisfactory performance of the test. The test results shall document all problems encountered in running the test, corrective action taken, and the detailed results of each phase of the test. 3.5 STARTUP 1. The Control Panel Fabricator shall provide a minimum of 10 man - days on site time for startup of the control system following the Contractor's installation and testing. On site time shall be coordinated with the Engineer on site time during startup, but may include additional time when the engineer is not present. 2. Revise all drawings upon completion showing "as built" conditions including the labeling of field wiring connections. a. Submit primary copy of these drawings for inclusion into the Operations and Maintenance Manual. 3.6 CLEANING A. On completion of installation, inspect interior and exterior of control panels. Vacuum interior and wipe clean all interior surfaces. Remove paint splatters and other spots, dirt, and debris. Touch up scratches and mars of finish to match original finish. END OF SECTION 16940-12 1 1 1 1 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2010 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1-01, DEFINITIONS AND TERMS August 2, 2010 1-01.2(1) Associations and Miscellaneous The abbreviation and definition "AREA American Railway Engineering Association" is replaced with the following: AREMA American Railway Engineering and Maintenance Association SECTION 1-02, BID PROCEDURES AND CONDITIONS July 11, 2011 1-02.5 Proposal Forms The first paragraph is revised to read: At the request of a prequalified Bidder, the Contracting Agency will provide a physical Proposal Form for any project on which the Bidder is eligible to Bid. For certain projects selected at the sole discretion of the Contracting Agency, the Bidder may also be authorized to access an electronic Proposal Form for submittal via Trns•Port Expedite® software and BidExpress®. 1-02.6 Preparation of Proposal The first paragraph is revised to read: The Contracting Agency will accept only those Proposals properly executed on physical forms it provides, or electronic forms that the bidder has been authorizedto access. Unless it approves in writing, the Contracting Agency will not accept Proposals on forms attached to the Plans and stamped "Informational". The second paragraph is revised to read: All prices shall be in legible figures (not words) written in ink or typed, and expressed in U.S. dollars and cents. The Proposal shall include: 1 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), 2. An extension for each unit price (omitting digits more than two places to the right of the decimal point), and 3. The total Contract price (the sum of all extensions). In the space provided on the signature sheet, the Bidder shall confirm that all Addenda have been received. The third paragraph is revised to read: The Bidder shall submit with the Bid a completed Disadvantaged Business Enterprises (DBE) Utilization Certification, when required by the Special Provisions. For each and every DBE firm listed on the Bidder's completed DBE Utilization Certification, the Bidder shall submit written confirmation from that DBE firm that the DBE is in agreement with the DBE participation commitment that the Bidder has made in the Bidders completed DBE Utilization Certification. WSDOT Form 422-031 EF (DBE Written Confirmation Document) is available for this purpose. Bidder must submit good faith effort documentation with the DBE Utilization Certification ONLY In The Event the bidder's efforts to solicit sufficient DBE participation have been unsuccessful. Directions for delivery of the DBE Written Confirmation Documents and DBE Good Faith Effort documentation are included in Section 1-02.9 Delivery of Proposal and Section 1-02.10 Withdrawing, Revising or Supplementing Proposal. 1-02.7 Bid Deposit This section is revised to read: A deposit of at least 5 -percent of the total Bid shall accompany each Bid. This deposit may be cash, certified check, cashier's check, or a proposal bond (Surety bond). For projects that are selected by the Contracting Agency to be bid electronically, the proposal bond may be in either a physical format, or an electronic format via Surety2000.com or Insurevision.com and BidExpress®. When a physical bid deposit or proposal bond is furnished to accompany an electronic Proposal Form, the Bid deposit shall be received by the Contracting Agency at the location specified for receipt of bids prior to the time set for - receipt of Bids. Any proposal bond shall be on a form acceptable to the Contracting Agency and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5 -percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 -percent with the Bid or as a physical supplement to the electronic Proposal Form shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency 2 1 1 1 1 1-02.8(2) Lobbying Certification The last paragraph is revised to read: The Certification for Federal -Aid Contracts (Form DOT 272-040) may be reproduced from the Proposal form. The disclosure form is available from the Washington State Department of Transportation's Contract Ad & Award Office, Transportation Building, Olympia, Washington 98504. 1-02.9 Delivery of Proposal This section is revised to read: For projects scheduled for bid opening in Olympia, each Proposal shall be sealed and 111 submitted in the envelope provided with it, or electronically via Trns•Port Expedite® software and BidExpress® at the location and time identified in Section 1-02.12. The Bidder shall fill in all blanks on this envelope to ensure proper handling and delivery. For projects scheduled for bid opening in other locations, each Proposal shall be sealed and submitted in the envelope provided with it, at the location and time identified in Section 1-02.12. The Bidder shall fill in all blanks on this envelope to ensure proper handling and Mi delivery. 1 1 t 1 1 1 1 The Contracting Agency will not open or consider any Proposal or any supplement to a Proposal that is received after the time specified for receipt of Proposals, or received in a location other than that specified for receipt of Proposals. NOTE: Certain documents that are required for an electronic Bid Proposal to be responsive CANNOT be submitted electronically via Trns•Port Expedite® software and BidExpress®. These documents include: 1. DBE Written Confirmation Documents; and, 2. Good Faith Effort Documentation; and, 3. Cash, certified checks, cashier's checks, or a proposal bond (Surety bond) in formats other than via Surety2000.com or Insurevision.com. The Bidder shall provide all documents that are required for an electronic Bid Proposal to be responsive (but cannot be submitted electronically via Trns•Port Expedite® software and BidExpress®) as a supplement to their electronic Bid Proposal in one of the following methods: 1. Physically in a sealed envelope marked as "BID SUPPLEMENT" and bearing the Bidders company name, project title, Bid date, and description of contents (for example: DBE Written Confirmation, DBE Good Faith Efforts, Proposal Deposit, etc.); or, Except for Item #3 above, by facsimile to the following FAX number: (360) 705- 6966. 3 E-mailed submittals are not acceptable. The Contracting Agency is not responsible for delayed, partial, failed, illegible or partially legible FAX document transmissions, and such documents may be rejected as incomplete at the Bidder's risk. 1-02.10 Withdrawal or Revision of Proposal This section including title is revised to read: Withdrawing, Revising, or Supplementing Proposal After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time set for receipt of Proposals. The original physical Bid Proposal may be supplemented, or revised and resubmitted as the official Bid Proposal if the Contracting Agency receives it before the time set for receipt of Proposals. Faxed Bid revisions and supplements will be accepted only if they are submitted in accordance with the "Example Format for Facsimile Bid Changes" instructions posted on the WSDOT website at http://www.wsdot.wa.gov/bizJcontaa/bulletin/. E-mailed requests to withdraw, revise or supplement a Proposal are not acceptable. The contracting Agency is not responsible for delayed, partial, failed, illegible or partially legible FAX document transmissions, and such documents may be rejected as incomplete at the Bidders risk. The Contracting Agency will not accept requests to revise or withdraw electronic Bid Proposals. Such requests shall be furnished directly to BidExpress® and in accordance with their terms and conditions. 1-02.13 Irregular Proposals In the first paragraph, Item h beneath item number 1 is revised to read: h. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Utilization Certification, if applicable, as required in Section 1-02.6; In the first paragraph, item 1 beneath item number 1 is revised to read: i. The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidders DBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; Item 1 in the first paragraph is supplemented with the following: J• The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; or 4 1 1 1 1 1 1 1 1 1 k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation. SECTION 1-06, CONTROL OF MATERIALS January 3, 2011 1-06.1 Approval of Materials Prior to Use This section is supplemented with the following new sub -section: 1-06.1(4) Fabrication Inspection Expense In the event the Contractor elects to have items fabricated beyond 300 miles from Seattle, Washington the Contracting Agency will deduct from payment due the Contractor costs to perform fabrication inspection on the following items: • Steel Bridges and Steel Bridge components • Cantilever Sign Structures and Sign Bridges • Prestressed Concrete Girders and Precast Bridge Components • Cylindrical, Disc, Pin, and Spherical Bearings • Modular Expansion Joints • Epoxy Coated Reinforcing Steel • Painted and Powder Coated Luminaire and Signal Poles • Additional items as may be determined by the Engineer The deductions for fabrication inspection costs will be as shown in the Payment Table below. Zone Place of Fabrication Reduction in Payment 1 Within 300 airline miles from Seattle None 2 Between 300 and 3,000 airline miles from Seattle $700.00 per *inspection day 3 Over 3,000 airline miles from Seattle $1,000 per *inspection day, but not less than $2,500 per trip *Note - An inspection day includes any calendar day or portion of a calendar day spent inspecting at or traveling to and from a place of fabrication. Where fabrication of an item takes place in more than one zone, the reduction in payment will be computed on the basis of the entire item being fabricated in the furthest of zones where any fabrication takes place on that item. The rates for Zone 2 and 3 shall be applied for the full duration time of all fabrication inspection activities to include but not limited to; plant approvals, prefabrication meetings, fabrication, coatings and final inspection. 5 1-06.2(2)A General Table 2 "Pay Factors" on page 1-39 is revised to read: Table 2 Pav Factors PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor (PU + PL)- 100 Category n_3 n_4 n=5 n=6 n_7 n_8 n=9 n=10 to n=12 to ' n_15 to n=18 to n_23 to n_30 to n_43 to n=67 to n=11 n=14 n=17 n_22 n=29 n=42 n=66 b 1.05 46 51 54 56 58 100 100 100 100 100 100 100 100 100 100 1.04 45 49 53 55 100 99 97 95 96 96 96 97 97 97 97 1.03 44 48 51 100 98 96 94 92 93 93 94 95 95 96 96 1.02 43 47 50 99 97 94 91 89 90 91 92 93 93 94 94 1.01 100 100 100 98 95 92 89 87 88 89 90 91 92 92 93 1.00 69 75 78 80 82 83 84 85 86 87 88 89 90 91 92 0.99 66 72 76 78 80 81 82 83 84 85 86 87 89 90 91 0.98 64 70 74 76 78 79 80 81 82 84 85 86 87 88 90 0.97 63 68 72 74 76 77 78 79 81 82 83 84 86 87 88 0.96 61 67 70 72 74 75 76 78 79 81 82 83 84 86 87 0.95 59 65 68 71 72 74 75 76 78 79 80 82 83 84 86 0.94 58 63 67 69 71 72 73 75 76 78 79 80 82 83 85 0.93 57 62 65 67 69 71 72 73 75 76 78 79 80 82 84 0.92 55 60 63 66 68 69 70 72 73 75 76 78 79 81 82 0.91 54 59 62 64 66 68 69 70 72 74 75 76 78 79 81 0.90 53 57 61 63 65 66 67 69 71 72 74 75 77 78 80 0.89 51 56 59 62 63 65 66 68 69 71 72 74 75 77 79 0.88 50 55 58 60 62 64 65 66 68 70 71 73 74 76 78 0.87 49 53 57 59 61 62 63 65 67 68 70 71 73 75 77 0.86 48 52 55 58 59 61 62 64 66 67 69 70 72 74 76 (Continued) Table 2 "Pay Factors" on page 1-40 is revised to read: Table 2 Pav Factors (continued PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor (Pu + PJ -100 Category n=3 n=4 n=5 n=6 n_7 n=8 n=9 n_10 to n=12 to n_15 to n=18 to n=23 to n=30 to n=43 to n=67 to n=11 n=14 n=17 n=22 n=29 n=42 n=66 b 0.85 46 51 54 56 58 60 61 62 64 66 67 69 71 72 75 0.84 45 49 53 55 57 58 60 61 63 65 66 68 70 71 73 0.83 44 48 51 54 56 57 58 60 62 64 65 67 69 70 72 0.82 43 47 50 53 54 56 57 59 61 62 64 66 67 69 71 0.81 41 46 49 51 53 55 56 58 59 61 63 64 66 68 70 0.80 40 44 48 50 52 54 55 56 58 60 62 63 65 67 69 0.79 39 43 46 49 51 52 54 55 57 59 61 62 64 66 68 0.78 38 42 45 48 50 51 52 54 56 58 59 61 63 65 67 0 77 36 41 44 46 48 50 51 53 55 57 58 60 62 64 66 0 76 35 39 43 45 47 49 50 52 54 56 57 59 61 63 65 0.75 33 38 42 44 46 48 49 51 53 54 56 58 60 62 64 REJECT Values Less Than Those Shown Above Reject Quality Levels Less Than Those Specified for a 0.75 Pay Factor Note: If the value of (Pu + PO - 100 does not correspond to a (Pig + PL) - 100 value in this table, use the next smaller (Pu + PO - 100 value. 6 11 11 i 1 1 1 11 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 1, 2011 1-07.2 Sales Tax The third sentence in the first paragraph is revised to read: The Contractor shall contact the Contract Payment section of the Division of Accounting & Financial Services of the Department of Transportation, Olympia WA for questions on sales tax. The first sentence in the third paragraph is revised to read: The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the State Department of Revenue a certificate showing that all Contract - related taxes have been paid (RCW 60.28.051). 1-07.5(3) State Department of Ecology Item No. 4. in the first paragraph is revised to read: 4. Perform Work in such a manner that all materials and substances not specifically identified in the Contract documents to be placed in the water do not enter waters of the State, including wetlands. These include, but are not limited to, petroleum products, hydraulic fluid, fresh concrete, concrete wastewater, process wastewater, slurry materials and waste from shaft drilling, sediments, sediment -laden water, chemicals, paint, solvents, or other toxic or deleterious materials. 1-07.9(1) General The second sentence in the fourth paragraph is revised to read: When the project involves highway Work, heavy Work and building Work, the Contract Provisions may list a Federal wage and fringe benefit rate for the highway Work, a separate Federal wage and fringe benefit rate for both the heavy Work and the building Work. 1-07.13(4) Repair of Damage The last sentence in the first paragraph is revised to read: For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2), 1-07.13(3), or 8- 17.5, payment will be made in accordance with Section 1-09.4 using the estimated bid item "Reimbursement for Third Party Damage". 1-07.14 Responsibility for Damage The third, fourth and fifth paragraphs are revised to read: Subject to the limitations in this section and RCW 4.24.115 the Contractor shall indemnify, defend, and save harmless the State, Governor, Commission, Secretary, and all officers and employees of the State from all claims, suits, or actions brought for injuries to, or death of, any persons or damages resulting from construction of the Work or in consequence of any negligence or breach of contract regarding the Work, or the use of any improper materials in the Work, caused in whole or in part by any act or omission by the Contractor or the agents or employees of the Contractor during performance or at any time before final 7 acceptance. In addition to any remedy authorized by law, the State may retain so much of the money due the Contractor as deemed necessary by the Engineer to ensure indemnification until disposition has been made of such suits or claims. Subject to the limitations in this section and RCW 4.24.115, the Contractor shall indemnify, defend, and save harmless any county, city, or region, its officers, and employees connected with the Work, within the limits of which county, city, or region the Work is being performed, all in the same manner and to the same extent as provided above for the protection of the State, its officers and employees, provided that no retention of money due the Contractor be made by the State except as provided in RCW 60.28, pending disposition of suits or claims for damages brought against the county, city, or district. Pursuant to RCW 4.24.115, where such claims, suits, or actions result from the concurrent negligence of (a) the indemnitee or the indemnitee's agents or employees and (b) the Contractor or the Contractor's agent or employees, the indemnity provisions provided in the preceding paragraphs of this section shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of its agents and employees. This section is supplemented with the following: THE CONTRACTOR SPECIFICALLY ASSUMES ALL POTENTIAL LIABILITY FOR ACTIONS BROUGHT BY EMPLOYEES OF THE CONTRACTOR AND, SOLELY FOR THE PURPOSE OF ENFORCING THE DEFENSE AND INDEMNIFICATION OBLIGATIONS SET FORTH IN SECTION 1-07.14, THE CONTRACTOR SPECIFICALLY WAIVES ANY IMMUNITY GRANTED UNDER THE STATE INDUSTRIAL INSURANCE LAW, RCW TITLE 51. THIS WAIVER HAD BEEN MUTUALLY NEGOTIATED BY THE PARTIES. THE CONTRACTOR SHALL SIMILARLY REQUIRE THAT EACH SUBCONTRACTOR IT RETAINS IN CONNECTION WITH THE PROJECT COMPLY WITH THE TERMS OF THIS PARAGRAPH, WAIVE ANY IMMUNITY GRANTED UNDER RCW TITLE 51 AND ASSUME ALL LIABILITY FOR ACTIONS BROUGHT BY EMPLOYEES OF THE SUBCONTRACTOR. 1-07.15 Temporary Water Pollution/Erosion Control The fourth paragraph is deleted. 1-07.15(1) Spill Prevention, Control and Countermeasures Plan This section is deleted in its entirety and replaced with the following: The Contractor shall prepare and implement a project -specific spill prevention, control, and countermeasures plan (SPCC Plan) for the duration of the project. The Contractor shall submit the plan to the Project Engineer no later than the date of the preconstruction conference. No on-site construction activities may commence until the Contracting Agency accepts an SPCC Plan for the project. SPCC Plan template and guidance information is available at: http://www.wsdot.wa.gov/Environment/HazMat/SpillPrevention.htm. The SPCC Plan shall address all fuels, petroleum products and hazardous materials, as defined in Chapter 447 of the WSDOT Environmental Procedures Manual (M 31-11). Occupational safety and health requirements that may pertain to SPCC Plan implementation are contained in, but not limited to, WAC 296-824 and WAC 296-843. The 8 U 1 1 1 1 1 1 1 1 1 1 1 1 1 'I 1 SPCC Plan shall address conditions that may be required by Section 3406 of the current International Fire Code, or as approved by the local Fire Marshal. Implementation Requirements The Contractor shall update the SPCC Plan throughout project construction so that the written plan reflects actual site conditions and practices. The Contractor shall update the SPCC Plan at least annually and maintain a copy of the updated SPCC Plan on the project site. The Contractor shall fully implement the SPCC Plan, as accepted and updated, at all times. SPCC Plan Element Requirements The SPCC Plan shall set forth the following information in the following order: 1. Responsible Personnel Identify the names, titles, and contact information for the personnel responsible for implementing and updating the plan and for responding to spills. 2. Spill Reporting List the names and telephone numbers of the Federal, State, and local agencies the Contractor shall notify in the event of a spill. 3. Project and Site Information Describe the following items: A. The project Work. B. The site location and boundaries. 1� C. The drainage pathways from the site. D. Nearby waterways and sensitive areas and their distances from the site. II 4. Potential Spill Sources Describe each of the following for all potentially hazardous materials brought or II generated on-site (including materials used for equipment operation, refueling, maintenance, or cleaning): 11 1 1 1 A. Name of material and its intended use. B. Estimated maximum amount on-site at any one time. C. Location(s) (including any equipment used below the ordinary high water line) where the material will be staged, used, and stored and the distance(s) from nearby waterways and sensitive areas. 5. Pre -Existing Contamination Describe any pre-existing contamination and contaminant sources (such as buried pipes or tanks) in the project area that are described in the Contract provisions and Plans. Identify equipment and work practices that shall be used to prevent the release of contamination. 9 6. Spill Prevention and Response Training Describe how and when all project personnel, including refueling personnel and other Subcontractors, shall be trained in spill prevention, containment, and response and in the location of spill response kits. 7. Spill Prevention Describe the following items: A. The contents and locations of spill response kits that the Contractor shall supply and maintain that are appropriately stocked, located in close proximity to hazardous materials and equipment, and immediately accessible. B. Security measures for potential spill sources to prevent accidental spills and vandalism. C. Methods used to prevent stormwater from contacting hazardous materials. D. Secondary containment for each potential' spill source listed in 4, above. Secondary containment structures shall be in accordance with Section S9.D.9 of Ecology's Construction Storm water General NPDES Permit, where secondary containment means placing tanks or containers within an impervious structure capable of containing 110% of the volume contained in the largest tank within the containment structure. Double - walled tanks do not require additional secondary containment. E. BMP Methods used to prevent discharges to ground or water during mixing and transfers of hazardous materials and fuel. Methods to control pollutants shall use BMPs in accordance with Ecology's Construction Stormwater General NPDES Permit. BMPs guidance is provided in Ecology's Stormwater Management Manuals, such as Volume 11 — Construction Stormwater Pollution Prevention, BMP C153 and Volume IV Source Control BMPs. F. Refueling procedures for equipment that cannot be moved from below the ordinary high water line. G. Daily inspection and cleanup procedures that ensure all equipment used below the ordinary high water line is free of all external petroleum-based products. H. Routine equipment, storage area, and structure inspection and -;maintenance practices to prevent drips, leaks or failures of hoses, valves, fittings, containers, pumps, or other systems that contain or transfer hazardous materials. I. Site inspection procedures and frequency. 10 ,I i 1 1 111 8. Spill Response Outline the response procedures the Contractor shall follow for each scenario listed below, indicating that if hazardous materials are encountered or spilled during construction, the Contractor shall do everything possible to control and contain the material until appropriate measures can be taken. Include a description of the actions the Contractor shall take and the specific on-site spill response equipment that shall be used to assess the spill, secure the area, contain and eliminate the spill source, clean up spilled material, decontaminate equipment, and dispose of spilled and contaminated material. A. A spill of each type of hazardous material at each location identified in 4, above. I B. Stormwater that has come into contact with hazardous materials. 1 1 1 1 1 1 1 1 C. A release or spill of any pre-existing contamination and contaminant source described in 5, above. D. A release or spill of any unknown pre-existing contamination and contaminant sources (such as buried pipes or tanks) encountered during project Work. E. A spill occurring during Work with equipment used below the ordinary high water line. If the Contractor will use a Subcontractor for spill response, provide contact information for the Subcontractor under item 1 (above), identify when the Subcontractor shall be used, and describe actions the Contractor shall take while waiting for the Subcontractor to respond. 9. Project Site Map Provide a map showing the following items: A. Site location and boundaries. B. Site access roads. C. Drainage pathways from the site. D. Nearby waterways and sensitive areas. E. Hazardous materials, equipment, and decontamination areas identified in 4, above. F. Pre-existing contamination or contaminant sources described in 5, above. G. Spill prevention and response equipment described in 7 and 8, above. 11 10. Spill Report Forms Provide a copy of the spill report form(s) that the Contractor shall use in the event of a release or spill. Payment Payment will be made in accordance with Section 1-04.1 for the following bid item when it is included in the Proposal: "SPCC Plan," lump sum. When the written SPCC Plan is accepted by Contracting Agency, the Contractor shall receive 50 -percent of the lump sum Contract price for the plan. The remaining 50 -percent of the lump sum price will be paid after the materials and equipment called for in the Plan are mobilized to the project. The lump sum payment for "SPCC Plan" shall be full pay for all costs associated with creating and updating the accepted SPCC Plan, all costs associated with the set up of prevention measures, and implementing the current SPCC Plan as required by this Specification. As to other costs associated with releases or spills, including restocking spill kits, the Contractor may request payment as provided for in the Contract. No payment shall be made if the release or spill was caused by or resulted from the Contractor's operations, negligence, or omissions. 1-07.16(2) Vegetation Protection and Restoration The second paragraph is revised to read: Damage which may require replacement of vegetation includes tom bark stripping, broken branches, exposed root systems, cut root systems, poisoned root systems, compaction of surface soil and roots, puncture wounds, drastic reduction of surface roots or leaf canopy, changes in grade greater than 6 -inches, or any other changes to the location that may jeopardize the survival or health of the vegetation to be preserved. The third paragraph is revised to read: When large roots of trees designated to be saved are exposed by the Contractor's operation, they shall be wrapped with heavy, moist material such as burlap or canvas for protection and to prevent excessive drying. The material shall be kept moist and securely fastened until the roots are covered to finish grade. All material and fastening material shall be removed from the roots before covering. All roots 1 -inch or larger in diameter, which are damaged, shall be pruned with a sharp saw or pruning shear. Damaged, torn, or ripped bark shall be removed as designated by the Engineer at no additional cost to the Contracting Agency. The fourth paragraph is revised to read: Any pruning activity required to complete the Work as specified shall be performed by a Certified Arborist as designated by the Engineer. 12 1 1 1 1 1 1 1 1 1 1 1 1 1-07.18 Public Liability and Property Damage Insurance This section is deleted in its entirety and replaced with the following: 1-07.18 Public Liability and Property Damage Insurance The Contractor shall obtain and keep in force the following policies of insurance. The policies shall be with companies or through sources approved by the State Insurance Commissioner pursuant to Chapter 48.05, RCW. Unless otherwise indicated below, the policies shall be kept in force from the execution date of the Contract until the date of acceptance by the Secretary (Section 1-05.12). 1. Owners and Contractors Protective (OCP) Insurance providing bodily injury and property damage liability coverage with limits of $3,000,000 per occurrence and, per project, in the aggregate for each policy period, written on Insurance Services Office (ISO) form CG0009 1204, together with Washington State Department of Transportation amendatory endorsement CG 2908 1195, specifying the Contracting Agency, the State, the Governor, the Commission, the Secretary , the Department and all officers and employees of the State as named insured. 2. Commercial General Liability (CGL) Insurance written under ISO Form CG0001 or its equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate for each one year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and completed operations coverage shall be provided for a period of three years following Substantial Completion of the Work. 3. Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and nonowned vehicles assigned to or used in the performance of the Work with a combined single limit of not less than $1,000, 000 each occurrence. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $1,000,000 per occurrence with the State named as an additional insured or designated insured in connection with the Contractor's Performance of the Contract. If pollutants are to be transported, MCS 90 and CA 99 48 endorsements are required on the Commercial Automobile Liability insurance policy unless in -transit pollution risk is covered under a Pollution Liability insurance policy. 4. The Contractor shall be Named Insured and the Contracting Agency, the State, the Governor, the Commission, the Secretary, the Department, all officers and employees of the State, and their respective members, directors, officers, employees, agents and consultants (collectively the "Additional Insureds") shall be included as Additional Insureds for all policies and coverages specified in this Section, with the exception of the OCP policy. Said insurance coverage shall be primary and non-contributory insurance with respect to the insureds and the Additional Insureds. Any insurance or self-insurance beyond that specified in this Contract that is maintained by any Additional Insured shall be in excess of such insurance and shall not contribute with it. All insurance coverage required by this Section shall be written and provided by "occurrence -based" policy forms rather than by "claims made" forms. All endorsements adding Additional Insureds to required policies shall be issued on (i) form CG 20 10 11 85 or a form deemed equivalent by the Contracting Agency, 13 providing the Additional Insureds with all policies and coverages set forth in this Section, with the exception of the OCP and Commercial Auto policies or (ii) form CA 20 48 or forms deemed equivalent by Contracting Agency, providing the Additional Insureds with all coverage's required under the Commercial Automobile Liability. 5. The coverage limits to be provided by Contractor for itself and to the Contracting Agency and Additional Insureds pursuant to this section or any Special Provision, shall be on a "per project" aggregate basis with the minimum limits of liability as set forth herein for both general liability and products/completed operations claims. The additional insured coverage required under this Section for products/completed operations claims shall remain in full force and effect for not less than three years following Substantial Completion of the project. If the Contractor maintains, at any time, coverage limits for itself in excess of limits set forth in this Section 1-07.18 or any Special Provision, then those additional coverage limits shall also apply to the Contracting Agency and the Additional Insureds. This includes, but is not limited to, any coverage limits provided under any risk financing program of any description, whether such limits are primary, excess, contingent or otherwise. 6. All insurance policies and coverage's required under Section 1-07.18 and Section 1- 07.10 shall contain a waiver of subrogation against the Contracting Agency , the State, any Additional Insured and their respective departments, agencies, boards, and commissions and their respective officers, officials, agents, and employees for losses arising from Work performed by or on behalf of the Contractor. This waiver has been mutually negotiated by the parties. 7. Where applicable, the Contractor shall cause each Subcontractor to provide insurance that complies with all applicable requirements of the Contractor -provided insurance as set forth herein, in circumstances where the Subcontractor is not covered by the Contractor -provided insurance. The Contractor shall have sole responsibility for determining the limits of coverage required, if any, to be obtained by Subcontractors, which determination shall be made in accordance with reasonable and prudent business practices. In the event that a Subcontractor is required to add the Contractor as an additional insured pursuant to its contract for Work at the Project, then the Contractor shall also cause each Subcontractor to include the Contracting Agency and the Additional Insureds as additional insureds as well, for primary and non- contributory limits of liability under each Subcontractor's Commercial General Liability, Commercial Automobile Liability and, any other coverage's which may be required pursuant to a "Special Provision". 8. Unless specifically noted otherwise in the Contract Documents, the parties to this Contract do not intend by any of the provisions of this Contract to cause the public or any member thereof or any other Person to be a third party beneficiary of the Contract Documents. Nothing in this Contract authorizes anyone not a party to this Contract or a designated third party beneficiary to this Contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Contract. It is the further intent of the Contracting Agency and the Contractor in executing the Form of Contract that no individual, firm, corporation or any combination thereof which supplies materials, labor, services, or equipment to the Contractor for the performance of the Work shall become thereby a third party beneficiary of this Contract. 14 1 1 1 1 1 1 1 e 1 1! 1 The Contract Documents shall not be construed to create a contractual relationship of any kind between the Contracting Agency and a Subcontractor or any other Person except the Contractor. 9. The Owners and Contractors Protective Insurance policy shall not be subject to a deductible or contain provisions for a deductible. The Commercial General Liability policy and the Commercial Automobile Liability Insurance policy may, at the discretion of the Contractor, contain such provisions. If a deductible applies to any claim under these policies, then payment of that deductible will be the responsibility of the Contractor, notwithstanding any claim of liability against the Contracting Agency. However in no event shall any provision for a deductible provide for a deductible in excess of $50,000.00. 10. With the exception of the Commercial Automobile liability coverage, no policies of insurance required under this Section shall contain an arbitration or alternative dispute resolution clause applicable to disputes between the insurer and its insureds. Any and all disputes concerning (i) terms and scope of insurance coverage afforded by the policies required hereunder and/or (ii) extra contractual remedies and relief which may be afforded policy holders in connection with coverage disputes, shall be resolved in Washington Superior Court, applying Washington law. 11. Prior to Contract execution, the Contractor shall file with the Department of Transportation, Contract Payment Section, P.O. Box 47420, Olympia, WA 98504- 7420, ACORD Form Certificates of Insurance evidencing the minimum insurance coverages required under these Specifications. Within 30 days of being awarded a Contract, the Contractor shall provide the Department with complete copies, which may be electronic copies, of all insurance policies required under this section and any Special Provisions. 12. The Contractor shall provide written notice to the Engineer of any policy cancellations and provide the Department of Transportation, Contract Payment Section, P.O. Box 47420 Olympia, WA 98504-7420, by U.S Mail, notice of any policy cancellation within two business days of receipt of cancellation. 13. Failure on the part of the Contractor to maintain the insurance as required, or to not provide certification and copies of the insurance prior to the time specified in subsection 11 above, shall constitute a material breach of Contract upon which the Contracting Agency may, after giving 5 -business days notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. All costs for insurance, including any payments of deductible amounts, shall be considered incidental to and included in the unit Contract prices and no additional payment will be made. 15 SECTION 1-08, PROSECUTION AND PROGRESS April 4, 2011 1-08.1 Subcontracting The second and third sentences in the eighth paragraph are revised to read: This Certification shall be submitted to the Project Engineer on WSDOT form 421-023, "Quarterly Report of Amounts Paid as MBE/WBE Participants", quarterly for the State fiscal quarters: January 1 through March 31, April 1 through June 30, July 1 through September 30, October 1 through December 31, and for any remaining portion of a quarter through Physical Completion of the Contract. The report is due 20 calendar days following the fiscal quarter end or 20 -calendar days after Physical Completion of the Contract. The first sentence in the ninth paragraph is revised to read: On all projects funded with both Contracting Agency funds and Federal assistance the Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" on a quarterly basis in which DBE work is accomplished, for every quarter in which the Contract is active or upon completion of the project, as appropriate. The last sentence in the ninth paragraph is revised to read: When required, this "Quarterly Report of Amounts Credited as DBE Participation" is in lieu of WSDOT form 421-023, "Quarterly Report of Amounts Paid as MBE/WBE Participants". 1-08.5 Time for Completion The last two sentences in the first paragraph are revised to read: When any of these holidays fall on a Sunday, the following Monday shall be counted a nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be counted a nonworking day. The days between December 25 and January 1 will be classified as nonworking days. Item number 2.c. in the sixth paragraph is revised to read: c. Quarterly Reports of Amounts Paid as MBE/WBE Participants, or Quarterly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. 16 SECTION 1-09, MEASUREMENT AND PAYMENT August 1, 2011 1-09.2(1) General Requirement for Weighing Equipment This section is revised to read: Unless specified otherwise, any Highway or Bridge construction materials to be proportioned or measured and paid for by weight shall be weighed on a scale. Scales Scales shall: 1. be accurate to within 0.5 -percent of the correct weight throughout the range of use; 2. not include spring balances; 3. include beams, dials, or other reliable readout equipment; 4: be built to prevent scale parts from binding, vibrating, or being displaced and to protect all working parts and; 5. be carefully maintained, with bunkers and platforms kept clear of accumulated materials that could cause errors. Scale Operations Contractor provided scale operations are defined as operations where a scale is set up by the Contractor specifically for the project and most, if not all, material weighed on the scale is utilized for Contract Work. In this situation, the Contractor shall provide a person to operate the project scale, write tickets, perform scale checks and prepare reports. Commercial scale operations include the use of established scales used to sell materials to the public on a regular basis. In addition, for the purposes of this specification, all batch, hopper, and belt scales are considered to be commercial scales. When a commercial scale is used as the project scale, the Contractor may utilize a commercial scale operator provided it is at no additional cost to the contracting agency. In addition, the Contractor shall ensure that: 1. the Engineer is allowed to observe the weighing operation and check the daily scale weight record; 2. scale verification checks are performed at therdirection of the Contracting Agency (see Section 1-09.2(5)); 3. several times each day, the scale operator records and makes certain the platform scale balances and returns to zero when the load is removed; and 17 4. test results and scale weight records for each day's hauling operations are provided to the Engineer daily. Unless otherwise approved, reporting shall utilize form 422-027, Scaleman's Daily Report. Trucks and Tickets Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh or load ticket from the scale operator. The Contracting Agency will provide item quantity tickets for scales that are not self -printing. The Contractor shall provide tickets for self - printing scales. All tickets shall, at a minimum, contain the following information: 1. date of haul; 2. contract number; 3. contract unit Bid item; 4. unit of measure; 5. identification number of hauling vehicle; and 6. weight delivered a. net weight in the case of batch and hopper scales b. gross weight, tare and net weight in the case of platform scales (tare may be omitted if a tare beam is used) c. approximate load out weight in the case of belt conveyor scales The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. The material delivery point is defined as the location where the material is incorporated into the permanent Work. 1-09.2(2) Specific Requirements for Batching Scales In the first paragraph, the last sentence is revised to read: Batching scales used for Portland Cement concrete or hot mix asphalt shall not be used for batching other materials. 1-09.2(3) Specific Requirements for Platform Scales In the first paragraph, the last sentence is revised to read: A tare weight shall be taken of each hauling vehicle at least once daily. The third paragraph is deleted. 18 1 r 1 1 1 1 1 1 1 1-09.2(5) Measurement This section is revised to read: Scale Verification Checks The Engineer will verify the accuracy of each batch, hopper or platform scale. The frequency of verification checks will be such that at least one test weekly is performed for each weighed contract item of work being performed during that week. Verification checks may not be routinely conducted for weighed material, who's proposal quantity multiplied by the unit bid price, has a value less than $20,000. The verification will consist of one of the following methods and be at the Contractor's option: 1. Weigh a loaded truck on a separate certified platform scale designated by the Contractor, for the purpose of scale verification. 2. Weigh a vehicle that weighs at least 10,000 pounds on a separate certified scale and then check the project scale with it. 3. Establish a certified fixed load weighing at least 10,000 pounds as a check -weight. The certification shall consist of an affidavit affirming the correct weight of the fixed load. Should the scale verification check reveal a weight difference of more than 0.5 -percent, a second scale verification check shall be performed immediately. If the weight differences of both comparison checks exceed the 0.5 -percent limit and the scale has been over weighing, the Contractor shall immediately stop weighing and the scale shall be recertified at the Contractor's expense. If the weight difference of both comparison checks exceed the 0.5 -percent limit and the scale is under weighing, it shall be adjusted immediately. The Contractor will not be compensated for any loss from under weighing. Belt Scales To test the accuracy of a belt -conveyor scale, the Contractor shall weigh five or more payloads from sequential hauling units and compare these weights with weights of the same payloads taken on a separate certified platform scale. If the test results fluctuate, the Engineer may require more than five check loads. Conveyor weights will be based on tonnage values taken from the sealed odometer at the beginning and end of each check period. If scale verification checks show the scale has been under weighing, it shall be adjusted immediately. The Contractor will not be compensated for any loss from under weighing. If scale verification checks show the scale has been overweighing, its operation will cease immediately until adjusted. Minor Construction Items If the specifications and plans require weight measurement for minor construction items, the Contractor may request permission to convert volume to weight. If the Engineer 19 approves, an agreed factor may be used to make this conversion and volume may be used to calculate the corresponding weight for payment. 1-09.2(6) Payment This section is revised to read: Unless specified otherwise the Contracting Agency will pay for no materials received by weight unless they have been weighed as required in this section or as required by another method the Engineer has approved in writing. The Contractor shall not be compensated for any Toss from under weighing that is revealed by scale verification checks. If scale verification checks reveal that the scale is over weighing, then payment for all material weighed since the last valid scale verification check will be adjusted. The contracting agency will calculate the combined weight of all materials weighed after the last verification check showing accurate results. This combined weight will then be reduced for payment by the percentage of scale error that exceeds 0.5 -percent unless the Contractor demonstrates to the satisfaction of the Engineer that the defect in the scale was present for a lesser period of time. Unit contract prices for the various pay items of the project cover all costs related to weighing and proportioning materials for payment. These costs include but are not limited to: furnishing, installing, certifying, and maintaining scales; providing a weigher to operate a Contractor provided scale; providing a weigher to operate a commercial scale, if necessary; • providing self -printing tickets, if necessary; rerouting a truck for verification weighing; • assisting the Engineer with scale verification checks; • any other related costs associated with meeting the requirements of this section. 1-09.9 Payments The first paragraph is revised to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum Items to enable the Project Engineer to determine the Work performed on a monthly basis. Lump sum item breakdowns shall be submitted prior to the first progress payment that includes payment for the Bid Rem in question. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum 20 1 1 breakdown the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. In the third paragraph, the second sentence is deleted. 111 1-09.11(1)A Disputes Review Board Membership This section is supplemented with the following new paragraph: 1 1 1 1 t 1 The Contracting Agency and Contractor shall indemnify and hold harmless the Board Members from and against all claims, damages, losses and expenses, including but not limited to attorney's fees arising out of and resulting from the actions and recommendations of the Board. 21 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2010 Standard Specifications for Road, Bridge and Municipal Construction, and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows: (date) General Special Provision Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. (Regions' date) Region Special Provision (BSP date) Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Regions' ER Eastern Region NCR North Central Region NWR Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Project Specific Special Provisions normally appear only in the contract for which they were developed. 23 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995) This project provides a treatment system that removes phosphorus from the digested dewatered centrate at the Yakima Regional Wastewater Treatment Plant. The work is in and around the biosolids dewatering facility. All work shall be in accordance with the CONTRACT PROVISIONS, SPECIFICATIONS, and DRAWINGS. 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions (September 12, 2008 APWA GSP) This Section is supplemented with the following: All references in the Standard Specifications to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. 24 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 25 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this sectionand replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 2 Furnished automatically upon award. Contract Provisions 2 Furnished automatically upon award. Large plans (e.g., 22" x 34") n/a Furnished only upon request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1-02.5 Proposal Forms (June 27, 2011 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal (June 27, 2011 APWA GSP) Supplement the second paragraph with the following: 26 1 1 t 1 11 11 11 11 1 11 11 1 1 1 11 1 w 1 1 1 • 1' 1 1 1 1 1 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to besatisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.7 Bid Deposit (October 1, 2005 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency -assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1-02.9 Delivery of Proposal (January 24, 2011 APWA GSP) Delete this section and replace it with the following: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on, the outside of the 27 envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. The Contracting Agency will not consider Proposals it receives after the time fixed for opening Bids in the call for Bids. 1-02.13 Irregular Proposals (March 25, 2009 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or j. More than one proposal is submitted for the same project from a Bidder under the same or different names. 1-02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work; 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 28 'i 1 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. This section is supplemented with the following: Compliance with Immigration and Naturalization Act The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other City contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E -Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States. E -Verify will be used for newly hired employees during the term of the contract only; it is not to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. If the contractor has not previously filed an E -Verify Compliance Declaration with the City, the contractor must sign the attached E -Verify Compliance Declaration and submit it to the City prior to being awarded the contract. Failure to do so may be cause for rejection of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to're1: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. 29 Within Ten (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency - furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials -ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of Twenty (20) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on.a Contracting Agency -furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 5 Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officerof the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). 1-03.7 Judicial Review Revise the last sentence to read: 30 1 1 1 1 1 1 ti 1 1 ti 11 1 11 1 1 11 1 'l 1 1 t 1 1 1 Such review, if any, shall be timely filed in the Superior Court of Yakima County, Washington. 1-04 SCOPE OF THE WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 7. Contracting Agency's Standard Plans (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.11 Final Cleanup This section is supplemented with the following: The Contractor shall do partial cleanup when he determines it is necessary or when, in the opinion of the Engineer, partial cleanup shall be done for public safety. The cleanup work shall e done immediately upon notification from the Engineer and other work shall not proceed until the partial cleanup is accomplished. 1-05 CONTROL OF WORK 1-05.1 Authority of the Engineer This section is supplemented with the following: Unless otherwise expressly provided in the Contract Drawings, Specifications and Addenda, the means and methods of construction shall be such as the Contractor may choose; subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will constitute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accordance with the terms of the Contract. The Engineer's approval of the Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of the obligation to accomplish the result intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages. The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property of the work force. Such authority shall not, however, relieve 31 the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions. 1-05.4 Conformity With And Deviations From Plans And Stakes This section is supplemented with the following: The Contractor shall be responsible for all surveying required for this project. A Professional Surveyor, licensed in the State of Washington, shall be employed by the Contractor to perform all horizontal and vertical control work, and to do the construction staking, including setting offset points and grades. The Contractor shall protect all existing monuments within the construction limits from being disturbed or damaged in any way during construction. If any monuments are disturbed, damaged or removed during construction, the Licensed Surveyor shall replace such monuments in accordance with State Law including recording a Land Corner Record for each monument affected. All associated costs for the survey work shall be incidental to the other bid items of the project. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 32 1 '1 r 1 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. 33 Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (March 25, 2009 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.14, it will take these performance reports into account. 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: - All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered 34 I{ t 1 1 1 1 1 1 1 1 1 1 copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1-07.2 State Taxes Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011.APWA GSP) 35 The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- 07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or 36 1 consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). (March 13, 1995) The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay sales tax. The provisions of Section 1-07.2(1) apply. 'l 1-07.5(4) Air Quality This section is supplemented with the following: IThe local air pollution authority is the Yakima Regional Clean Air Authority, (509) 574-1410. 1 1 1 1 1 1 1 1 1-07.9(5) Required Documents (January 24, 2011 APWA GSP) Supplement this section with the following: The Contractor or subcontractor directly contracting for "Off -Site, Prefabricated, Non - Standard, Project Specific Items" as defined below shall identify and report information required on the addendum to the "Affidavit of Wages Paid" form filed with the Department of Labor and Industries [form F700-164-000]. The Contractor shall include language in its subcontracts requiring subcontractors and lower -tier subcontractors to comply with the reporting requirements for "Off -Site, Prefabricated, Non -Standard, Project Specific Item" on the Affidavit of Wages Paid form addendum. The reporting requirement for Items shall apply for all public works contracts estimated to cost over $1 million entered into by the Contracting Agency and Contractor between September 1, 2010 through December 31, 2013. "Off-site, prefabricated, nonstandard, project specific items" means products or items that are: 1. Made primarily of architectural or structural precast concrete, fabricated steel, pipe and pipe systems, or sheet metal and sheet metal duct work; and 2. Produced specifically for this Project and not considered to be regularly available shelf items; and 3. Produced or manufactured by labor expended to assemble or modify standard items; and 4. Produced at an off-site location outside the State of Washington. The Contractor or subcontractor shall comply with the reporting requirements and instructions on the Affidavit of Wages Paid form, and shall report the following information on the Affidavit of Wages Paid form submitted to the Department of Labor and Industries in 37 order to comply with the reporting requirements for use of "Off -Site, Prefabricated, Non - Standard, Project Specific" items: 1. The estimated cost of the project; 2. The name of the Contracting Agency and the project title; 3. The contract value of the off-site, prefabricated, nonstandard, project specific items produced outside of Washington State, including labor and materials; and 4. The name, address, and federal employer identification number of the contractor that produced the off-site, prefabricated, nonstandard, project specific items. The Contracting Agency may direct the Contractor, at no additional cost to the Contracting Agency, to remove and substitute any subcontractor(s) found to be out of compliance with the "Off -Site Prefabricated Non -Standard Project Specific Items" reporting requirements more than one time as determined by the Department of Labor and Industries. Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: (*****) Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their Contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. It shall be the contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and assess their impacts on his construction activities. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: QWEST 8 W 2nd Ave, Rm 304, Yakima, WA 98902 509-575-7183 Charter Communications 1005 N. 16th Ave., Yakima, WA 98902 509-575-1697 City of Yakima Water Div. 2301 Fruitvale Blvd., Yakima, WA 98902 509-575-6154 City of Yakima Wastewater Div. 2220 E. Viola, Yakima, WA 98901 509-575-6077 Cascade Natural Gas Corp. 401 N. 1st Street, Yakima, WA 98901 509-457-5905 Pacific Power PO Box 1729, Yakima, WA 98907 509-575-3146 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council -Area 5, telephone number 1-800-553-4344, at least 72 hours prior to start of excavation so that underground utilities may be marked. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public 38 r 1 r 111 1' 1 1 1 1 I 1 1 1 1 1 and private) in the field to familiarize himself with plans and schedules of the installations on new, relocated, or adjusted utilities. Both public and private utility organizations may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (January 24, 2011 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A-: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and/or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The insurance policies shall contain a "cross liability" provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non- contributory insurance as respects the Contracting Agency's insurance, self-insurance, or insurance pool coverage. F. The Contractor shall provide the Contracting Agency and all Additional Insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). 39 H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1-07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): ■ the Contracting Agency and its officers, elected officials, employees, agents, and volunteers ■ appointed officials The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(3) describes limits lower than those maintained by the Contractor. 1-07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1-07.18(5)A and 1-07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 1-07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall no't satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from 40 1 1 liability in excess of such limits. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: Per project aggregate Premises/Operations Liability Products/Completed Operations — for a period of one year following final acceptance of the work. Personal/Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence Stop Gap / Employers' Liability $1,000,000 $1,000,000 $1,000,000 Each Accident Disease - Policy Limit Disease - Each Employee 1-07.18(5)B Automobile Liability Automobile Liability for owned, non -owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit 1-07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 1-08 PROSECUTION AND PROGRESS Add the following new section: 41 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. Add the following new section: Add the following new section: 1-08.0(2) Hours of Work (June 27, 2011 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. Written permission from the Engineer is required, if a Contractor desires to perform work on holidays, Saturdays, or Sundays; before 7:00 a.m. or after 6:00 p.m. on any day; or longer than an 8 -hour period on any day. The Contractor shall apply in writing to the Engineer for such permission, no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. 42 Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be 11 subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays, or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: • The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. 1 1 1 1 1 1 1 1 1 1 1 • On non -Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. • Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. • Considering multiple work shifts as multiple working days with respect to contract time, even though the multiple shifts occur in a single 24-hour period. Add the following new section: 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees (May 25, 2006 APWA GSP; may not be used on FHWA-funded projects) Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8 -hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. In such case, the Contracting Agency may deduct from amounts due or to become due to the Contractor for the costs in excess of the straight -time costs for employees of the Contracting Agency required to work overtime hours. The Contractor by these specifications does hereby authorize the. Engineer to deduct such costs from the amount due or to become due to the Contractor. 1-08.1 Subcontracting - D/M/WBE Reporting (October 10, 2008 APWA GSP; may not be used on FHWA-funded projects) Revise the eighth paragraph to read: On all projects funded with Contracting Agency funds only, the Contractor shall certify to the actual amounts paid Disadvantaged, Minority, or Women's Business Enterprise firms that were used as subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the contract. This certification shall be submitted to the Engineer, on 43 the form provided by the Engineer 20 calendar days after physical completion of the contract, whichever comes first. 1-08.3 Progress Schedule This section is supplemented with the following: The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The schedule shall conform to the working modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order, which substantially affects the scheduling. Copies (2 prints or 1 reproducible of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. If the Contractor proceeds with work not indicated on this weekly activity schedule, or in a sequence differing form the which he has shown on this schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 1-08.4 Prosecution of Work Delete this section in its entirety, and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (June 27, 2011 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1-08.5 Time for Completion This section is supplemented with the following: (March 13, 1995) 44 1i 1� 1' 11 1� This project shall be physically completed within *** 240 *** working days. (June 28, 2007 APWA GSP, Option A) 1-08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-09 MEASUREMENT AND PAYMENT 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.9 Payments ') (June. 27, 2011 APWA GSP, Option A) I 1� 1! Supplement this section with the following: Lump sum item breakdowns are not required when the bid price for the lump sum item is less than $20,000. (June 27, 2011 APWA GSP, Option B) Delete the fourth paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. 45 The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand —100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. 46 DRAWING DESCRIPTION 1 1 1 11 City of Yakima Yakima, Washington Struvite System Implementation City of Yakima For B1d Aug 2011 PROJECT ,AREA DRAWING INDEX: DRAWING NUMBER DRAWING DESCRIPTION GENERAL COVER COVER SHEET, VICINITY MAP, AND DRAWING INDEX G0.1 GENERAL LEGEND G0.2 PIPE & VALVE SCHEDULE G0.3 GENERAL NOTES G0.4 GENERAL ABBREVIATIONS STRUCTURAL S0.01 GENERAL STRUCTURAL NOTES 51.0 SOUDS HANDUNG BUILDING STRUVITE LAYOUT S1 1 SOLIDS HANDUNG BUILDING STRUVITE LAYOUT S1.2 SOUDS HANDLING BUILDING STRUVITE LAYOUT S1.3 SOUDS HANDUNG BUILDING STRUVITE LAYOUT SD1.0 STRUVITE REACTOR DETAILS SDI 1 STRUVITE REACTOR DETAILS SD1.2 STRUVITE REACTOR DETAILS SEI .0 STRUVITE REACTOR STAIR ELEVATIONS SE1 1 STRUVITE REACTOR STAIR ELEVATIONS MECHANICAL PARTIAL PLAN PARTIAL PLAN PARTIAL PLAN PARTIAL PLAN DRAWING NUMBER M1.0 SOUDS HANDLING BUILDING EXISTING CONDITIONS MAIN FLOOR PLAN M1.1 SOUDS HANDLING BUILDING EXISTING CONDITIONS BASEMENT FLOOR PLAN MI .2a SOLIDS HANDUNG BUILDING DEMO / RELOCATION PLAN M1.2b SOUDS'HANDUNG BUILDING DEMO / RELOCATION PLAN M2.0 SOUDS HANDLING BUILDING STRUVITE PERSPECTIVE VIEW M2.1 SOUDS HANDUNG BUILDING STRUVITE LAYOUT OVERALL PLAN M2.2 SOUDS HANDLING BUILDING STRUVITE PLAN M2.3 SOLIDS HANDLING BUILDING STRUVITE SECTIONS M2.4 SOURS HANDLING BUILDING STRUVITE SECTIONS M2.5 SOUDS HANDLING BUILDING STRUVITE SECTIONS M3.0 SOUDS HANDUNG BUILDING CHEMICAL PLAN M3.1 SOUDS HANDLING BUILDING CHEMICAL SECTIONS M3.2 SOLIDS HANDLING BUILDING CHEMICAL SECTIONS & DETAILS MECHANICAL M3.3 SOUDS HANDLING BUILDING CHEMICAL PUMP RACK & DETAILS M4.0 M4.1 M5.0 MD 1.0 MD1 1 MD1 .2 M01.3 ELECTRICAL E0.1 ELECTRICAL DRAWINGS SYMBOL SCHEDULE SOLIDS HANDLING BUILDING STRUVITE SEPARATOR PLAN SOLIDS HANDLING BUILDING STRUVITE SEPARATOR SECTIONS_ SOUDS HANDLING BUILDING SMALL DIAMETER UTILITY PIPE PLAN STRUVITE REACTOR DETAILS MECHANICAL DETAILS MECHANICAL DETAILS MECHANICAL DETAILS E1.0 SOUDS HANDLING BUILDING E2.0 SOLIDS HANDLING BUILDING E2.1 SOLIDS HANDUNG BUILDING E3.0 SOLIDS HANDLING BUILDING E3.1 SOLIDS HANDLING BUILDING E3.2 SOUDS HANDLING BUILDING E4.0 SOUDS HANDLING BUILDING E4 1 SOLIDS HANDLING BUILDING E5.0 SOLIDS HANDLING BUILDING E5.1 SOUDS HANDLING BUILDING E6.0 SOLIDS HANDLING BUILDING E6.1 SOUDS HANDUNG BUILDING E6.2 SOUDS HANDLING BUILDING E6.3 SOUDS HANDUNG BUILDING E6.4 SOLIDS HANDLING BUILDING EXISTING ELECTRICAL MAIN FLOOR PLAN MODIFIED ELECTRICAL MAIN FLOOR PLAN CHEMICAL AREA ELECTRICAL PLAN EXISTING "MCC SHBA" CHEMICAL AREA ELECTRICAL PLAN STRUVITE STARTER PANEL "SVTSP" ELEV. MCC-SHBA UNIT INFORMATION EXISTING AND REVISED CIRCUIT SCHEDULES ONE UNE DIAGRAMS ELECTRICAL WIRING DIAGRAM' STRUVITE CONTROL PANEL ELEVATIONS STRUVITE CONTROL PANEL EWD STRUVITE CONTROL PANEL, EWD STRUVITE CONTROL PANEL EWD STRUVITE CONTROL PANEL EWD PROJECT LOCATION OREGON LOCATION MAP PHARMER ENGINEERING 1998 W. Judith Lone Boise, ID 83705 208.433.1900 m ce 0 LL 1 e 1 1 1 1 1r 111 5 2 I .. in I io 1 GENERAL LEGEND AND NOTES irt.1 .. .. I .. ., VALVE SYMBOLS & NUMBERS - - - PIPE AND FITTING SYMBOLS DOUBLE LINE SINGLE LINE TYPE VALVE NUMBER SYMBOL SYMBOL SEE SPECIFICATION b EXAMPLE FLOW TEXT z DOUBLE LINE SINGLE LINE _ _ kms. PIPE SIZE — —01 BUTTERFLY V-100 + � FLEXIBLE COUPLING PIPE MATERIAL, CORRESPOND TO PIPE SPEC AND SCHEDULE G0.06 AND BELOW LEGEND B -SS2 P 1 El 7 (1te-1 1l) 0 FLEXIBLE COUPLING WITH THRUST TIES b _ d —M}— BALL V-200 + LEGEND E _^_ - — - 1 ® 1 STEEL BELLOWS EXP JOINT - -titi 0 ^ POWER POLE — IV — NEW WATER LINE y NATURAL GAS VALVE —f—_ O ---�— IQI ELASTOMER BELLOWS EXP JOINT - - _ HV _ HOT WATER LINE SANITARY SEWER MANHOLE — CV — COLD WATER LINE e WATER METER —� �— FENCE LINE H _ --�— — —d— PLUG V-300 + • H J OI ELBOW UP 0 - - ® LARGE WATER METER — EP — EDGE OF PAVEMENT - -o- SIGN -- DIP — OVERHEAD POWER LINE 0 WATER VALVE —V — EXISTING WATER LINE Com- ELBOW DOWN -{ } sr — EXISTING SEWER LINE c— GUY ANCHOR 0 _ SWING— CHECK V-400 + — G — EXISTING GAS LINE TP TEST PIT REFER S GEOTECHNICAL — IRR — EXISTING IRRIGATION TO EOREPORT - G 101 TEE UP _ &or 0 GRADDor E or SPOT ELEVATION —i6iTEE DOWN —H401— BALL CHECK V-400 + —'P'-- /y -8- D 1 LATERAL UP DETAIL CORRESPONDS NUMBER TO MD �JI / SHEET # DETAIL NUMBER — DETAIL (4 of X) (M1o2) v- C 1 LATERAL DOWN X-XXXX-X X/ \\\\ F —� 111—d— �� CONCENTRIC REDUCER �Qii�I'I�i�� GATE V-500 + LOCATION `DRAWING DISIPLINE F DETAIL CALL OUT NUMBER STANDARD DETAIL EQUIPMENT CALL CALL OUT OUT REFER 70 DETAIL DRAWINGS — --3— L CAP _ y _ LETTER PIPE PIPE _ --E0— ELBOW, 90 DEGREE Db KNIFE GATE V-600 t MATERIAL X -XXX x`X X.A THIS SIDE MATERIAL SIDE E IliaI WING SHEET # LOCATION DRAWING NUMBER (4 of X) SECTION CALL OUT PIPE ®THIS E I n TITLE •241111 , I I CROSS ImMill �Il- �}— GLOBE V-700 t DTAIL D E A �Ia ' '_� X-XXXX-X. WHAT SHEET THE �I��Ii" I OR DETAIL IS T� I TEE FROM PLAN/SECTION/DETAIL 0 PRESSURE / V-800 + Pi VACUUM RELEASE TITLE D ELBOW, 45 DEGREE Illi\ ��, 1 / AIR AND / OR PIPE MATERIAL / i�ll�ll.t )‹./ VACUUM RELEASE V-800 + • CARBON STEEL PLASTIC HDPE SII t' I I LATERAL C —' 6 — -.~;; -�� BACKFLOW PREVENTOR V-900 t ...���((0)) HOSE BIBBS V-1000 + I I REGULATED SIDE V-1100 + PRESSURE CONTROL CS1 - Down Steel -Schedule 5 PVC1 - PVC Pipe 40 PE1 - Hien Density PolyethyleneSCR 7 P rPipe- C52- Ca -ban Steel Pipe- Spherule 00 PVC2 - PVC Pipe - Schedule 80 PE2 - High Censily Polyethylene Pipe- SOP 500 - Corbon Steel Pipe - Sc'oo-So 40 5303 - P51 Pipe - S0R21 P53 - High Density Pclyeihylene Pipe - SCR e' CS4- Carbon Steel Pipe - ScnOo_le 30 5304- PVC Pipe- SDR23 PE4 - Hiss CensityPolielhvlene Pipe -SOR 1335 C55 - GolVereded Carton Steel - Schedule 40 PVCO - 52C Pipe- 50035 PEG - Hiah Density Polyethylene Pipe -SCR 15 CS5 - Carbon Steel Polypropylene Lined P3C6 - 55C 0300 Pipe 3R 14 PE5- High Density Polyethylene Pipe - SCR .7 P3337 - P50 Cg00 Pipe 3R 10 PE7 - High Density Polyethylene Poe - OCR 09 COPPER PVCB - 0VC0300 Pipe R 25 508- 51/4• Conry Polyethylene Pane - SCR 2i C01 - 'Vpe K Copper PVC9 - PVC 0905 Pipe -35 14 PE9 - High Density Polyethllene '¢o -SCR 26 CD2 - -ype L Copps: P3000- PVC 0305 Pipe -DR 13 P005- High. Censny P013014 iene Pipe - SCR 32.5 CD2 P3C:1 - PVC C505 Pipa 7821 PEI1 - Polyethylene Tubing DUCTILE IRON PVC12 - PVC C905 Pipe -0R 25 DIt - Ductile Cast Iron 53013 - 53C C505 Pipe -0R 32 4 STAINLESS STEEL or/ - Combo Cast Iron 53004 - Gain 313310 Vent 6S1 - Sreinloss Steel T -304L - Schedule 5 DR - Cua7le Cast der CPVC - CPVC Pipe- Schedule EC SS2 - Stainless Steel T -304L - Schedule 10 TTI - Te11on Tubing (Chemical Service) 053 - Stainless 01.17-3041 - schedule 40 FIBERGLASS S54 - Stainless steel T-3041 - 080004le 80 51- Siberglass Pte (Polythreed V ith Inner Lintel S05- Sminloss Steel T-3161- S:hedule5 - =iborglass Pipe rDieenthread) 556- Stainless Steel T -3!51 -Schedule 10 03 - =lberglass Pipe iFiber-.ast - Cense.: PLUS RB 2530) 057 - Stemless Steel T-3851 - Schedule 30 -4 - 0iben t Pipe l Est±r Resor; - 058 - Szainle00 Steel T-3151_- Schedule 00 J ase (;,.ry - Fibergless Pip& (Polytnr=aa 3R 0.1 vi -yl Este: Liner) C _4. B Fiberglass Pipe )Custom MonuleOlU, d. Polyester, = ..1`.../...... So- SAMPLE -=iboog1oon Pipe :Fibercas--Cera;cast CC 111-E51A N PIPEOTE. MATERIALS SHOWN SHADED NOT USED, NOT ALL SYMBOLS USED IN STANDARD LEGEND A 16 I 15 i 14 1 13 12 I 11 1 10 1 9 8 7 1 6 ( 5 I 4 3 1 2 1 REV DESCRIPTION DRWN CHK'D DATE ATTENTION: Y.•.',, SC,OTT DESIGNED: JR City of Yakima DRAWING NUMBER NUM BY BY 0® ,N4•:;i :.. `\F� DRAWN: TMB PHARMERJ ,i -4-r, � Fe ai CHECKED: DSB Struvite System Implementation O IF THIS BAR DOES NOT MEASURE 1 • @ 22x34 or - IT: ) ,, i 'it • - APPROVED: DSB Washington v • 1 JRH DSB 8J-2011 )4• ®11x17, THEN ENGINEERINGakima, F BID SET DRAWING IS NOT TO 1 ^ PROJECT DATE: Aug.AU2011 SCALE - SCALE ,W r4'-- 8�'#{' xnT Si(A'AL slit PROJECT NO, 10283 GENERAL LEGEND REV ACCORDINGLY `'� - .' RFS s 1012 I NTS F \.... SCALE. I I I 1 I I J H G F E D C August 01, 2011-277 PM 15 1 11 10 9 8 7 6 5 4 3 2 REV NUM BID SET 16 DESCRIPTION 15 DRWN BY JRH 14 CHCD BY DSB DATE 83-2011 13 ATTENTION: 0 t2 1 IF THIS BAR DOES NOT MEASURE 22x34 or Ya' M 11 x17, THEN DRAWING I5 NOT TO SCALE - SCALE ACCORDINGLY 12 11 10 PHARMER ENGINEERING 9 8 7 6 DESIGNED: JR 5 DRAWN: TMB CHECKED: XXX APPROVED: XXX PROJECT DATE: Aug. 2011 4 3 2 City of Yakima Struvite System Implementation PROJECT NO. 10283 SCALE: NTS Yakima, Washington PIPE & VALVE SCHEDULE DRANANG NUMBER G0.2 J H G F E D C 8 A REV F PIPING SCHEDULE VALVE SCHEDULE _ Pipe Group Name Requirments Joints and Fittings Installation, Gasket, Coating, and Other Instructions Valve ID Valve Type Requirments Actuator SS2 Stainless Steel Sch 10 PLAIN END, STAINLESS STEEL, ASTM A778 GRADETP-304L WELDED SCHEDULE 10S, PICKLED AND PASSIVATED PER ASTMA 380 OR STAINLESS STEEL, ASTM A312 GRADE TP- 304E WELDED, SCHEDULE tOS, ANSI B36.19, ANNEALED AND PICKELD, FLANGED AND WELDED FOR 1/2" THROUGH 12" FITTINGS: 2.12" AND ABOVE STAINLESS STEEL ASTM A403, GRADE TP 304L, BUTT WELD, ANIS B16.9, SCHEDULE 10S, ANSI B36.19. 45 DEGREE AND 90 DEGREE WELDING GASKET 1/8" THICK NEOPRENE RUBBER, 55-65 DUROMETER HARDNESS, WITH DIMENSIONS PER ANSI B16.21 V-100 BUTTERFLY BRAYSERIES 31 WG STYLE) WITH DUCTILE IRON BODY, EPDMSEAT, 3165557TH, NYLON 11 COATED DUCTILE IRON DISC LEVER AND HAND WHEEL FITTINGS; 2" AND BELOW:FORGED STAINLESS STEEL ASTM A403, TYPE WP304L, BUTT WELDED, ANSI 816.11, 2000 LB. V-200 BALL VALVES SPEARS TRUE UNION 2000 PVC STANDARD BALL VALVE WITH SOCKET ENDS FOR USE ON PVC PIPE Lever UNIONS: USE ONLY FOR 3/4" AND SMALLER. FORGED STAINLESS STEEL, ASTM A182, GRADE TP -304L, SOCKET WELD, 2000 LB., INTEGRAL SEATS, GROUD JOINT WELDING: BUTT JOINTS TO BE FULL PENETRATION. LAP JOINTS TO BE FILLETS. FILLER MATERIAL TO BE er308L. SMAW, GTAW PROCESSES PERMITTED ONLY. WELD CONTOURS TO BE SMOOTH AND UNIFORM ON INNER AND OUTER PIPE. V-201 BALL VALVE APOLLO FULL PORT STAINLESS STEEL BALL VALVE Lever FLANGES: IPS ANGLE COLLARS ASMT A744 WITH GALVANIZED STEEL IPS SLIP ON BACKING FLANGES. FLANGE DRILLING TO CONFORM WITH ANSI STANDARD B18.1, CLASS 125. FACE OF FLARE TO END OF FITTING DIMESN ION SHALL CONFORM TO MSS V-202 BALL VALVE QUARTER MASTER 31655 FULL PORT WITH PTFE SEAT Electric V-253 SOLENOID VALVE ASCO 8120 -2 -WAY SOLENOID VALVE, BRASS BODY BUNAN SEAL. NPT CONNECTIONS. MAX PRESSURE RATING SHALL BE 150 psi, 120V SOLENOID • OPERATOR BOLTING: STANDARD HEXAGON HEAD FULL OR PARTIAL THREADED BOLTS, AS ASSEMBLY REQUIRES, CARBON STEEL ANSI B18.2, ASTM A3D7, GRADE B, WITH ONE HEAW SEMI -FINISHED HEXAGON NUT AND ONE LOCK WASHER PER BOLT, CADMIUM V400 BALL CHECK SPEARS TRUE UNION 2000 PVC2 PVC Sch 80 PVL CLASS 12454-B, ASTM D- 1785 SCHEDULE 80 PLAIN ENDS 1/2" THROUGH 4" - FITTINGS: PVC CLASS 12454-6, ASTM 1785 SCHEDULE 80, PLAN ENDS 1/2" THROUGH 8" TO BE ESLON, SPEARS, HARVEL OR EQUAL. WHEN INSTALLING PIPE WITH AFLANGE TO A BUTTERFLY VALVE, THE CONTRACTOR SHALL VERIFY CLEARANCE BETWEEN THE INSIDE OF THE PIPE AND THE VALVE DISC WHEN NECESSARY, CONTRACTOR MUST GRIND THE INSIDE RADIUS OF THE PIPE TO ENSURE PROPER VALVE OPERATION. V.401 SWING CHECK PRINCE FIGURE 813 BYTYCO. 150 LB FLANGE WAFER WITH CARBON STEEL BODY AND 316 SS EXTERNAL SPRING & LEVER, AND EP DM SEAT V-600 KNIFE GATE VALVE RED VALVE SERIES KNIFE GATE VALVE WITH CAST IRON, 316 STAINLESS STEEL LINED BODY, STAINLESS STEEL RING, GATE AND HARDWARE, ANSI 150 CLASS. VALVE SHALL INCLUDE A PNEUMATIC PISTON ACTUATOR WITH A SPRING FAIL TO CLOSE MECHANISM, AIR TO OPEN. FULLY OPEN/FULLY CLOSED LIMIT SWITCHES AND SOLENOID VALVES. THE AIR LINE SHALL INCLUDEASOLENOID BYPASS TO MANUALLY OPEN THE VALVE. PNEUMATIC OPEN CLOSE WITH OPEN AND CLOSED P0511106 INDICATORS, FAIL TOCLOSE, AND MANUAL OVERRIDE UNIONS: PVC CLASS 12454-8, ASTM D2467, SCHEDULE 80, SOCKET ENDS. 3" AND SMALLER FOR ALL THREADED CONNECTIONS, CONTRACTOR MUST APPLY LEAK LOCK TO THE THREADS PRIOR TO ASSEMBLY LEAK LOCK IS MANUFACTURED BY HIGHSIDE CHEMICAL INC. THE USE OF TEFLON TAPE IS NOT ALLOWED. FLANGES: 150 LB. ANSI B.5 PVC CLASS 12454-B SOCKET TYPE, 1/2" THORUGH 3"; VAN STONE TYPE, 4" AND ABOVE. PAINTING FOR OUTDOOR APPLICATIONS PVC PIPING SYSTEM TO BE PAINTED AFTER INSTALLATION AND TESTING WITH AN APPROVED PANT SYSTEM FOR UV PROTECTION V-850 WASTEWATERAIR RELEASE VALMATCNO48ABW. CASTIRONBODYAND STAINLESS STEEL INTERNAL WITH GALVENIZED SCREEN HOOD AND STEEL PIPE PLUGS. INSTALL WITH STAINLESS STEEL NIPPLE AND BALL VALVE FOR 150151106 BOLTING: STANDARD HEXAGON HEAD FULL OR PARTIAL THREADED BOLTS, AS ASSEMBLY REQUIRES, CARBON STEEL, ANSI 818.2 ASTM A307, GRADE B, WITH ONE HEAW SEMI -FINISHED HEX NUT AND TWO PLAIN TYPE A WASHER, ANSI 527.2 PER TT1 Teflon Tubing TEFLON TUBING WITH PRESSURE CAPACITY AT THE RATED TEMPERATURE AND CERITIFED USE WITH THE CHEMICAL CHOSEN. TUBING TO BE PROTECTED VNTH ULTRAVIOLET STABILIZERS FOR OUTDOOR SERVICE. WHITE IN COLOR. JACO 10 SERIES OR APPROVED EQUAL WITH NO METALLIC PIECES, RATED FOR 150 PSIG AND 120F, MATERIAL SELECTED AS FOLLOWS. FITTING MATERIAL, = POLYPROYLENE, ELESTOMER= BUNA N OR VITON INSTALLATION SHALL BE IN ACCORDANCE WITH THE MANUFACTURE'S RECOMMENDATIONS. NO JOINTS ALLOWED IN FW RUNS FROM CHEMICAL AREA TO DESTINATION. PROVIDE SECONDARY SPILL AND SPLASH PROTECTION BY RUNNING TUBING IN PVC CONDUIT CARRIER PIPE WITH LONG RADIUS SWEEPS V-1200 DIAPHRAGM VALVE _ _ _ ASAHI PIP 14 PVC SCH 80 BODY, EPDM OR PTFE DIAPHRAGM AND CUSHION, THREADED GENERAL NOTES: TO 30 pss NO AIR TESTING OF PLASTIC PIPE SHALL BE ALLOWED. FUNCTION. COLOR MATCH PIPE TO EXISTING. FOR ALL THREADED CONNEDCTIONS, CONTRACTOR MUST APPLY LEAK LOCK TO THE THREADS PRIOR TO ASSEMBLY. LEAH LOCK IS MANUFACTURED BY HIGHSIDE CHEMICAL INC. THE USE OF TEFLON TAPE IS NOT ALLOWED. 011 DUCTILE IRON DUCTILE IRON PIPE WITH COMPACT MECHANICAL JOINTS FOR 3" THROUGH 24", MINIMUM CLASS 52, CENTRIFUGALLY CAST TOANSVAVVWAC-151/A 21.51 STANDARDS, CEMENT LINED TO ANSI/AWWA C- 104/A21 4, PRIMED OUTSIDE COATING. MAXIMUM WORKING PRESSURE OF 150 PSIG @ 150 DEGR FLANGED OR GROOVED AS SHOWN FOR EXPOSED SERVICE. MECHANICAL JOINT OR FLANGED AS SHOWN FOR BURIED SERIVCE. GASKETS' FULL FACE 1/8" THICK, NEOPRENE RUBBER, 55-65 DUROMETER HARDNESS, OR EQUAL, WITH DIMENSIONS PER ANSI 81621. FITTINGS: FLANGED ASTM A536 CAST DUCTILE IRON, 125 LB. ANSI B16.1 DRILLING WITH DIMENSIONS PER ANSI/AVN VA C111/A21.11 COUPLINGS, WHERE SHOWN, SHALL BE DRESSER STYLE 38. PIPE SADDLES FOR 3/4"OR 1"TAPS SHALL BE FORD IRON SERVICE SADDLE SME FC101 OR GROOVING: AWWA C606-87, CUT GROOVING FOR FLEXIBLE JOINTS, JOINT DEFLECTION IS MAXIMUM AS ALLOWED BYVICTAULIC. MORTAR LINING IN ACCORDANCE WIH ANSVAVsWA C-104/421.4 - TAPPED HOLES: NOMINAL HOLE SIZE SHALL BE NO LARGER THAN 1/6 THE NOMINAL SIZE OF PIPE. ALL TAPPED HOLES SHALL BE SHOP MADE, EXCEPT WITH THE PERMISSION OF THE ENGINEER. BURIED SERVICE, POLYETHLENE WRAPPED 1. PRESSURE TEST ALL FLUID PIPING 2. LABEL PIPE DIRECTIONS AND MECHANICAL COUPLINGS: COUPLINGS- VICTAIILIC STYLE 31 CAST OF DUCTILE IRON CONFORMING TO ASTM A-536 WITH AN ALKYD -PHENOLIC PRIMER COATING, SYNTHETIC RUBBER GASKET AND PLATED NUTS AND BOLTS. EXPOSED SERVICE. PANTED WITH POLYAMINE EPDXY (COLOR TO MATCH CODED SERVICE OR AS SELECTED BY OWNER) RESTRAJNED JOINT BURRIED PIPE. ALL BURIED PIPE TO BE PROVIDED WITH RESTRAINED JOINTS AT EACH FITTING AND JOINT AND SHALL BE "FLEX -RING", "LOK- RING",'FAST-GRIP" RESTRAINED JOINT BYAMERICAN DUCTILE IRON PIPE, "TR FLEX" RESTRAINED JOINT BY U.S. PIPE, OR E - CS3 CARBON STEEL PIPE - SCHEDULE 40 CARBON STEEL, ASTM A53, GRADE A THREADED, SCHEDULE 80, SEAMLESS, 2" AND SMALLER. PLAIN END, SCHEDULE 40, SEAMLESS 2- 12" TO 10".PLAIN END, 3/8" WALL, SEAMLESS, 12^ TO 30".SCREWED FOR 2" AND SMALLER. WELDED AND/OR FLANGED FOR 2-12" AND LARGER. 3000 LB., ANSI 816.11, FORGED STEEL, THREADED ENDS, 2" AND SMALLER. SCHEDULE 40, ANSI B16.9ASTM A234, GRADE WPB CARBON STEEL, BUTT WELDING ENDS, 2-12"TO 10" 3/8" WALL, ANSI 816.9 ASTM A234, GRADE WPB CARBON STEEL, BUTT WELDING ENDS, 12" T030" UNIONS: 3000 LB., FORGED STEEL, ASTM A105, GRADE 2, INTEGRAL STEEL SEAT, GROUND JOINT, THREADED ENDS, 2" AND SMALLER. FLANGES: 150 L8 ANSI 816.5, ASTM A181, GRADE I, FORGED CARBON STEEL, SLIP-ON OR WELD NECK TYPE 2-112" AND LARGER, THREADED 2"AND SMALLER. WHERE BOLTING TO FLAT FACE CAST IRON FLANGES, STEEL FLANGES SHALL BE FURNISHED WITH FLAT FACE; OTHER SHALL BE RAISED FACE. BOLTING: STANDARD HEXAGON HEAD FULL OR PARTIAL THREADED BOLTS, AS ASSEMBLY REQUIRESANSI B18.2, ASTM A307, GRADE B, CARBON STEEL WITH HEAW SEMI FINISHED HEXAGON NUT AND ONE LOCK WASHER PER BOLT, ZINC OR CADMIUM PLATED. SUBMERGED SERVICE BOLTS TO BE UPGRADED TO 18-8 SS. GASKETS: SPECIFY GASKET MATERIAL FOR CHEMICAL SERVICE SEPARATELY WASTEWATER/BIOGAS: FULL FACE 1/8"THICK, NEOPRENE RUBBER, 55-65 DUROMETER HARDNESS, OR EQUAL, WITH DIMENSIONS PER ANSI 818.21 CSS GALVANIZED CARBON STEEL PIPE - SCHEDULE 40 REV NUM BID SET 16 DESCRIPTION 15 DRWN BY JRH 14 CHCD BY DSB DATE 83-2011 13 ATTENTION: 0 t2 1 IF THIS BAR DOES NOT MEASURE 22x34 or Ya' M 11 x17, THEN DRAWING I5 NOT TO SCALE - SCALE ACCORDINGLY 12 11 10 PHARMER ENGINEERING 9 8 7 6 DESIGNED: JR 5 DRAWN: TMB CHECKED: XXX APPROVED: XXX PROJECT DATE: Aug. 2011 4 3 2 City of Yakima Struvite System Implementation PROJECT NO. 10283 SCALE: NTS Yakima, Washington PIPE & VALVE SCHEDULE DRANANG NUMBER G0.2 J H G F E D C 8 A REV F H G F E 0 B A FILENAME 00,10263 PAO 16 15 14 1 13 12 11 10 9 8 7 6 5 �. 4 --- 3 2 1 GENERAL NOTES: 1. ALL WORK ASSOCIATED WITH THIS PROJECT SHALL BE PERFORMED AND COMPLETED IN CONFORMANCE WITH THE CONTRACT DOCUMENTS, THE CONSTRUCTION DRAWINGS PERTAINING TO THIS PROJECT, THE 2010 CITY OFYAKIMA STANDARD DRAWINGS, AND SPECIFICATIONS AS DIRECTEED BY THE CITY ENGINEER, AND ANY APPLICABLE FEDERAL, STATE AND LOCAL REQUIREMENTS. 2. CONTRACTOR SHALL PERFORM THE WORK IN SUCH MANNER THAT TRAFFIC CAN BE SAFELY AND EFFICIENTLY MAINTAINED 1MTHIN THE CONSTRUCTION AREA. THE CONTRACTOR SHALL ALSO ENSURE TRAFFIC ACCESS TO ALL SIGNALIZED INTERSECTIONS IS MAINTAINED AT ALL TIMES, UNLESS OTHERWISE APPROVED BY THE CITY ENGINEER IN WRITING. ALL STREETS UNDER CONSTRUCTION WILL BE OPEN TO TRAFFIC UNLESS OTHERWISE APPROVED. THE CONTRACTOR SHALL COOPERATE WITH THE POLICE AND FIRE DEPARTMENTS TO ADEQUATELY ENSURE THAT FIRE PROTECTION ACCESS REQUIREMENTS AND VEHICULAR TRAFFIC CONTROL AND ACCESS ARE BEING PROVIDED THE CONTRACTOR SHALL SUBMIT A CONSTRUCTION SCHEDULE DETAILING AREAS AND TYPE OF WORK TO BE PERFORMED AND A TRAFFIC CONTROL PLAN TO MINIMIZE DELAYS AND TO PROTECT THE PUBLIC TRAFFIC. THIS PLAN SHALL BE IN CONFORMANCE WITH THE CURRENT MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) FOR STREETS AND HIGHWAYS AND INCLUDE DETAILS ON PROPOSED DETOURS OR CHANGES IN TRAFFIC CONTROL DEVICES OR PAVEMENT MARKINGS. NO WORK SHALL BE PERFORMED UNTIL A TRAFFIC CONTROL PLAN HAS BEEN APPROVED BY THE CITY ENGINEER AND ALL TRAFFIC CONTROL DEVICES HAVE BEEN INSTALLED. THE CONTRACTOR SHALL FURNISH, ERECT, MAINTAIN, AND REMOVE ALL NECESSARY CONSTRUCTION SIGNS, BARRICADES, AND TRAFFIC CONTROL DEVICES REQUIRED ON THIS PROJECT IN ACCORDANCE WITH THE APPROVED TRAFFIC CONTROL PLAN. ALL SIGNING AND TRAFFIC CONTROL DEVICES SHALL CONFORM TO THE CURRENT MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) FOR STREETS AND HIGHWAYS. ANY COSTS ASSOCIATED WITH THE FURNISHING AND MAINTENANCE OF THE VARIOUS REQUIRED TRAFFIC CONTROL DEVICES SHALL BE INCIDENTAL TO AND INCLUDED IN OTHER BID ITEMS. THE CONTRACTOR SHALL PROVIDE AN INDIVIDUAL OR INDIVIDUALS KNOWLEDGEABLE IN TRAFFIC CONTROL PROCEDURES TO MAINTAIN SAFE AND EFFICIENT TRAFFIC CONTROL FOR THE PROJECT AND AT ALL TIMES WHEN THE WORK IS IN PROGRESS. SUCH INDIVIDUAL OR INDIVIDUALS SHALL HAVE TRAFFIC CONTROL AS A PRIMARY RESPONSIBILITY AND DUTY AND SHALL BE AVAILABLE AT ALL TIMES THAT WORK IS IN PROGRESS TO PERFORM THESE DUTIES. CERTIFICATION BY THE AMERICAN TRAFFIC SAFETY SERVICES ASSOCIATION (ATSAA) IS ADVISABLE. DURING NON -WORKING DAYS AND NON -WORKING HOURS, THE INDIVIDUAL NEED NOT BE ON DUTY, BUT SHALL BE READILY AVAILABLE BY TELEPHONE CONTACT TO PERFORM MAINTENANCE OF TRAFFIC CONTROL DEVICES AS NECESSARY. DURING NON -WORKING DAYS, THE INDIVIDUAL SHALL REVIEW PROJECT TRAFFIC CONTROL AT LEAST TWICE DAILY AND PERFORM ANY MAINTENANCE NEEDED. 3. CONTRACTOR SHALL PREPARE DEWATERING PLAN IF APPLICABLE AND SUBMIT 70 ENGINEER AND CITY FOR APPROVAL 4. MISCELLANEOUS SMALL STRUCTURES SUCH AS FENCES, MAILBOXES, SIGNS, IRRIGATION AND DRAINAGE FACILITIES, AND UTILITY POLES, LINES AND APPURTANCES, WHEN NECESSARY TO REMOVE OR DISTURB, SHALL BE REPLACED OR RECONSTRUCTED TO EQUAL TO OR BETTER THEIR CONDITION PRIOR TO DISTURBANCE. 5. CONTRACTOR SHALL BE RESPONSIBLE FOR ACQUIRING ALL BUILDING PERMITS FROM THE CITY. CONTRACTOR SHALL FILE ANY NOI'S AND PREPARE A POLLUTION PREVENTION PLAN (9999) IN ACCORDANCE WITH ENVIRONMENTAL PROTECTION AGENCY CONTACT THE EPA AT 208-334-9489 FOR THE REQUIRED INFORMATION. SAID PERMIT SHALL BE PRESENTED TO THE ENGINEER AT LEAST 48 HOURS PRIOR TO THE BEGINNING OF CONSTRUCTION. 6. RETAIN AND PROTECT ALL FEATURES NOT DESIGNATED 70 BE REMOVED OR MODIFIED. 7 APPROXIMATE LOCATIONS OF SOME KNOWN UTILITIES ARE SHOWN. THE CONTRACTOR SHALL, AT ITS OWN COST AND EXPENSE, REQUEST A LOCATION OF ALL UTILITIES PRIOR TO COMMENCEMENT OF ANY PHASE OF CONSTRUCTION. THIS LOCATION MUST BE OBTAINED FOR UTILITIES WITHIN THE CITY LIMITS BY CALLING 612-8250 AND SCHEDULING A "LOCATE' ADDITIONAL LOCATIONS IN THE SAME AREA FOR A SPECIFIC UTILITY SHOULD BE ARRANGED WITH THE INDIVIDUAL UTILITY AT THE TIME OF THE SCHEDULED 'LOCATE' THE CONTRACTOR SHALL BE RESPONSIBLE FOR MAINTAINING A RECORD OF THESE LOCATIONS FOR USE DURING CONSTRUCTION, AND FOR A PERIOD OF FIVE (5) YEARS AFTER OWNER'S ACCEPTANCE OF THE WORK 8. CONTRACTOR IS RESPONSIBLE FOR NOTIFICATION AND COORDINATION WITH ALL UTIUTY E PROPERTY OWNERS. 9. SIZE OF FITTINGS SHOWN ON DRAWINGS SHALL CORRESPOND TO ADJACENT STRAIGHT RUN ON PIPE, UNLESS OTHERWISE INDICATED TYPE OF JOINT AND FITTING MATERIAL SHALL BE THE SAME AS SHOWN FOR ADJACENT STRAIGHT RUN OF PIPE. 10. LOCATION AND NUMBER OF PIPE HANGERS AND PIPE SUPPORTS SHOWN IS ONLY APPROXIMATE. FINAL SUPPORT REQUIREMENTS SHALL BE DETERMINED IN THE FIELD AND APPROVED BY THE ENGINEER PRIOR TO INSTALLATION. MAXIMUM SPACING SHALL NOT EXCEED PIPE MFR. RECOMMENDATIONS. 11. APPROPRIATE STANDARD WALL PIPE DETAIL SHALL BE USED WHEREVER PIPING PASSES FROM A STRUCTURE 7O BACKFILL 12. ALL FLEXIBLE CONNECTORS OR FLANGED COUPLING ADAPTERS SHALL BE PROVIDED WITH THRUST TIES, BLOCKS OR ANCHORS UNLESS OTHERWISE NOTED. THRUST PROTECTION SHALL BE ADEQUATE FOR TEST PRESSURES SPECIFIED. 13. SYMBOLS LEGENDS AND PIPE USE IDENTIFICATIONS SHOWN SHALL BE FOLLOWED THROUGHOUT THE DRAWINGS WHEREVER APPLICABLE. ALL OF THE VARIOUS APPLICATIONS ARE NOT NECESSARILY USED IN THE PROJECT. 14. ALL PIPING SPECIFIED TO BE PRESSURE TESTED EXCEPT FLANGED, WELDED, GROOVED END OR SCREWED PIPING SHALL BE PROVIDED WITH THRUST BLOCK PROTECTION AT ALL DIRECTION CHANGES UNLESS OTHERWISE NOTED. REFER TO CITY STANDARD SPECIFICATIONS. REV NUM 16 15 14 DESCRIPTION ORWN BY CHKD BY DATE 15. NUMBER AND LOCATION OF UNIONS SHOVN ON DRAWINGS ARE ONLY APPROXIMATE. PROVIDE ALL UNIONS NECESSARY TO FACILITATE CONVENIENT REMOVAL OF VALVES AND MECHANICAL EQUIPMENT. 18. THE CONTRACTOR FOR THIS CONTRACT IS RESPONSIBLE FOR COORDINATING AND PERFORMING THE CONNECTION OF THE PIPING AND ASSOCIATED APPURTANCES INSTALLED UNDER THIS CONTRACT TO BOTH THE EXISTING PIPING AND FACILITIES. 17 PRIOR TO SUBMITTING PIPING DRAWINGS FOR ANY NEW PIPE THAT IS TO CONNECT TO OR CROSS AND EXISTING PIPE OR STRUCTURE, THE CONTRACTOR SHALL EXPOSE THE EXISTING PIPE OR STRUCTURE TO VERIFY ITS EXACT LOCATION, SIZE, MATERIALS AND INVERT ELEVATIONS. 18. GENERAL MECHANICAL NOTES APPLY TO ALL MECHANICAL DRAWINGS AND PIPING 19. NOT ALL THE REQUIRED FITTINGS ARE SHOWN ON THE DRAWINGS. THE CONTRACTOR SHALL PROVIDE ALL THE FITTINGS SHOWN ON THE DRAWINGS AND ADDITIONAL FITTINGS AS REQUIRED FOR THE PIPING ARRANGEMENTS SHOWN ON THE DRAWINGS AND PER EQUIPMENT FURNISHED. 20. SUCTION AND DISCHARGE PIPING OF PUMPS SHALL BE INSTALLED AND SUPPORTED IN SUCH A MANNER SO THAT THEY SHALL NOT IMPART STRAIN ON PUMPS. 21. IN CASE OF A CONFLICT BETWEEN THE DRAWINGS AND TYPICAL DETAILS, THE MOST STRINGENT REQUIREMENTS SHALL GOVERN UNLESS SPECIFICALLY APPROVED OTHERWISE BY THE ENGINEER. 22. OVERALL PHYSICAL SIZE OF THE EQUIPMENT SELECTED BY THE CONTRACTOR SHALL NOT EXCEED THE SIZE SHOWN ON THE DRAWINGS OR SPECIFIED IN THE SPECIFICATIONS, CLEARANCES, DIMENSIONS OR SCALE SHOWN ON THE DRAWINGS SHALL BE MAINTAINED. THE CONTRACTOR SHALL INCLUDE THE COST OF THE ASSOCIATED CHANGES AND ADDITIONS INCLUDING CHANGES TO BUILDINGS AND STRUCTURE SIZES, DUE TO DEVIATION IN EQUIPMENT PHYSICAL SIZES IN HIS BID. ALL CHANGES AND ADDITIONS SHALL BE SUBMITTED FOR REVIEW AND SHALL BE DONE AFTER APPROVAL AT NO ADDITIONAL COST, 23. WARNING SIGNS SHALL BE PROVIDED ON FRONT AND BACK OF ALL REMOTELY CONTROLLED EQUIPMENT. 24. SEE STRUCTURAL DRAWINGS FOR CURB AND STRUCTURAL DETAILS. 25. ALL PIPING JOINTS SHALL BE PER THE SPECIFICATIONS, UNLESS OTHERWISE NOTED ON THE DRAWINGS. 26. FIELD VERIFY LOCATIONS, SIZES AND CONNECTION MATERIALS OF ALL EXISTING PIPING AND EQUIPMENT BEFORE FABRICATING NEW PIPE OR RETRO FIT FOR NEW EQUIPMENT. 27 CONTRACTOR SHALL SUPPLY ONE MATCHING SPOOL PIECE FOR EACH SIZE (DIAMETER AND LENGTH) OF MAGNETIC FLOWMETER WHICH CAN BE USED TO REPLACE THE METER WHEN MAINTENANCE IS REQUIRED. EACH SPARE SPOOL PIECE SHALL BE CLEARLY LABELED BY SIZE AND SERVICE. 28. ALL PIPING UNDER THE ZONE OF INFLUENCE OF STRUCTURES OR CONCRETE SLABS SHALL BE CONCRETE ENCASED PER CITY REQUIREMENTS. THE ZONE OF INFLUENCE IS DEFINED WITH A 71 SLOPE FROM THE EXTERIOR LOWER CORNER OF THE STRUCTURE FOOTING TO THE PIPE CENTERLINE. 29. ALL FLEXIBLE COUPLINGS SHALL BE RESTRAINED UNLESS OTHERWISE NOTED. 30. PRESSURE GAUGES, PRESSURE SWITCHED, MAGNETIC METERS, MASS FLOWMETERS, LEVEL SENSOR, ANALYZERS, ELECTRIC MOTOR VALVE OPERATORS SHOWN ON THE MECHANICAL DRAWINGS, SEE ELECTRICAL AND INSTRUMENTATION FOR DETAILS. 31. FOR DRAINAGE PLANNING REQUIREMENTS SEE CITY STANDARD SPECIFICATIONS. DRAINS SH018.41 FOR REFERENCE ONLY 32. FOR PROCESS PIPING WHERE PIPE MATERIAL IS STAINLESS STEEL, STRAP, BRACKET, 1.11 -BOLT, LOCKWASHERS AND ANCHORS FOR PIPE SUPPORT TO BE STAINLESS STEEL TYPE 316. FOR CHEMICAL PIPING WHERE PIPE MATERIAL IS STAINLESS STEEL OR HASTILY C-2000 SUPPORT SYSTEM TO BE FRP WITH NONMETALLIC APPURTENANCES, UNLESS OTHERWISE NOTED ON THE DRAWINGS, 33. ALL PIPE PENETRATIONS THROUGH FIRE RATED WALLS OR FLOORS SHALL REQUIRE FIRESTOPPING. SEE SPECIFICATION FOR DETAILS. 34. ACTUATORS SHOWN ON DRAWINGS ARE ONLY FOR EXAMPLE. REFER TO VALVE SPEC FOR ACTUAL ACTUATOR. 35. PIPING IS SHOWN DIAGRAMMATICALLY ON THE DRAWINGS, NOT EVERY OFFSET, FITTING OR STRUCTURAL DIFFICULTY THAT MAY BE ENCOUNTERED HAS BEEN SHOWN ON THE DRAWINGS. THE CONTRACTOR SHALL MAKE MODIFICATIONS TO PIPING ALIGNMENT WHERE NECESSARY MODIFICATIONS SHALL BE DONE AT NO ADDITIONAL COST TO THE OWNER AND SHALL BE DONE AFTER DISTRICT APPROVAL 36. NOT ALL THE ITEMS ARE SHOWN IN PLANS. SECTIONS, DETAILS, SCHEMATICS, ISOMETRICS AND P 8 ID DRAWINGS. THE CONTRACTOR SHALL PROVIDE ALL THE ITEMS EVEN IF THEY ARE NOT SHOWN AT ANY ONE LOCATION ON THE DRAWINGS OR SPECIFIED IN THE SPECIFICATIONS ONLY. 37 CONTRACTOR TO LOCATE EXISTING CONDUIT IN BUILDING SUBFLOOR BEFORE INSTALLING ANY EQUIPMENT J H G F E D C 6 13 12 11 10 9 F BID SET JRH r®- 8-3-2011 ATTENTION: DESIGNED: 0 12 1 IF THIS BAR DOES NOT ,AASURE 1' @ 22034 or 11x17, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING CHECKED: City of Yakima Struvite System Implementation DRAVMNG NUMBER APPROVED: PROJECT DATE: Aug. 2011 PROJECT NO. 10283 Yakima, Washington GENERAL NOTES 16 14 13 1n i 7 5 4 2 J H G F _ E D — C _ B A I — 1 •� -' 1 - - - A G P V A/C -AIR CONDITIONING GA -GAGE P -PHOSPHOROUS VCT -VINYL COMPOSITE TILE AFF -ABOVE FINISHED FLOOR -GAUGE -PUMP VERT -VERTICAL AP -AIR PROCESS GAL -GALLON PA -PROCESS AIR VOL -VOLUME ASME -AMERICAN SOCIETY OF MECHANICAL ENGINEERS GALV -GALVANIZED PDR -POND DRAIN VSS -VOLATILE SUSPENDED SOLIDS ASTM -AMERICAN SOCIETY OF TESTING MATERIALS GCO -GROUND CLEAN OUT PE -PRIMARY EFFLUENT VTC -VENT TO CEILING ATM -ATMOSPHERE GFD -FLUX UNITS -PLANT EFFLUENT VTR -VENT THRU ROOF AVAR -AIR VACUUM AND AIR RELEASE GI -GALVANIZED IRON -POLYELECTROLYTE GL -GLASS -POLYMER W B -GLASS LINED PG -PRESSURE GAUGE W -POTABLE WATER BF -BLIND FLANGE GPM -GALLONS PER MINUTE PH -HYDROGEN ION CONCENTRATION -WEST BFP -BLACKFLOW PREVENTER GTS -GRAVITY THICKENER SUPERNATANT PI -PLANT INFLUENT W/ .WITH BLDG -BUILDING GYP -GYPSUM -POINT OF INTERSECTION WAS -WASTE ACTIVATED SLUDGE BOD -BIOCHEMICAL OXYGEN DEMAND -PRESSURE INDICATOR WCO -WALL CLEAN OUT BFV -BUTTERFLY VALVE H PPD -POUND PER DAY W/O -WITHOUT HB -HOSE BIBB PRE -PRIMARY EFFLUENT WOG-WATER/OIUGAS WORKING PRESSURE C HM -HOLLOW METAL PRMT -PERMEATE WPR -WASHER COMPACTOR HP -HORSEPOWER PRV -PRESSURE REGULATING WS -WATER SURFACE C -CELSIUS -PRESSURE RELIEF CB -CATCH BASIN -HIGH PRESSURE WSP -WELDED STEEL PIPE CDS -CHEMICAL DOSING HV -HAND VALVE -PRESSURE REDUCING VALVE WAVP -WATER WORKING PRESSURE CF -CUBIC FOOT HVAC -HEATING AND AIR CONDITIONING PS -PRESSURE SWITCH CFS -CUBIC FEET PER SECOND HWL -HIGH WATER LEVEL -PRESSURE SEWER Y CI -CAST IRON HWP -HOT WATER PUMP PSH -PRESSURE SENSORS CJ -CONSTRUCTION JOINT I-IWR -HOT WATER REETURN PSI -POUNDS PER SQUARE INCH YD -YARD -CONTROL JOINT HWS -HOT WATER SUPPLY PSIG -POUNDS PER SQUARE INCH GAUGE YR -YEAR CL -CHLORINE LIQUID PVC -POLYVINYL CHLORIDE -CHAIN LINK I Q CLEARANCE ID -INSIDE DIAMETER -CENTERLINE IE -INVERT ELEVATION QTY -QUANTITY CLR -CLEAR IN -INCH CMP -CORRUGATED METAL PIPE 15 -INERT SOLIDS R CMU -CONCRETE MASONRY UNIT ISPWC -IDAHO STANDARDS FOR PUBLIC WORKS RB -RUBBER WALL BASE CO -CLEANOUT CONSTRUCTION RAS -RETURN ACTIVATED SLUDGE CONC -CONCRETE RCP -REINFORCED CONCRETE PIPE CT -CONTACT TIME J RED -REDUCER COTG -CLEANOUT TO GRADE JT -JOINT -REDUCING CPLG -COUPLING RI -RAPID INFILTRATION CPVC -CHLORINATED POLYVINYL CHLORIDE K RO -ROUGH OPENING CLS -CHLORINE SOLUTIONKW -KILOWATT - RM -ROOM CU -CUBIC RS -RECIRCULATED SLUDGE CV -CHECK VALVE KWH KILOWATT HOUR CW -CULINARY WATER (POTABLE) L S CWR -COOLING WATER RETURNLB -POUND 5 SOUTH CWS -COOLING WATER SUPPLY LBS/DAY -POUNDS PER DAY -SCUM CY -CUBIC YARD LF -LINEAL FOOT -SINK LIT -LEVEL INDICATOR TRANSDUCER SECOND LSH -LEVEL SWITCH HIGH SLOPE LSL -LEVEL SWITCH LOW SA -SAMPLE U LSLL -LEVEL SWITCH LOW LOW SCFM -STANDARD CUBIC FEET PER MINUTE DET -DETAIL LWL -LOW WATER LEVEL SDR -STORM DRAIN DI -DUCTILE IRON SE -SECONDARY EFFLUENT DIA -DIAMETER SHT -SHEET DIM -DIMENSION SIM -SIMILAR DIP -DUCTILE IRON PIPE M SPECS -SPECIFICATIONS DO -DISSOLVED OXYGEN M -METER SS -SANITARY SEVVER DR -DRAIN -MALE (PIPE THREAD) -STAINLESS STEEL DS -DRUM SCREEN -SERVICE TANK DWG -DRAWING -MOTOR SST -STAINLESS STEEL TUBING MAG -MAGNETIC E STD -STANDARD MAS -MEMBRANE AIR SCOUR MBR -MEMBRANE BIO -REACTOR STA -STATION (E) -EXISTING -MEMBER STL -STEEL E -EPDXY MCC -MOTOR CONTROL CENTER ECC -ECCENTRICT MFR -MESOPHILIC DIGESTED SLUDGE EF -EACH FACEMFR -MANUFACTURER T -THERMOSTAT M -EXHAUST FAN MGD -MILLION GALLONS PER DAY -TREAD OF STAIR EL -ELEVATION MGL -MILLIGRAM PER UTTER -TANGENT EP -EDGE OF PAVEMENT MH -MANHOLE -TOP EW -EACH WAY MISC -MISCELLANEOUS TC -TOP OF CURB EWS -EYE WASH STATION MJ -MECHANICAL JOINT TE -TERTIARY EFFLUENT EJ -EXPANSION JOINT ML -MIXED LIQUOR TEMP -TEMPERATURE MM -MOTOR TER -TEMPORARY F MT&G -TONGUE AND GROOVE F -FAHRENHEIT MX -MIXER TK -TANK FCO -FLOOR CLEAN OUT TOC -TOP OF CONCRETE FCV -FLOW CONTROL VALVE N TOG -TOP OF GROUT FD -FLOOR DRAIN -NEW TOW -TOP OF WALL FE -FIRE EXTINGUISHER N -NORTH TRANS -TRANSMITTANCE -FLOW ELEMENT NC -NORMALLY CLOSED TSS -TOTAL SUSPENDED SOLIDS -FINAL EFFLUENT NEMA -NATIONAL ELECTRICAL MANUFACTURERS TYP -TYPICAL FF -FINISH FLOOR NG -NATURAL GAS FG -FINISH GATE NO -NORMALLY OPEN U FH -FIRE HYDRANTUH -UNIT HEATER NAL PIPE SIZE NPS -NATION FIN -FINISHUL -UNDERWRITERS LABORATORIES NPT -T PIPECA THREAD FIT -FLOT INDICATOR TOTALIZER UV -ULTRA VIOLET FL -FLANGE NTS -NEP EI SCALE UW -UTILITY WATER NONPOTABLE NTU l•IEPHELMETRIC TURBIDITY UNITS ( I -FLOORING FLG -FLOORING O FRP -FIBERGLASS REINFORCED PLASTIC 00 -0N CENTER FT -FEET OD -OUTSIDE DIAMETER -FOOT -OVERALL DIAMETER FUT -FUTURE OF -OVERFLOW J. — I r — G F — E — D — C — B A 16 I 15 1 14 I 13 12 1 11 10 1 9 � 8 7 6 I 5 J 4 3 r 2 1 is REV DESCRIPTION DRWN CHK'D• DATE ATTENTION: '� tid Yf'� SCOTT DESIGNED: JR City of Yakima DRAWING NUMBER NUM BY BY 0® T '� \\�V &. DRAWN: TMB PHARMER "' � CHECKED: DSB Struvite System Implementation / IF THIS BAR DOES NOT MEASURE 1' @ 22x34 or T./ } . 4' /'�'- APPROVED: DSB ■vT 0 F BID SET JRH DSB 8-3-2011 J�` 11x17, THEN ENGINEERING .. ' " Yakima, Washington DRAWING IS NOT TO r -' PROJECT DATE: Aug. 2011 SCALE - SCALE :, _- s7O(AL e 411 PROJECT NO. 10283 GENERAL ABBREVIATIONS REV ACCORDINGLY -.:t?FTi� 1{1PFES 00 20 1 NTS F SCALE: 16 15 H G F 7 E D C B A 14 �- 13 GS N GENERAL STRUCTURAL NOTES 1. DESIGN INFORMATION AND LOADS USE: A B. C. D. E. 12 11 10 9 8 7 6 5 DESIGNED USING 2006 IBC AS AMENDED BY WASHINGTON STATE OCCUPANCY CATEGORY TYPE (IBC TABLE 1604.5) - III STAIR LIVE LOAD = 100 PSF WIND - 90 MPH, EXP SEISMIC (SITE CLASS) - C - 31.27 = 10.659. = 0.323 -C Ss 5I SDS SDC C 2. STRUCTURAL STEEL. 51Ei1 DESIGNATIOS: 1) WIDE FLANGE SHPPES 2) ODER ROLLED 914PES9�) & .RAS ASTM .4436 (GRADE 50) .... ASTM 436 (U.NQ) PIPE 3) (XUMS _. ....-.._.... ASTM A53, GRADE 'B' 4) STRUCTURAL 1= TUBING _.._. ._.... ASPM A500, GRADE '8' 5) PER OWNER ALL STRUCI1R L MO.BQS & PLATES MIST EE 1304 STAN ESS STEEL OR COATED, COORD. w/ OSIER 6) ALL SS 6fl,£ETS k MATERIALS OWL COPFCFM 1D A.9E/MJ9 636.19 STAINLESS STEEL CRITERIA 7) ALL WELLING OF 4.L SS MATERIAL AND WAFERS SHALL FOLLOW AND CONFCFM TO THE ANS D1.1/01.11A2008 STRLCRRIL WERDIC 070E -STEEL FOR STAINLESS STEEL IE},ff1S FIELD COWECDCNS SWILL BE WOE WITH A325 BOLTS UNLESS NOTED 0114ERMSE IF A CERWN S1U411CN 5 NOT DETAILED USE A SMAR DETAIL COMECRCNS SHWl fENERN.LY FOLLOW THE INPES SWAN IN &SC MMAYL LIF 51EEL CDN STR1CBCAI.N L OVATIONS AND !EIGHTS OVEN ARE FROM 114E FINS ED FLOOR DATUM BiVARCN, Ydigi 15 SET AT 0 -0 -.STEEL .SIEfL FABRICATOR SHILL NSO INCLUDE AND COORDINATE ALL S1R. CIl.RAL STEEL SHORN ON A150*1GAL SHEETS NT1H 1}14T CF 71-15 SIRUCTURAL SHEETS COORDINATE ANY STEEL NOT SWAN ON STRICTUPAL 04WMNOS, CO ORACTCR VERFYML EEAR1G OVATIONS FOR JOSTS, BEAMS, AND COWAN MOUS OWL BE COORDINATED NZ VERIFIED BY 114E CCM/ACTOR. All ELEVATIONS MUST BE PPPROED BY FLOWER IN THE SHOP DPAWI1O RENEW PTDCESS. 3. COLD FORMED STEEL FRAMING: A. ALL STRUCTURAL MEMBERS, SUCH AS PURUNS, STUD BEARING COLUMNS, HEADERS, WALL GIRTS, INFILL WALLS, ETC. SHALL HAVE A MIN. YIELD STRENGTH OF FY= 55 KSI. B. ALL INSTALLATION AND CONNECTIONS SHALL FOLLOW THE LATEST EDITION OF THE AISI GUIDELINE RECOMMENDATIONS. C. ALL CONNECTIONS SHALL BE SCREWED (UNLESS NOTED OTHERWISE) AND WHERE REQUIRED FOR WELDING SHALL BE 1/16' MIN. FILLET WELDS AND 1/8' MIN. FLARE BEVEL WELDS. 0. IF A CERTAIN DETAIL CONNECTION IS NOT DETAILED, USE A SIMILAR DETAIL E MINIMUM NET EFFECTIVE SECTION PROPERTIES SHALL BE AS FURNISHED IN THE AI51 COLD FORM STEEL DESIGN FOR ALL MEMBERS DEFINED. F ALL CONTINUOUS BASE AND TOP CHANNEL TRACKS SHALL MATCH STUD GAUGE U.N.O., PROVIDE CONT. L2X2X16 GA. AT ALL SOFFIT EDGES THAT ARE EXPOSED. G. PROVIDE FLOOR LEVEL HOLDOWNS AT ALL SHEAR X -BRACE WALL LOCATIONS PER PLAN, WHERE APPLICABLE. INSTALL PER MANUFACTURER'S REQUIREMENTS. H. ALL SCREW FASTENERS USED SHALL 8E SELF -DRILLING TAPPING 'TEKS' SCREWS COMPLYING WITH ICC REPORT #ER -1978 (METAL FASTENINGS) AND BIER -3056 (STEEL DECK DIAPHRAGM). I. INSPECTIONS AND TESTING SHALL FOLLOW ALL GUIDEUNES SHOWN IN SPECIAL INSPECTIONS PROGRAM. 4. STRUCTURAL WELDS: A ALL WELDS ON MEMBERS COMPRISING THE SEISMIC -FORCE -RESISTING SYSTEM (MOMENT AND BRACE FRAMES) SHALL EMPLOY WELD FILLER METALS CLASSIFIED FOR NOMINAL 70 KSI TENSILE STRENGTH. REFERRED TO AS E70 ELECTRODES, MEETING THE FOLLOWING MINIMUM MECHANICAL PROPERTY REQUIREMENTS: 1. CVN TOUGHNESS OF 20 FT -LB AT 0'F, USING AWS A5 CLASSIFICATION TEST METHODS. 2. CVN TOUGHNESS OF 40 FT -LB AT 70'F, USING THE TEST PROCEDURES PRESCRIBED IN APPENDIX A 3. YIELD STRENGTH: 58 KSI MINIMUM, USING BOTH THE AWS A5 CLASSIFICATION TEST (FOR E70 CLASSIFICATION ELECTRODES) AND THE TEST PROCEDURES PRESCRIBED IN APPENDIX A 4. TENSILE STRENGTH: 70 KSI MINIMUM. USING BOTH THE AWS A5 CLASSIFICATION TEST (FOR E70 CLASSIFICATION ELECTRODES) AND THE TEST PROCEDURES PRESCRIBED IN APPENDIX A 5. ELONGATION: 225 MINIMUM, USING BOTH THE AWS A5 CLASSIFICATION TEST AND THE TEST PROCEDURES PRESCRIBED IN APPENDIX A 5. EXISTING CONDITIONS: A CONTRACTOR SHALL VERIFY ANY AND ALL APPLICABLE EXISTING CONDITIONS, CONSTRUCTION. DIMENSIONS AND ELEVATIONS AND IMMEDIATELY NOTIFY ARCHITECT/EOR OF ANY DISCREPENCIES BEFORE PROCEEDING WITH ANY CONSTRUCTION. 6. GENERAL STRUCTURAL NOTES: A. CONTRACTOR TO VERIFY ALL OPENINGS. BUILDING DIMENSIONS. COLUMN GRID LOCATIONS AND DIMENSIONS WITH OWNER PRIOR TO POURING OF ANY CONCRETE FOUNDATIONS OR CONSTRUCTION. B. ALL BUILDING DIMENSIONS, BASE PLATE SIZES AND LOCATIONS, AND UGHT GAUGE WALL DIMENSIONS ARE TO BE VERIFIED AND COORDINATED BY THE CONTRACTOR AND BUILDING MANUFACTURER PRIOR TO CONCRETE PLACEMENT. C. THE ENGINEER OF RECORD IS NOT RESPONSIBLE FOR ANY DEVIATIONS FROM THESE PLANS UNLESS SUCH CHANGES ARE AUTHORIZED IN WRITING TO THE ENGINEER OF RECORD. D. THE CONTRACTOR IS RESPONSIBLE FOR PROVIDING SAFE AND ADEQUATE SHORING AND/OR TEMPORARY STRUCTURAL STABIUTY FOR ALL PARTS OF THE STRUCTURE DURING CONSTRUCTION. THE STRUCTURE SHOWN ON THE DRAWINGS 1AS BEEN DESIGNED FOR FINAL CONFIGURATION. E. NOTCHING AND/OR CUTTING OF ANY STRUCTURAL MEMBER IN THE FIELD IS PROHIBITED. UNLESS PRIOR CONSENT 15 GIVEN BY THE STRUCTURAL ENGINEER OF RECORD. 7 DEFEERRED SUBMITTALS: A FOUR SETS OF DEFERRED SUBMITTALS ITEMS PER IBC 106.3.4.2 SHALL BE SUBMITTED TO THE ENGINEER OF RECORD FOR REVIEW AND APPROVAL ALL DEFERRED SUBMITTALS SHALL BE STAMPED AND SIGNED BY A PROFESSIONAL ENGINEER REGISTERED IN THE STATE OF WASHINGTON (SPECIALTY ENGINEER) AND SHALL BE THE SOLE RESPONSIBILITY OF THE SPECIALTY ENGINEER INCLUDING, BUT NOT LIMITED TO, DESIGN. COORDINATION, DIMENSIONS. AND INTENDED PURPOSE. DEFERRED SUBMTRAL ITEMS SHALL INCLUDE A QUALRY ASSURANCE PLAN AS REQUIRED BY CHAPTER 17 OF THE IBC. REVIEW BY THE ENGINEER OF RECORD SHALL BE FOR GENERAL CONFORMANCE TO THE DESIGN LOADING CRITERIA SET FORTH ON THE CONTRACT DRAWINGS AND SPECIFICATIONS. THE DEFERRED SUBMITTALS ITEMS SHALL NOT BE FABRICATED OR INSTALLED UNTIL THE DESIGN AND SUBMITTAL DOCUMENTS HAVE BEEN REVIEWED BY THE ENGINEER OF RECORD AND APPROVED BY THE BUILDING OFFICIAL PRE-ENGINEERED STAIRS, CLADDING AND OTHER NON-STRUCTURAL COMPONENTS DESIGNED BY OTHERS SHALL NOT INDUCE TORSIONAL FORCES. TORSIONAL BRACING, IF REQUIRED, SHALL BE DESIGNED BY THE COMPONENT ENGINEER AND INCLUDED IN THE DEFERRED SUBMITTAL FOR REVIEW BY THE ENGINEER OF RECORD. 1. DEFERRED SUBMITTAL UST: a. STAIRS 8. SPECIAL INSPECTIONS, TESTING AND STRUCTURAL OBSERVATIONS JQUALITY ASSURANCE PLAN): A GENERAL: 1. INDEPENDENT TESTING LAB SHALL BE RETAINED BY OWNER TO PROVIDE INSPECTIONS AND SPECIAL INSPECTIONS AS DESCRIBED HEREIN. 2.THE CONTRACTOR IS RESPONSIBLE FOR COORDINATING AND PROVIDING ON SITE ACCESS TO ALL REQUIRED INSPECTIONS AND NOTIFIES TESTING IAB IN TIME TO PERFORM SUCH INSPECTIONS PRIOR. 3.00 NOT COVER WORK REQUIRED TO BE INSPECTED PRIOR TO INSPECTION BEING MADE. IF WORK IS COVERED. CONTRACTOR WILL BE RESPONSIBLE FOR UNCOVERING AS NECESSARY 4.THE CONTRACTOR SHALL CORRECT ALL DEFICIENCIES AS NOTED WITHIN THE SPECIAL INSPECTION REPORTS AND/OR THE ENGINEER OF RECORD'S FIELD OBSERVATION (STRUCTURAL OBSERVATIONS) REPORTS TO BRING THE CONSTRUCTION INTO COMPUANCE WITH THE CONTRACT DOCUMENTS, ADDENDUMS, REVISIONS, RFI'S AND/OR WRITTEN INSTRUCTIONS. THE CONTRACTOR IS RESPONSIBLE TO REOUEST SUMMARY REPORTS FROM THE SPECIAL INSPECTOR AND ENGINEER OF RECORD AT THE TIME OF THE PROJECT SUBSTANTIAL COMPLETION. PRIOR TO REQUESTING THE SUMMARY OF STRUCTURAL OBSERVATION REPORTS FROM THE ENGINEER OF RECORD. THE CONTRACTOR SHALL SUBMIT TO THE ARCHITECT AND ENGINEER OF RECORD A LETTER STATING THAT ALL OUTSTANDING ITEMS NOTED ON PREVIOUS STRUCTURAL OBSERVATION REPORTS HAVE BEEN COMPLETED IN ACCORDANCE WITH THE CONTRACT DOCUMENTS, ADDENDUMS, "REVISIONS, RETS AND/OR WRITTEN INSTRUCTIONS. B. SPECIAL INSPECTIONS: 1 ALL SPECIAL INSPECTIONS SHALL BE PERFORMED TO MEET THE REQUIREMENTS OF THE 2006 INTERNATIONAL BUILDING CODE (IBC) A5 AMENDED 8Y THE WASHINGTON STATE AND THE LOCAL BUILDING JURISDICTION. 2.REQUIRED SPECIAL INSPECTIONS SHALL BE PERFORMED BY AN INDEPENDENT CERTIFIED TESTING LABORATORY EMPLOYED BY THE OWNER PER SECTION 1701 OF THE 2006 IBC FOR THE AREAS INDICATED IN THE SPECIAL INSPECTION PROGRAM. 3. THE INDEPENDENT CERTIFIED TESTING LABORATORY AND INSPECTORS SHALL BE A QUAUFIED PERSON WHO SHALL SHOW COMPETENCE TO THE SATISFACTION OF THE LOCAL BUILDING OFFICIAL, OWNER, ARCHITECT AND ENGINEER OF RECORD FOR THE PARTICULAR OPERATION. ALL SPECIAL INSPECTION REPORTS SHALL BE SUBMITTED TO THE BUILDING DEPARTMENT. ARCHITECT AND ENGINEER OF RECORD STATING THE PROJECT NAME AND ADDRESS. 4.THE CONTRACTOR AND SPECIAL INSPECTOR SHALL NOTIFY THE ENGINEER OF RECORD OF ANY ITEMS NOT COMPLYING WITH THE PROJECT SPECIFICATIONS, CONTRACT DOCUMENTS AND/OR APPUCABLE CODES BEFORE PROCEEDING WITH ANY WORK INVOLVING THAT REM. THE ENGINEER OF RECORD WILL REVIEW THE ITEM AND DETERMINE ITS ACCEPTABILITY. IF WORK INVOLVING THAT ITEM PROCEEDS WITHOUT PRIOR APPROVAL FROM THE ENGINEER OF RECORD, THEN THE WORK WILL BE CONSIDERED NON-COMPLIANT. C. SPECIAL INSPECTIONS PROGRAM NOTES: 1 ITEMS CHECKED WITH X SHALL BE INSPECTED IN ACCORDANCE WITH IBC CHAPTER 17 BY A CERTIFIED SPECIAL INSPECTOR FROM A TESTING AGENCY APPROVED BY THE BUILDING OFFICIAL 2.714E CONTRACTOR RESPONSIBLE FOR THE CONSTRUCTION OF A MAIN WIND -OR SEISMIC -FORCE -RESISTING SYSTEM, DESIGNATED SEISMIC SYSTEM OR A WIND -OR SEISMIC -RESISTING COMPONENT LISTED IN THE STATEMENT OF SPECIAL INSPECTIONS PROGRAM, SHALL SUBMIT A WRITTEN STATEMENT OF RESPONSIBILITY TO THE BUILDING OFFICIAL AND THE OWNER PRIOR TO THE COMMENCEMENT OF WORK ON THE SYSTEM OR COMPONENT PER IBC, SECTION 1706.1 3.SPECIAL INSPECTION IS 1401 REQUIRED FOR WORK PERFORMED BY AN APPROVED FABRICATOR MEETING THE REQUIREMENTS OF IBC SECTION 1704.2.2. 4.714E SPECIAL INSPECTOR SHALL PROVIDE A COPY OF THEIR REPORT TO THE BUILDING OFFICIAL, OWNER, ARCHITECT, ENGINEER OF RECORD AND CONTRACTOR. S.CONTTIN000S SPECIAL INSPECTION MEANS FULL -TME OBSERVATION OF THE WORK REQUIRING SPECIAL INSPECTION BY THE APPROVED SPECIAL INSPECTOR PRESENT IN THE AREA WHERE THE WORK I5 BONG PERFORMED. 6.PERIODIC SPECIAL INSPECTION MEANS PART-TIME OR INTERMITTENT INSPECTIONS OF THE WORK AT INTERVALS NECESSARY TO CONFIRM THAT 1116 WORK REQUIRING SPECIAL INSPECTIONS IS IN CONFORMANCE WITH THE APPROVED PERMIT CONSTRUCTION DOCUMENTS AND SPECIFICATIONS. 7.ALL STRUCTURAL SHOP AND FIELD WELDS SHALL BE VISUALLY INSPECTED. THE SPECIAL INSPECTOR NEED NOT BE CONTINUOUSLY PRESENT DURING WELDING. EXCEPT AS NOTED, PROVIDED THE MATERIALS, QUALIFICATIONS OF WELDING PROCEDURES AND WELDERS ARE VERIFIED PRIOR TO THE START OF THE WORK; PERIODIC INSPECTIONS ARE MADE OF WORK IN PROGRESS; AND A VISUAL INSPECTION OF ALL WELDS IS MADE AFTER COMPLETION OR PRIOR TO SHIPMENT OF SHOP WELDING. 8.THE CONTRACTOR SHALL SUBMIT A 'WELDING PROCEDURE SPECIFICATION' (WPS) IN ACCORDANCE WITH AWS 5.1.2 FOR REVIEW BY THE SPECIAL INSPECTOR PRIOR TO BEGINNING ANY WORK. THE WPS SHALL INCLUDE ALL INFORMATION RECOMMENDED IN THE SAMPLE FORM OF APPENDIX E OF THE AWS CODE INCLUDING RECOMMENDATIONS FROM THE ELECTRODE MANUFACTURER, PROPOSED METHOD OF BASE METAL PREPARATIONS, BACK GOUGING SEQUENCE, METHOD OF PLACEMENT OF NEW WELD MATERIALS. BACKER PLATE AND RUNOFF TAB REMOVAL AND FINAL FINISHING. 9. THE INSPECTOR SHALL VERIFY WELDER QUALIFICATIONS, WPS, WELDING PROCESS ELECTRODE, ASSEMBLY CONFIGURATION, FIT -UP TOLERANCE (1/16 INCH MAXIMUM), PREHEAT AND INTERPASS TEMPERATURE AND PREPARATION OF ALL STEEL SURFACES. ALL STRUCTURAL WELDING REQUIREMENTS SHALL BE PERFORMED BY A CERTIFIED WELDER, MEETING ALL OF THE LOCAL BUILDING JURISDICTION REQUIREMENTS AND MUST BE WABO CERTIFIED. 10. ALL WELDING REINFORCING TO BE ASTM A706, GRADE 60. 11. ALL BIDDER DESIGNED/DEFERRED SUBMITTAL COMPONENTS, WHERE SHOWN, SHALL INCLUDE A (DUALITY ASSURANCE PROGRAM FOR SPECIAL INSPECTIONS WHERE REQUIRED BY IBC SECTION 17071. 12. PER IBC, SECTION 1707 4, RELATED TO SPECIAL INSPECTIONS FOR SEISMIC RESISTANCE FOR COLD -FORMED STEEL FRAMING, PERIODIC SPECIAL INSPECTION IS REQUIRED DURING WELDING OPERATIONS OF ELEMENTS OF THE SEISMIC -FORCE -RESISTING SYSTEM. PERIODIC SPECIAL INSPECTIONS IS REQUIRED FOR SCREW ATTACHMENTS, BOLTING, ANCHORING AND OTHER FASTENING COMPONENTS WITHIN THE SEISMIC -FORCE -RESISTING SYSTEM, INCLUDING STRUTS, BRACES AND HOLDOWNS. D. STRUCTURAL OBSERVATIONS. 1.PER IBC SECTION 1709, STRUCTURAL OBSERVATIONS SHALL BE PERFORMED BY A REPRESENTATIVE FROM THE ENGINEER OF RECORD'S OFTICE (TAMARACK GROVE ENGINEERING, PLLC) OR AN APPOINTED REPRESENTATIVE TO PERFORM ON -5n STRUCTURAL OBSERVATION VISITS DURING SIGNIFICANT TIMES OF CONSTRUCTION -RELATED TO OUR DEFERRED SUBMITTAL SCOPE OF WORK. CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATION OF ALL SIGNIFICANT TIMES OF CONSTRUCTION WITH THE ENGINEER OF RECORD'S OFFICE PRIOR TO THE COMPLETION POINT REQUIRING SITE OBSERVATIONS FOR THE CONSTRUCTION AND/OR PLACEMENT (MINIMUM OF 4 CALENDAR DAYS). SIGNIFICANT TIMES OF CONSTRUCTION ARE AS FOLLOWS: 1.0. COMPLETION OF ALL STRUCTURAL SYSTEMS AS REQUIRED AND/OR DEFINED BY THE LOCAL JURISDICTION. 2.STRUCTURAL OBSERVATIONS DO NOT INCLUDE OR WAIVE THE RESPONSIBILITY FOR THE SPECIAL INSPECTIONS REQUIRED BY THE IBC SECTION 1704 OR OTHER SECTIONS OF THE CODE AS REQUIRED BY THE LOCAL BUILDING JURISDICTION. 4 3 2 SPECIAL INSPECTIONS PROGRAM 'ESTABLISHED PER 2006 IBC AS AMENDED BY WASHINGTON STATE SECTION 109 8 CHAPTER 17 ITEM CONTINUOUS PERIODIC COMMENTS GENERAL STRUCTURAL INSPECTIONS AS REQUIRED BY SECTION 1704.4 FOOTING M0 FOUNDATION REINFORCEMENT 8Y BUILDING OFFICIAL SLAB REINFORCEMENT BY BUILDING OFFICIAL FINAL INSPECTION BY BUILDING OFFICIAL STEEL MATERIAL VERIFICATION OF HIGH STRENGTH BOLTS NUTS AND WASHERS X REFERENCE APPIJCAB1 ASTM MATERIAL SPECIRCATR)NS,NSC 360. SECT10NA3I HIGH STRENGTH BOLTING X IBC 1704.33, RISC 1RF0 SECTION 825 (CONONUOUS INSPECTION FOR SUP CRITICAL) MATERIAL VERIFICATION OF STRUCTURAL STEEL IBC 1708A ASTM A S ASTM A 568 COMPUANCE OF STEEL FRAME JOINTS TO CONSTRUCTION DOCUMENT DETAILS X IBC 170432 WELDING:STRUCTURAL STEEL MATERIAL VERIFICATION OF WELD FILLER MATERLALS RISC 360, SECTION A3.5 COMPLETE AND PARTIALPENETMTION X IBC 17043.1, AWS 01.1 MULTIPASS FILLET WELDS X SINGLE PASS FILLETS >5/115 X SINGLE PASS FILLETS< 916' X FLOOR AND ROOF DECKWELDS X AWS 013 WELDED STUDS X IBC 17043 WELDING OF STAIRS AND RARING SYSTEMS X IBC 17043 WELDING: REINFORCING STEEL VERIFICATION OF WELDABILITY OF STEEL OTHER THAN AVM A 706 x IBC SECTION 170/3 FLEXURAL AND AXIAL STEEL INTERMEDIATE AND SPECIAL MOMENT FRAMES X IBC SECTION 17043 BOUNDARY ELEMENT STEEL W SPECIAL REINFORCED SHEAR WALLS X IBC SECTION 1704.3 SHEAR STEEL X IBC SECTION 17043 OTHER REINFORCING STEEL X MC SECTION 17043 COLD -FORMED STEEL FRAMING: WELDING OPERATIONS OF ELEMENTS OF 5FRS X IBC SECTION 1707.4 SCREW ATTACHMENT X IEC SECTION 1707A BOLTING/ANCHORING X BCSECTIO N1707A FASTENING OF COMPONENTS WITHIN THE SFRS, INCLUDING STRUTS. BRACES AND HOEDOWNS X IBC SECTION 1707.4 NOTE: RE: THE SPECIAL INSPECTION PROGRAM NOTES, 8 -C, GENERAL STRUCTURAL NOTES. - i NI BRIAN J. SIELA F, P. E. 2915 W. AGATE ST. SUITE B BOISE, IDAHO 83705 PHONE: 208.345.8941, FAX: 208.345.8946 EMAIL' EAenslelaf4tamaWukgmce.mm PROJECT NO: TGE10-909 CHECKED BY' BJS DRAWN BY: SRR 16 15 14 13 12 11 10 9 8 7 6 5 4 3 2 1 H G F E D C B A / REV NUM DESCRIPTION DRWN BY CHK'D BY DATE UPDATED DRAWINGS SRR BJS 3-2311 81D SET -DSB 8-3-2011 ATTENTION: 0 1/2 1 IF THIS BAR DOES NOT MEASURE 1" 22x34 or )' @11x17, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING DESIGNED: DRAWN: CHECKED: City of Yakima Struvite System Implementation APPROVED: PROJECT DATE Aug. 2011 PROJECT NO. 10283 Yakima, Washington DRAWING NUMBER H LU Yn CO S0.01 GENERAL STRUCTURAL NOTES 10 s 4 16 1 14 I 3 IL I I - - I - - SE10 --- � J II 1- Y — __- , - 1 4 7,10' 2-4 ',.."5 ,• s;{ ■IM■ r• ■SII W - ' G, `i 0 4-0 i.t � I TS 6x6xx CARBON STEEL COLUMNS _- (PAINTED), TYP OF (4) PER FRAME -- I I8) TS4x4x.K J - L - ICO COLUMNS, TYP - H TS4x4xY BEAM, TYP H X104 Even min .1/II,11„i _ - is -4 -- -' I(' !)-6 !A •- 1 _ / IUP WALKWAY^ o SE1.0 (N) 10•-0•x22.1• BUILT-UP CONC. LEVELING PAD, RE: SD1.2 - - - SE1.1 UP __ -_____ .1.111,..' .-NEMIII ■ Ac, W. I• g id? C - it -0 --- — = = _-- E ^ C hi= ( ( 115 =r - .IG Ot TS4x4xY COLUMNS, TYP ic.q • Lf TS4x4xX MI�►•. • i �� •I..■.``- IJ BEAM. TYP -i ■', .-o.■■ D UM ki I lK) '0, ;f0 16-24- - , l ,, O ✓'"' - r--_ 1 - i os G' SE1.0 �(_ k ,.F _ C IUP C Fa Y5 I','T 4 SD1.0 GY1i - .----_- 5 . -0 % ,Z1-6. 'q .fe -- —may_ \1l.6.0- '1111r�110\ { y;1 r,,{ E - ) ;,/ ,,,,'X" BRIAN J SIELA F P.E. < 2915 W. AGATE ST., SUITE B BOISE, IDAHO 83705 517 X! '<nY T ?n X YA ' PHONE: 208.345.8847, FAX: 208.30.5.8946 EMAIL. brlan.slekttalamerackgmn.com PLAN ?; 1 1 1 1 1 1 1 1 1 1 1 15 15 13 11 10 9 8 7 6 5 4 3 2 J J '• ° -�{ JJII , SD7.0�.� :_�__ �--�- . : . ^ _ V TS 6x6xY. STEEL COLUMNS _, — SEI.t= ' , _ , , ' • 1.34" ®• 7 10" 2 A' '— g�! #4 REBAR CONT / C TYP PAINTED), TYP OF (4) PER FRAME BASE PL."x1'-0' w/ (4) Y' DIA. EPDXY BOLTS w/ 8" MIN. EMBED INTO (E) 12" • `�- • 7-10" 2'%70" f ' 1---1' --1 6" �''j V \ (N) 10' -0'x22' -0"x6" BUILT-UP CONC. MAT FOUNDATION. USING _ • _ (E)12" THICK CONC. MAT �I I CONC. LEVELING PAD HY150 EPDXY IONS IREPORT . •• FOUNDATION w/ #5 REBAR 12" `�'�•'- O.C. EA. WAY, TOP 8 BOTTOM (ICC ESR -3013) _ • .. a° • ,� OVER 1 Ya' NON -SHRINK GROUT ' ' i y _ _ .--.- 11• it - `I ° < .ii .. II 0 - TS4x4xY STAIR COLUMNS, TYP '4 - m • , (E) EXTENDED FLOOR UP 8 s DRAIN TO BE} BLOCKED OUT • - , - • TS 6x6xD STEEL COLUMNS (PAINTED), TYP OF (4) PER FRAME , --.--- I•. �` `O i ' • , - „ _ —__ z T.O. (E) FIN. FLOOR T - P a V 4•C _ _ —_. .__. .___-__ --_ ___- _+—._ • ''. '.' • . . ' . ' y CONTRACTOR SHALL COORD. TY _e H <• ., .. _ rT ' ' °j'� — ,r ` t I LOCATIONS D ALL (E)ETC.UTIL LINES, CONDUITS, ETC. IN (E) CONC. MAT SLAB PRIOR TO ANY TYP _,_ „_ __-- #5 REBAR © 12. O.C. EACH WAY H , ��. _ . DRILLING, TV (E) (E) MANHOLE TO BE SEALED AND COVERED ,• (N) 10'-0"x22'-6" BUILT-UP CONC. ' — • • x w/ (N) CONC. PAD ' • ,. - - - 1 LEVELING PAD, RE. 2/S1.1 , (E) FLOOR DRAIN TO BE SEALED AND COVERED w/ (N) CONC. PAD (E) MANHOLE TO BE SEALED — ' •" G ;� in ' . - „ , , - • ,. #5 REBAR Q 12" O.C. EACH WAY AND COVERED w/ (N) CONC. PAD G 4• ° ., . , DETAIL 2 "T °O : SCALE: 3/41,-0. '= ` I* — •2 .. IE1.0 •2 0 3'' — F / • - °°•� *.. F • .ti ' " _ .`' TS ER STEEL COL (PAINTED), TYP OF (4) (P •SEL1 , � _ 1U a TS 4x4xY4 STEEL COL. PER TYP — ,. - • (PAINTED), F OF (8) PER FRAME BASE PL Y"X1'-0" W/ (4) Y." DIA. EPDXY (E) 12" THICK CONC. MAT E FON. w/ #5 REBAR @ 12" O.C. 4 ! - 1 BOLTS W/ 4' MIN. EMBED INTO (E) 12' CONC. MAT FOUNDATION. USING HILTI BASE PL. "X1'-0' W/ (4) Y." DIA. EPDXY E EA WAY, TOP 8 BOTTOM --i-- HY150 EPDXY INJECTIONS BOLTS W/ 4" MIN. EMBED INTO (E) 12" t \D /, 4, • -- - (ICC REPORT ESR -3013) OVER 1 Yz"NON-SHRINK GROUT CONC. MAT FOUNDATION. USING HILTI HY750 EPDXY INJECTIONS (N) 10' -0"x22' -6'x6" BUILT-UP _ - (ICC REPORT ESR -3013) CONC. LEVELING PAD �_ ' _ (T)1N'THICK MAT OVER 1 Y' NON -SHRINK GROUT TYP •} :',. ,_ ILy ^ y 1 FOUNDATION w/ #S REBAR BAR @12" — • O.C. EA. WAY, TOP 8 BOTTOM V _-_-_ __-_ - _ tl - - D • �. .. T.O. (8) FIN. FLOOR r �. - , r� is A it 44 D �� ,• _ 3 T TS4x4xY STAIR Z, • S TYP -a �� COLUMNS, TYP .. -1 0 SE1.0 0 SD1.0 4' CONC. CURB AROUND PERIMETER OF LEVELING PAD DETAIL 3 DETAIL 4 — 14, 91" SCALE: 1 1/2"=1'.0 SCALE: 1 1/2"=1'-0" 0 1.5' 0 1.5' ` . \ 1' . r: a,,L h ltd 11;01, — BRIAN J. SIELA F, P. E. — 2915 W. AGATE ST., SUITE 8 BOISE, IDAHO 83705 PHONE 208.345.8941, FAX 208.345.8946 EMAIL. brtan.sle1481$tamers4korove.can PARTIAL FOUNDATION/SLAB PLAN PROJECT NO: TGE 10-909 A 1Y1"=1 " CHECKED BY: BJS A 0 1' 2' DRAWN BY: SRR 16 1 15 14 1 13 12 1 11 10 1 9 I 8 1 7 6 1 5 1 4 3 2 1 REV DESCRIPTION DRWN CHK'D DATE ATTENTION: DESIGNED: • ' City of Yakima DRAWING NUMBER NUM BY BY 0 1/2 1 7 :Y� O •# DRAW" - Struvite System Implementation B UPDATED DRAWINGS SRR BJS 323-71 _r PHART�Ly��R + �� 4-•`•��-'+_ x f,-' w, tt•• /7 CHECKED: - C IF THIS BAR DOES NOT MEASURE 1" ® 22x34 or I.Vi ; =� y `_ �'�3 "1APPROVED: - Yakima, Washington J • F BID SET ` JRH DSB 8-3-2011 Yx' ®11x17, THEN ENGINEERING - 1� 1 a . .., OJECT Aug. 2011 PROJECT 4 DRAWING IS NOT TO SCALE -SCALE 5 ; I d .' y td j , - yi Yh NO. PROJECT NO. 1 OZ8.3 SOLIDS HANDLING BUILDING REV ACCORDINGLY ° v:° rr ro/h STRUVITE LAYOUT PARTIAL PLAN F "^""' SCALE: NTS 16 1s 11 7 4 J — So1.0 1 TING w/ e EDLTOP, B'' McNIVANIZED CHOLS OR OPP SE�RRATE* EQUAL SERRATED TOP J — E1.1_____-_--_-____________ _ _____._______,__: 1 -.._ —ti_. _._._____-_. T_- ' _ -__. © 1,-51" 7-10^ 2'-4' --_ R __- Ii_ .__ 9 D CABLE i" N X -BRACE 8 GUSSET PL.,TURN----' 1 1 N 2'-10^ r-10^� L — _.... _. .— MN BUCKLES, AND CLEVISES, TYP r 1HSS 12x2X1/4 HSS 12x2X1� : / '_ __ • , HSS 72x2X1l4 I 1--�� ' - T.O. N) PLATFORM GRATING TS4x4xY J X iiI1i1r 5 DP — 111 s�J 1 7 1 1 1 s� Yx " 1 ' GALVANIZED GRATING w/ SERRATED TOP BY McNICHOLS OR SD1.1 1 EQUAL SERRATED TOP 12x2xY' 6'-0' G HSS STRINGER T.O. (N) PLATFORM 7 GRATING MATCH T.O. ^(E)PLATFORM 4 r 412 li naiiw� HSS 12X2XY' 2 2 1MM11 STAIR STRINGER IUP SD1.2 .. .0 .11111E � C '�„ _ F iN -wwwwwwwww��wwwwwwwwwwww =_�■wtw SD12 MM.! S 1.0 m HSS 12x2xY' i1■■■�■■■ITI . �:! - F !R o o STRINGER r 11111 ■I i 11 IUI1I Q— L IIIIIIa�III�1 �1E'li SE7.1 .� — mow ... 1 E H5512X2XY.' SUPPORT BEAM7'---Th a J r 1 SD1.2 E I 458-7. T.O. (N) PLATFORM I3 _ GRATING r 15��.1111110 HSS 12x2xY' STAIR STRINGER 1 HSS 12x2xY' --- _ - _- SUPPORT BEAM i 041---, D I T84x4sY1 COLUMNS, TI'P — I ,■ o —I n d- ■, ` N Ye DIA, CABLE J C X -BRACE w/ GUSSET PL., TURN BUCKLES, AND CLEVISES, TYP O SW .0 B —I SO IUP IUP x'.11 i':,L,.C>'r G��`,'E B BRIAN J. SIELA F, P. E. — 2915 W. AGATE ST. SUITE B BOISE, IDAHO 83705 P606E1 208.345.8941, FAX 208.345,8946 EMAIL. brlan.alaWB(t�tamarerkarow,cam LOWER PLATFORM FRAMING PLAN LOWER PLATFORM GRATING PLAN A 1/2"=V-0.^ 1/2'=1'-0' PROJECT NO: TGE10-909 A CHECKED BY: BJS 0 1' 2' 0 1' r DRAWN BY: SRR 16 I 15 i 14 1 13 12 I 11 10 1 9 8 1 7 I 6 1 5 1 4 3 2 1 / REV DESCRIPTION DRWN CHK'D DATE ATTENTION: 7 r.� ' DESIGNED: - City of Yakima DRAWING NUMBER NUM BY BY 0 1R 1`�1f4}}- 'u,,`�1p.�Jy DRAWN: ® --4 Ir✓�,' _ - Struvite System Implementation B UPDATED DRAWINGS SRR BJS 3-23-11 -1L�.1�'1L� f �„ y�//n. ''� CHECKED: IF THIS BAR DOES NOT MEASURE 1' @ 22x34 or W: 1 JL l[ 4 ' 1 a t. ark ' APPROVED: - 1 S 1 •2 F BID SET .-a. JRH OS8 8-3-2011 Y^ @11x17, THEN ENGINEERING a IJ �' ' ram ' Yakima, Washington .:z__. ' DRAWING IS NOT TO %j 1 PROJECT DATE: Aud.g. 2011 SCALE - SCALE ,,. - °�° = .ni: .. �M�€ PROJECT NO. 1 QZ83 SOLIDS HANDLING BUILDING REV ACCORDINGLY .,� r Eor.m�1IAp SCALE: NTS STRUVITE LAYOUT PARTIAL PLAN F 1 1 1 1 1 1 1 1 1 1 1 t 16 15 : 14 1 13 12 11 10 9 8 7 6 5 4 3 2 1 Ye"XX" GALVANIZED GRATING W/ SERRATED TOP, BY McNICOLS OR EQUAL SERRATED TOP HSS 12X2XX" TS4x4x): COL. BELOW STRUVUITE CONE & FRAME, - RE: SD1.0 FOR SIZES AND CONNECTIONS SE1.1 sir (N) 10'-0"x22'-6" BUILT-UP CONC. LEVELING PAD, RE. SD1.2 546812x2x /4" TS4x4x) COLUMNS, TYP HSS 12x2x1/4" SD721N/...,. Ye" DI` BLE X -BRACE wl GUSSET PL., TURNBUCKLES AND CLEVISES, TYP Ye" DIA. CABLE X -BRACE w/ GUSSET PL., TURNBUCKLES AND CLEVISES, TYP UPPER PLATFORM FRAMING PLAN 1/2"=1'-0" 0 1' 2' REV NUM 16 DESCRIPTION 15 DRWN BY 14 1 13 CHK'D BY DATE B UPDATED DRAWINGS SRR BJS 3-23.11 F -` t'BID SET JRH DSB 8-3-2011 ATTENTION: 0 92 1 IF THIS BAR DOES NOT MEASURE 1" @ 22x34 or )z" © 11x17, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY 12 11 10 PHARMER ENGINEERING 9 8 7 UPPER PLATFORM GRATING PLAN 1I2"=1'.0 O 0 1' 2' 1 6 1 DESIGNED: 5 DRAWN: CHECKED: APPROVED: PROJECT DATE Aug. 2011 I 4 BRIAN J. SIELA F, P. E. 2915 W. AGATE ST., SUITE B BOISE, IDAHO 83705 P8098. 208.345.8941, FAX: 208.345.8946 EMAIL. brIan.sleHRE6temeracxgrove.com PROJECT NO: TGE 10-909 - CHECKED BY: BJS DRAWN BY: SRR 3 2 City of Yakima Struvite System Implementation Yakima, Washington PROJECT NO. 1 0283 SCALE NTS SOLIDS HANDLING BUILDING STRUVITE LAYOUT PARTIAL PLAN 1 DRAWING NUMBER S1.3 A REV F FILENAME. ( H G F E D C B A 16 1 15 14 ( 13 12 I 11 10 I 9 i 8 1 7 I 6 ( 5 1 4 • 24'-0' T.O. REACTOR 20'-7" • T.O. (N) TS FRAME • 15,3' T.O. (N) TS FRAME 8'-0" T.O. (N) TS FRAME • 0'-0. • T.O. (E) FIN. FLOOR PROVIDE A 1" UP AI 6)e MATERIAL 8'-6"0 @ TOP 1" 3 Ste.1 l — 4 SD1.1 INTERNAL TROUGH, RE: 5/501.0 Ye X16' BAND, TYP WELDED TOP 8 BOT. TO PREFAB. CONE TS6x645" STEEL COLUMNS (PAINTED) TYP OF (4) PER FRAME 34.• THICK 304SST FABRICATED CONE, TYP REACTOR PENETRATION, RE: MECH TYP FOR ALL LOCATIONS, DIMS, AND Cs; DIAMETERS TS6x6oZ" STEEL COLUMNS (PAINTED) TYP OF (4) PER FRAME X.'x16' BAND, TYP WELDED TOP 8 BOT. TO PREFAB. CONE TS4x4x6e STEEL DIAGONAL BRACE. TYP ALL FOUR SIDES (PAINTED) 4 4 1 Xe x16" BAND, TYP WELDED TOP 8 BOT. TO PREFAB. CONE TYP Y' THICK DOUBLER PLATE WELDED TO ALL MECH PENETRATIONS, TYP., RE: 8/SD1.2 TVP > V O• DETAIL 1 SCALE: 1/2"=1'-0' 0 1' 2' 6 sD1.1 TYP X4' THICK 304SST FABRICATED CONE, TYP TS4x4x8ie' STEEL HORIZONTAL CONE SUPPORT (PAINTED) TYP TS4x4x34' STEEL HORIZONTAL BRACE (PAINTED) TYP TS4z4x31e STEEL DIAGONAL BRACE, TYP. ALL FOUR SIDES (PAINTED) (N)10 -0"x12 -6"x6' CONC. BUILT-UP LEVEUNG PAD, RE:SD12 BASE PL. 'x1'-0' w/ (4) X' DIA EPDXY BOLTS w/ 8' MIN. EMBED. USING HILTI HY150 EPDXY INJECTIONS (ICC REPORT ESR -3013) 4 (E) 12" THICK CONC. MAT FOUNDATION w/ #5 REBAR @ 12' O.C. EA. WAY, TOP 8 BOT 9 DETAIL 2 SCALE: 3/4'=1'-0" 3' 4' 2,71' 3,-0' 2'-7 9 J TS8x6xZ"STEEL HORIZONTAL CONE SUPPORT FRAME (PAINTED) TYP S)a" THICK 304SST FABRICATED CONE, TYP 3 2 8'-6" 1'-92" (2) X' DIA. BOLT WELDED m TO TS FRAME W/ (6" THICK OVERSIZED WASHER. EA FACE Va STIFFENER PL, TYP @ 24' O.C. AROUND PERIMETER OF BRACKET TS6x6x("STEEL COLUMNS (PAINTED) TYP OF (4) PER FRAME TS4X4X1( STEEL HORIZONTAL CONE SUPPORT (PAINTED) TYP TS4X4X1/1e STEEL / HZTA SUPPORTORIONFRAMELCONE (PAINTED) TYP Y' THICK 304SST FABRICATED CONE, TYP TYP (2) X,' DIA. BOLT WELDED TO TS FRAME w/ X" THICK OVERSIZED WASHER, EA. FACE Ye STIFFENER PL, TYP @ 24' O.C. AROUND PERIMETER OF BRACKET DETAIL 4 SCALE: 3/4"=1'-0" 3 4' v <TYP TS6x6x1/4" STEEL / COLUMNS (PAINTED) ! TYP OF (4) PER FRAME DETAIL 3 SCALE: 3/4"=1'-0' 3' 4' DETAIL TS4x4x6e STEEL HORIZONTAL CONE SUPPORT (PAINTED) TYP TS4X4XYe STEEL HORIZONTAL CONE SUPPORT FRAME (PAINTED) TYP Y" THICK 304SST FABRICATED CONE, TYP ( (2) X" DIA. BOLT WELDED TO TS FRAME WI Ye" THICK H OVERSIZED WASHER, EA. FACE Xe STIFFENER PL., TYP @ 24' O.C. AROUND PERIMETER OF BRACKET TS6x6x("STEEL COLUMNS (PAINTED) TYP OF (4) PER FRAME X' THICK INTERNAL TROUGH, RE: MECH. 5 SCALE: 3/4'=1'-0" 0 3' 4' BRIAN J. SIELA F, P.E 2915 W. AGATE ST., SUITE B BOISE, IDAHO 83705 PHONE: 208.345.8941, FAX: 208.345.8948 EMAIL. brlan.sielaR61tamaracxerwa.com PROJECT NO: TGE10-909 CHECKED BY: BJS DRAWN BY: SRR 16 15 14 L 13 12 11 10 9 8 7 T 6 5 4 3 2 1 G F E 0 c B A a REV NUM DESCRIPTION DRWN BY CHK'D BY DATE UPDATED DRAWINGS SRR BJS 3-23-11 BID SFr' JRH DSB 8.3-2011 ATTENTION: 0 .1 IF THIS BAR DOES NOT MEASURE 1' © 22.934 or (6" @11 z17, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING S. DESIGNED: DRAWN: CHECKED: APPROVED: PROJECT DATE: Aug. 2011 City of Yakima Struvite System Implementation Yakima, Washington PROJECT NO, 10283 SCALE: NTS STRUVITE REACTOR DETAILS DRAWING NUMBER SD1.0 REV F I MA - i 1 G DETAIL 2 SCALE: 3/4'=1'-0" 3' 4' 2,71' 3,-0' 2'-7 9 J TS8x6xZ"STEEL HORIZONTAL CONE SUPPORT FRAME (PAINTED) TYP S)a" THICK 304SST FABRICATED CONE, TYP 3 2 8'-6" 1'-92" (2) X' DIA. BOLT WELDED m TO TS FRAME W/ (6" THICK OVERSIZED WASHER. EA FACE Va STIFFENER PL, TYP @ 24' O.C. AROUND PERIMETER OF BRACKET TS6x6x("STEEL COLUMNS (PAINTED) TYP OF (4) PER FRAME TS4X4X1( STEEL HORIZONTAL CONE SUPPORT (PAINTED) TYP TS4X4X1/1e STEEL / HZTA SUPPORTORIONFRAMELCONE (PAINTED) TYP Y' THICK 304SST FABRICATED CONE, TYP TYP (2) X,' DIA. BOLT WELDED TO TS FRAME w/ X" THICK OVERSIZED WASHER, EA. FACE Ye STIFFENER PL, TYP @ 24' O.C. AROUND PERIMETER OF BRACKET DETAIL 4 SCALE: 3/4"=1'-0" 3 4' v <TYP TS6x6x1/4" STEEL / COLUMNS (PAINTED) ! TYP OF (4) PER FRAME DETAIL 3 SCALE: 3/4"=1'-0' 3' 4' DETAIL TS4x4x6e STEEL HORIZONTAL CONE SUPPORT (PAINTED) TYP TS4X4XYe STEEL HORIZONTAL CONE SUPPORT FRAME (PAINTED) TYP Y" THICK 304SST FABRICATED CONE, TYP ( (2) X" DIA. BOLT WELDED TO TS FRAME WI Ye" THICK H OVERSIZED WASHER, EA. FACE Xe STIFFENER PL., TYP @ 24' O.C. AROUND PERIMETER OF BRACKET TS6x6x("STEEL COLUMNS (PAINTED) TYP OF (4) PER FRAME X' THICK INTERNAL TROUGH, RE: MECH. 5 SCALE: 3/4'=1'-0" 0 3' 4' BRIAN J. SIELA F, P.E 2915 W. AGATE ST., SUITE B BOISE, IDAHO 83705 PHONE: 208.345.8941, FAX: 208.345.8948 EMAIL. brlan.sielaR61tamaracxerwa.com PROJECT NO: TGE10-909 CHECKED BY: BJS DRAWN BY: SRR 16 15 14 L 13 12 11 10 9 8 7 T 6 5 4 3 2 1 G F E 0 c B A a REV NUM DESCRIPTION DRWN BY CHK'D BY DATE UPDATED DRAWINGS SRR BJS 3-23-11 BID SFr' JRH DSB 8.3-2011 ATTENTION: 0 .1 IF THIS BAR DOES NOT MEASURE 1' © 22.934 or (6" @11 z17, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING S. DESIGNED: DRAWN: CHECKED: APPROVED: PROJECT DATE: Aug. 2011 City of Yakima Struvite System Implementation Yakima, Washington PROJECT NO, 10283 SCALE: NTS STRUVITE REACTOR DETAILS DRAWING NUMBER SD1.0 REV F 13 10 JJ I0 I 0 2' DIA. PIPE RAIL �» I Ic I „ I 3 V I 1 - L THICK - I - 1 - GRATING CONE, FABRICATED CONE, TYP \ iex16`BAND, TYP WELDED PRE 8 BOT CONT. TO PREFAB. CONE TYP 1 (2) 1 5"163m8 FLAT STRAP WELDED TO SLEEVE 8 HSS STRINGER I 34.* STIFFENER PL I — HSS 12X12XY STRINGER L 4X4X1/4 2' DIA. PIPE SLEEVE w/ CLOSED BOT, w/Y' CAP PL (2) 3's" DIA. EPDXY BOLTS W/ 3 Y" MIN. EMBED TYP I W DIA. BOLT WELDED TO TS FRAME wl Y.` THICK OVERSIZED WASHER (2) W DIA. BOLT WELDED TO TS FRAME W/ Y4. THICK OVERSIZED WASHER gilleIII%iim immum' I 51.'BENT PL ie PL. WELDED TO TYP — END VIEW tie 'B' -- — GRATING 1 Yx10 TYPE HOT DIPPED GALV., TYP HSS 12X12XY STRINGER _ ViMitllrr (BEYOND) saaax•u s, Y8 HSS 2x12xX" STINGER, TYP TS6x6xX,' TOP STRUT H 1 I (PAINTED) TYP H TS6x6zY' STRUT, TVP AT TOP OF FRAME ONLY � WM TS6X6XY'FRAMEIIIMIIMPTAI 7116 I - •.•••••.... L4x4XYx0'4i' w/(2)�'OIA.EPDXY(PAINTED)TYPT54x4xis' Y.' END PLATE BOLTS w/ 3}4• MIN. EMBED STEEL HORIZONTALBRACE— Pill �W. � (PAINTED) TVP AI (2) 1}4•x63m8 FLAT STRAP �Illi�� TS4x4xie STRUT, TYP WELDED TO SLEEVE8 i ^X16' BAND, TVP G 800516263 BOX BEAM . WELDED TOP 8BOT. G (E) 12" THICK CONC. MAT FOUNDATION w105 REBAR ' CONT TO PREFAB. CONE 2' DIA. PIPE SLEEVE Q 12' 0.C. EA. WAY, TOP 8 BOT. w/ CLOSED BOT. w/ Y.` DETAIL'A' CAP PL TYP r L DETAIL 1 DETAIL 2 DETAIL 3 DETAIL 4 SCALE: 1 1/2'=1'-0" SCALE: 3/4"=1'-0" SCALE: 1 1/2'=1'-0" SCALE: 3"=1-0" F E 0 1.5' 0 133' 4' 0 1.5' 0 3' HSS 12x12,,31 STRINGER F E (BEYOND) HSS 12X72XY. STRINGER HSS 12.112x1 STRINGER (BEYOND) HANDRAIL SYSTEM 4 2 Y" END PL. — HANDRAIL SYSTEM 4"X0" KICK PLATE, TYP GRATING TS4X4XYe' STRUT, TYP �I I 1 4"X01" KICK PLATE, TYP GRATING �_►Lt6 2XSXY"X4' L. SIDE OF STRINGERCLIPANG, E TYPEA � D 1(x10 tis' TYPE E' • I ►yte r . • • I H HSS 12X12XY. STRINGER '- D HOT DIPPED GALV., TMP I I L16 • .. ..-....--.- — • 0'x3`%B'PL -�� I I C Y' END PL �' P I1L I TS6X6XY" FRAME (PAINTED) TYP 1 Y.x10'ie TYPE 13' HOT DIPPED Ye TY E 13 L4x4xY PL. Yz3x3 HSS COLUMN, RE: PLAN C 2x2%0"x8" CLIP ANGLE EA. SIDE OF LANDING BEAM, TYP 2.2.x.Yex4" CLIP ANGLE EA. SIDE OF STRINGER, TYP DETAIL 8 — CJP HSS 12x2%(1 STAIR STRINGER SCALE: 1 1/2"=1'-0" — HSS 12x2xY.' STAIR & HEADER, TYP LANDING BEAM, TYP 0 1.5' B DETAIL 5 DETAIL 6 DETAIL 7 r ' -A�"' 8 SCALE: 3/4^=1'-0' SCALE: 3"=1'-0" SCALE: 3/4' 1'-0" '� �,, 0 3' J. SIELA F. P. E. — 0 3' 4' �— 0 9' 4. " 2915 W. AGATE ST., SUITE B BOISE, IDAHO 83705 PHONE: 208.345.8941, FAX: 208.345.8946 EMAIL. brlan.slelafl63tamaradc0mve.com A PROJECT NO: TGE10-909 CHECKED BY: BJS DRAWN BY: SRR A 16 15 I 14 . 13 12 11 ! 10 I 9 ! 8 7 I 6 I 5 4 ! 3 2 ) 1 P. REV DESCRIPTION DRWN CHK'D DATE ATTENTION: -"'Y,. DESIGNED: - City of Yakima DRAWING NUMBER ` NUM BY ' BY 0® ('11 ° B UPDATED DRAWINGS SRR BJS 3-23-11 nU /� D 1L .{L�� r J�Ihj N'I r" � �1'AF y CHECKDRAWN_ CHECKED: Struvite System Implementation IF THIS BAR DOES NOT MEASURE 1" (4) 22x34 or IT. � (I }.- 7 ,{ ' / _,; , APPROVED: " Yakima, Washington JRH 058' 8-3-2011 Y' � 11 z17, THEN ENGINEERING 1,,., F BID SET DRAWING IS NOT TO 4 4 PROJECT DATE: Aug. 2011 SCALE - SCALE ''°""r `I"1" PROJECT NO. 1 0283 STRUVITE REACTOR REV ACCORDINGLY "rvx.:r :._ w; �- IQ* s/t eft. . I DETAILS \.. SCALE NTS F 10 7 a ro 1 I 114 I ., _L., I - I -- I 1 .. i 1 J! KICK PLATE, TYP(N) 'ING, RE: PLAN GRATING, RE: PLAN 1 .. 114 I TOP 5BOT W/' GRATING, RE: PLAN 4:1249" KNIFE PL HSS 12X12)09 STRINGER J — - CIF sz HSS STRUVITE FRAME COL — T.0. PLATFOR7^M 'B' 1 Y.X10'Ye" TYPE 'B' HOT DIPPED GALV. HSS 12XZXY. 1 35.X10 'Ye TYPE Y e'- * - STAIR TREAD, TYP "" _' _ _ _ F I HOT DIPPED GALV STAIR TREAD, TYP h �' "- -- -- -- _ -17' GRATING, RE: PLAN (E) W -BEAM PL Y.'x3x8'.,,� Milli -........HSS 12x12xY STRINGER __ _ _ r L4x4xY GRATING SUPPORT L2x2xY"x8' CAP PL. 6x6:3/8 ANGLE 4X12XY" KNIFE PL —, CLIP ANGLE I I 18 r + re V yi6v T.O. PLATFORM. H5512X2XY 6'-: H HSS 12X2XY HSS 4:4x35' STRUVRE FRAME COL HSS 12X2XY. ` I/4 L2x2xY.'x8" CLIP ANGLE EA SIDE 2:12x9' BEAM H _ HSS 12X2XY I IIP — G N. \ DETAIL 1 DETAIL 2 DETAIL 3 DETAIL 4 G — SCALE: 3/4"=1'-O SCALE: 3/4"=14' SCALE: 3/4'=1'-O" SCALE 3/4"=1'-O Vi —' F 0 3' 4' 0 3' 4' 0 3' 4' 0 3' 4' HSS SUPPORT COL F E (BEYOND) HSS 12:12:X. STRINGER (BEYOND) D 6 E a TYP X'' DOUBLER PL. 304SST HANDRAIL SYSTEM HANDRAIL SYSTEM • tK I WELDED TO REACTOR AT EA PENETRATION, TYP —1 GRATING1 GRATING FASTEN KICK PLATE TO GUARDRAIL USING - CABLE CLEVIS, TYP DIAMETER OF PENETRATION INTO 1 Yx10'Ye" TYPES' HOT DIPPED GALV., D TMP1 4'x9' KICK PLATE, TYP (2) �' DIA. BOLTS r'— v4 I -Pil 4'x35" KICK PLATE, TYP REACTOR, RE: MECH 0 I__ _INi _�_- Y"GUSSET PL — Y' END PL ,' ' NIEJAIII1 �I TURNBUCKLE STAIR FRAME COL�II — 2x2xY":8" CUP ANGLE EA. r Y' TENSION CABLE c SIDE OF LANDING BEAM, TYP / it, — Y r ' c 8:14xy' PL GP I HSS 12x2:15" STAIR HSS 12x2:):^ STAIR LANDING BEAM, TYP LANDING BEAM, TYP DETAIL 8 _ SCALE: 1 1/2'=1'4 0 1.5' B DETAIL 5 DETAIL 6 DETAIL 7-•". B SCALE: 3/4'=14- SCALE: 3/4'=1,0" SCALE: 3/4"=1'-0" :' •� , `1 0 3' 4' 0 3' 4' 0 3 . . ..41.4-.-....:= Jj, ,\I')i,. L4 4 ._, BRIAN .1. SIELA F, P. E. — 2915 W. AGATE ST., SUITE 6 BOISE, IDAHO 83705 PHONE: 208.345.8941, FAX: 208.345.8846 EMAIL. S4analelaff0tamarafk0mve.mm A PROJECT NO: TGE10-909 CHECKED BY: BJS DRAWN BY: SRR A 16 15 ! 14 1 13 12 1 11 10 1 9 1 8 1 7 ( 6 1 5 1 4 3 2 1 r REV DESCRIPTION DRWN CHK'D DATE ATTENTION: �" DESIGNED: - Cityof Yakima DRAWING NUMBER NUM BY 0 1 101 Stjf DRAWN: - .1/2 •�f_' Ps��: StruviteSystemImplementationIF 8 E BJS 3-2311 2 :::1TE . THIS BAR DOES NOT F�SURE 1' (d 22x34 a +� ° ( Washington SD 1 OSB 8.3-2011 `. Yi ©11x17, THEN ENGINEERING 5� L "" ► 'S• akima, - DRAWING IS NOT TO `. gip-, iaxgo, �+,.�'.'',, PROJECT DATE Aug. 2011 SCALE - SCALE 1 on -. 4'? �' 4e1, PROJECT NO. 10283 STRUVITE REACTOR REV ACCORDINGLY a, �' is spa PSJx.7t»� J DETAILS _ _ SCALE NTS F 1 i FILENAME H G F E D T B A 16 15 14 13 - 12 11 10 9 8 7 _L 6 1 5 1 20'-3' T.O. (84) PLATFORM T54x4x1/4" COL. STEEL STAIRS 10 -8 34" T.O. (N) GRATING TS 48484; HORIZ BRACE 2* DIA. HANDRAIL, TYP 4"sX' KICK PLATE, RE: 6/SD1.2 FOR ATTACHMENT TO RAIL GRATING, RE PLAN )6" DIA. CABLE X -BRACE w/ GUSSET PL, TURN BUCKLE & CLEVISES, TYP T54x4x1/4" COL, TYP 2" DIA. HANDRAIL, TYP GRATING, RE: PLAN 2' DIA. HANDRAIL, TYP GRATING, RE: PLAN CONTRACTOR SHALL COORD. LOCATIONS OF ALL (E) UTILITY LINES, CONDUITS, ETC, IN (E) CONC. MAT SLAB PRIOR TO ANY DRILLING, TYP T.O. (E) FIN. FLOOR 2'-10" SOUTH ELEVTION 2'-10" 1 SCALE: 1/2"=1'-0" 0 1' 2' STEEL STAIRS BASE PL 56"X10"X10" W/ (4) 3i" DIA. EPDXY BOLTS W/ 8" MIN. EMBED. USING HILTI HY150 EPDXY INJECTIONS (ICC REPORT ESR -3013), OVER 1 )4" NON -SHRINK GROUT, TYP (E) 12" THICK CONC. MAT FOUNDATION w/ 65 REBAR 4g1 12" O.C. EA. WAY, TOP & BOT. HSS SUPPORT BEAM CONTRACTOR SHALL COORD. LOCATIONS OF AU. (E) UTILITY LINES, CONDUITS, E7C. IN (E) CONC. MAT SLAB PRIOR TO ANY DRILLING, TYP 4'x))" KICK PLATE, RE: 6/SD1.2 FOR ATTACHMENT TO RAIL GRATING, RE: PLAN HSS 12x281/4" STAIR LANDING BEAM TS4X4X114" COL, TYP 4,' DIA CABLE X -BRACE W/ GUSSET PL, TURN BUCKLE & CLEVISES, TYP TS 4X4XY" HORIZ. BRACE Y" GUSSET PL., TYP 4 3 2 2' DIA. HANDRAIL, TYP STEEL STAIRS 2' DIA. HANDRAIL, TYP HSS 12X2Xy"STRINGERS, TYP EACH SIDE GRATING, RE PLAN 2" DIA. HANDRAIL, TYP STEEL STAIRS 10'-0' T.O. (N) HORIZONTAL BRACING GRATING, RE: PLAN 20'-3" T.O. (N) PLATFORM TS4X4X1/4' COL, TYP GRATING, RE: PLAN 10'-8 5/8" AL sI T.O. (N) PLATFORM 5 S\1.1 8'-7" T.O. (N) PLATFORM HSS 12x2x1/4' STAIR LANDING BEAM HSS 12x2" STRINGERS, TYP EACH SIDE BASE PL 56"X10"x10" w/ (4) W DIA. EPDXY BOLTS w/ 8' MIN. EMBED. USING HILT HY150 EPDXY INJECTIONS (ICC REPORT ESR -3013), OVER 1)4" NON -SHRINK GROUT, TYP II (E) 12" THICK CONC. MAT FOUNDATION w/ #5 REBAR @ 12' O.C. EA. WAY, TOP & BOT. EAST ELEVATION 20'-51" 2 SCALE 1/2"=1'-0" 0 1' 2' T.O. (E) FIN. FLOOR BRIAN J. SIELA F, P. E 2915 W. AGATE ST. SUITE B BOISE, IDAHO 83705 PHONE 208.345.8941, FAX8 208.345.8946 EMAIL brlan.sle5Batamara4mrwe.mm PROJECT NO: TGE 10-909 CHECKED BY: BJS DRAWN BY: SRR C. REV NUM 16 DESCRIPTION 15 14 DRWN BY CHK'D BY DATE UPDATED DRAWINGS SRR BJS 3-23-11 BID SET JRH DSB 8-3-2011 13 ATTENTION: 0 1/2 low=amm, IF THIS BAR DOES NOT MEASURE 1" 22x34 or 4)8g 11x17. THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY 12 11 10 PHARMER ENGINEERING 9 8 7 6 1 5 DESIGNED: DRAWN: CHECKED: APPROVED: PROJECT DATE Aug. 2011 4 1 3 2 1 City of Yakima Struvite System Implementation Yakima, Washington PROJECT NO. 10283 SCALE NTS STRUVITE REACTOR STAIR ELEVATIONS DRAWING NUMBER SE1.0 H G F E D c B A REV F l 16 1 15 14 J H —1 G F 13 12 11 10 _L 9 8 7 _I GRATING, RE: PLAN • 20'-3' T.O. (N) PLATFORM TS4X4X1/4' COL, TYP GRATING, RE: PLAN AL 10'-8 5/8^ • T.O. (N) PLATFORM 5 001.1 E • T.O. (N) PLATFORM HSS 12x2x1/4' STAIR LANDING BEAM 0 C 0•-0' T.O. (E) FIN. FLOOR n 8 A 2' DIA. HANDRAIL \ NP \\\ WEST ELEVATION 1 16 15 14 ( SCALE: 1/2^=1•-0' 0 1' 2 4"s " KICK PLATE, RE: 6/SD1:2 FOR ATTACHMENT TO RAIL GRATING, RE: PLAN HSS 12x2x1/4' STAIR LANDING BEAM TS4X4X1/4' COL., TYP / G' SIA. CABLEX-BRACE W/ GUSSET PL, TURN BUCKLE 8 CLEVISES, NP / TS 4X44/4" BRACE BRACE i Y' GUSSET PL. TYP 10,0- T.O. (N) HORIZONTAL BRACING T.O. (N) PLATFORM 7 S NP 2' DIA. HANDRAIL, TYP GRATING, RE: PLAN 6 5 2' DIA. HANDRAIL, TYP GRATING, RE. PLAN TS4x4x1/4' COL., TYP 2' DIA. HANDRAIL, TYP GRATING, RE: PLAN 4 3 2 1 d•zA KICK PLATE, RE: 6/SD12 FOR ATTACHMENT TO RAIL TS4x4x1/4' COL. STEEL STAIRS 15'-8 4." A. T.O. (N) GRATING J /i HSS SUPPORT BEAM CONTRACTOR SHALL COORD. LOCATIONS OF ALL (E) UTILITY LINES, CONDUITS, ETC. IN (E) CONC. MAT SLAB PRIOR TO ANY DRILLING, TYP A' GUSSET PL, NP STEEL STAIRS BASE PL s/ 4'X10 -X10' W/ (4) Y.' DIA EPDXY BOLTS W/ 8" MIN. EMBED. USING HILTI HY150 EPDXY INJECTIONS (ICC REPORT ESR -3013), OVER 1 Y,' NON -SHRINK GROUT, TYP (E) 12' THICK CONC. MAT FOUNDATION w/ 65 REBAR G_ 12" O.C. EA. WAY, TOP 8 BOT. 2'-10' NORTH ELEVATION 2 2•-10' SCALE: 1/2'=1'-0' 0 1' 2' A' GUSSET PL. TYP TS 4x4xYx' HORIZ. BRACE Ye' DIA. CABLE X -BRACE w/ GUSSET PL., TURN BUCKLE 6 CLEVISES, TYP CONTRACTOR SHALL COORD. LOCATIONS OF ALL (E) UTIUTY LINES, CONDUITS, ETC. IN (E) CONC. MAT SLAB PRIOR TO ANY DRILLING, TYP 411, T.O. (E) FIN. FLOOR -> BRIAN J. SIELA F. P.E 2915 W. AGATE ST. SUITE B BOISE, IDAHO 83705 PHONE 208.345.8941, FAX 208.345.8948 EMAIL. bMn.slelatt8pbmerad,move.mm PROJECT NO: TGE10-909 CHECKED BY: BJS DRAWN BY' SRR 13 12 11 10 9 8 7 5 4 3 1 J ( H G F E IJ C 8 A REV NUM DESCRIPTION DRWN BY CHK'D BY DATE UPDATED DRAWINGS SRA BJS 3-23-11 BID SET JRH DSB 8-3-2011 ATTENTION: 0 1/2 1 IF THIS BAR DOES NOT MEASURE 1' @ 22x34 or Q11x17, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING DESIGNED: DRAWN: CHECKED: APPROVED: PROJECT DATE Aug. 201 1 City of Yakima Struvite System Implementation Yakima, Washington PROJECT NO. SCALE 10283 NTS STRUVITE REACTOR STAIR ELEVATIONS DRAWING NUMBER SE1.1 REV '_'- 0 Ai .. ., 1 1�I STEEL STAIRS...,-,� i1't. DHANDRAIL,Dilellillli =!GES.II/AM rr2' In IlroW H SIDE GRATING, RE: PLAN (I-, I Al V I / 2^ DIA. HANDRAIL, %EM' Illkimiiiiminv—,1 TYP STEEL STAIRS I1 I II *444%****.er� i INN 7 III `C ' BASE PL. 3'e X10 -x10 A' EPDXY w/ (4) II k ill 4, DIA. BOLTS w/ 8' MIN. EMBED. USING HILTI (ICR EPDXY INJECTIONS (ICCC REPORT ESR -3013).E013), OVER 1 Ye' NON -SHRINK GROUT, TYP (E)I12' THICK CONC. HSS 12x2xYx' STRINGERS,TYP EACHSIDE 2 ,` ./ I, 85 T REBAR @12'w/ HS REBAR FOUNDATION 12' O.C. EA. WAY, TOP 8 BOT. ‘..._..../ \\1 SDi.\ -_- 1 7' 1' In _ 11 111 { I� 3'-6' 5-22" 3'-0' 5'-3- 3'-6' 20'-52- WEST ELEVATION 1 16 15 14 ( SCALE: 1/2^=1•-0' 0 1' 2 4"s " KICK PLATE, RE: 6/SD1:2 FOR ATTACHMENT TO RAIL GRATING, RE: PLAN HSS 12x2x1/4' STAIR LANDING BEAM TS4X4X1/4' COL., TYP / G' SIA. CABLEX-BRACE W/ GUSSET PL, TURN BUCKLE 8 CLEVISES, NP / TS 4X44/4" BRACE BRACE i Y' GUSSET PL. TYP 10,0- T.O. (N) HORIZONTAL BRACING T.O. (N) PLATFORM 7 S NP 2' DIA. HANDRAIL, TYP GRATING, RE: PLAN 6 5 2' DIA. HANDRAIL, TYP GRATING, RE. PLAN TS4x4x1/4' COL., TYP 2' DIA. HANDRAIL, TYP GRATING, RE: PLAN 4 3 2 1 d•zA KICK PLATE, RE: 6/SD12 FOR ATTACHMENT TO RAIL TS4x4x1/4' COL. STEEL STAIRS 15'-8 4." A. T.O. (N) GRATING J /i HSS SUPPORT BEAM CONTRACTOR SHALL COORD. LOCATIONS OF ALL (E) UTILITY LINES, CONDUITS, ETC. IN (E) CONC. MAT SLAB PRIOR TO ANY DRILLING, TYP A' GUSSET PL, NP STEEL STAIRS BASE PL s/ 4'X10 -X10' W/ (4) Y.' DIA EPDXY BOLTS W/ 8" MIN. EMBED. USING HILTI HY150 EPDXY INJECTIONS (ICC REPORT ESR -3013), OVER 1 Y,' NON -SHRINK GROUT, TYP (E) 12' THICK CONC. MAT FOUNDATION w/ 65 REBAR G_ 12" O.C. EA. WAY, TOP 8 BOT. 2'-10' NORTH ELEVATION 2 2•-10' SCALE: 1/2'=1'-0' 0 1' 2' A' GUSSET PL. TYP TS 4x4xYx' HORIZ. BRACE Ye' DIA. CABLE X -BRACE w/ GUSSET PL., TURN BUCKLE 6 CLEVISES, TYP CONTRACTOR SHALL COORD. LOCATIONS OF ALL (E) UTIUTY LINES, CONDUITS, ETC. IN (E) CONC. MAT SLAB PRIOR TO ANY DRILLING, TYP 411, T.O. (E) FIN. FLOOR -> BRIAN J. SIELA F. P.E 2915 W. AGATE ST. SUITE B BOISE, IDAHO 83705 PHONE 208.345.8941, FAX 208.345.8948 EMAIL. bMn.slelatt8pbmerad,move.mm PROJECT NO: TGE10-909 CHECKED BY: BJS DRAWN BY' SRR 13 12 11 10 9 8 7 5 4 3 1 J ( H G F E IJ C 8 A REV NUM DESCRIPTION DRWN BY CHK'D BY DATE UPDATED DRAWINGS SRA BJS 3-23-11 BID SET JRH DSB 8-3-2011 ATTENTION: 0 1/2 1 IF THIS BAR DOES NOT MEASURE 1' @ 22x34 or Q11x17, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING DESIGNED: DRAWN: CHECKED: APPROVED: PROJECT DATE Aug. 201 1 City of Yakima Struvite System Implementation Yakima, Washington PROJECT NO. SCALE 10283 NTS STRUVITE REACTOR STAIR ELEVATIONS DRAWING NUMBER SE1.1 REV 4 J I - I ----- I 1 i 0 I ,. 1 ODOR J SCRUBBER 0 0 440111" iirdil 111 _ G �� ° , NM ��a '� © 11111111111 ` CONTROL SR'I rCH tG' ? t 4i I �G O t sP 1U / — �j 1 i t PANE' 'SHtY ' [1 �� ill 1 — — Ir 1111' H ij i ftl ti �(2 SECTIOh�) l� 1�! —1— 1 1 x:7fls7�.i 5SE��?� 4 I x II S»BLA � � G�c ATD? DNO�E J , 1 1 ..'t E.,S�� I till °° ■. III, hall Q ,v1 ltil�l o o° 1411 I " 11 _ 26 {7..,,NEMA ' Tt-1. t 4X _ °o G S �SHB:GA--ii II Imo% �` ., I I 1` �I ® SHBf to ,_.-...• o I MEN'S WOMEN'S C 'a LOCKER •!"' ]]■♦♦ LOCKER ROOM ;■ 1� ROOM G ti�l ` 11 G r. I ,, ■ MOUNT ON MEZZANINEt 3 5 q�C^4'� I --i t'`1 au railt CENTRIFUGE , . 'CO,VIINUATION SFE SHEET E51G? (/F SHBLA,$?�� I I :— _ 1 !ij + _• �a 4k ELECTRICAL Fll! ROOM■ G TCP'r �^ iiiMilI� � 4B" ( F ■' _ , , POLYMER �I-� '• TL 3 'ala Ii �J 1311 s 7 ■? ' %` AGING TANK �� i rii SHBLA ' yxDLA r No. 1 a- !� G_I G SHEILA s;fr,La 3 '` - �9 3 1 � • # _SHBLA i —= ag'c — PANLL "TCP 'G ,.- S �. 'H8 B r' III = 32 7x A —_I diPArJCL 'S B[A `3'-�t_ _ _(w�7;n n[ ,2 ,I ANEL SHI 8 HALL SHBLBI 2..-.J..::- 50511401.Sl:TOK:•'1 war} L.r _ __ (z SECTIONS) 7-2"C (SPARE) r E I TYTICAL OF c^^) .W x SHBLA L - D: $5051. !$PA9Ea j"' I� ~53 .mac= ==–isc= 2Ina atm a=f • G S (NOTES tb0)� 18 I CAP 1160 STQKF E CVEHH: ¢< rC,OH I 57 1i SEE SHEET Es4o* POLYMER I POLYMER —sr;, PrS3ilE'5(18)(8" 1 h ,P __�} 0 TilRE (ISE (TYPICAL OF a) OPERA v� NOTE 3) ->�—FGR x` EED PUMP I a FEED PUMP " -- ==1 -- —'—'—""�'—�"""--"""�-""' - (� „�rAt : ,c2 7 2'C (SPARE) SEE FOR CON7INUATIGN ET ES40 avwnn, i NU4770N a l l I1 l , 7„1;: —� L J J f It; a:-�-�i72 4",1 - 0 Ilnll II �ntn11 is (�IIII II ,y n dull tl !11111T $IiBL IIIIII n 11!11! `PANEL 'SHBLB° PANEL 'SHBH8' 5069 (NOTE 2) 955069 (NOTE __ 2) -- O 3 ' 22 -1t1 s`B r7 t5 15 3666w 6 SHBLB G 1214 15 9 �: G, 22 CONTROL 12 1.�� ' "=j -G 0 �� g unn 111111 ROOM �'G SHBHA GIU+4H 3 111f1 G B B 11 G tlf{� 901167 8(1.09 bt NL'Or. SILL 6 Qr H•BLB r L ..e.m. •: s -,r sm• - - {1 4 !� LL cry, - 'AALiIt 11 tr DiohNECa m o ii 111111 !iiiiiHiiii iI111111l11'I'�r P 11 G C B G 2D 71 C II d-i1i"trl��lr� 73 uit G�I = 5 3p 1 G. 1 C II�1 -- • • • • ft •076 IG CONTROL SWITCHIII G _ — — I NEVA 4Y OR• •ND .3! 41 IONSTkI AI N (TYPICAL 0. 2) I�I�{EI • —----=-D3P-30A ISCONNECT . - 096666AD Dr(,jjl--- OPERATOR (1, 3) u I I >•>Msa:�ai��a�— ZRT _ I I 11! I 7 �'p�7 ''f +I ` i311111�«Plt�l1 1,.�1�1 MOO I e I I — .IIl9Pll 11gi111111111111�111111111 �!11111101Ut1111�N111111401111111111�-u I I B I I 11n, I ----17m � o __ ,,g$FF� '� '�i�r'EIiQT7 B I -HILL = r TL- 3) • Ann ��IWOMI�s��>s .. 11111E.,___,_.,_..............„.............„,_- I I I I I —— G PLAN ` I^ • I -.-CONTROL SWITCH 3116--1'-0' A Q 0 3' 16' A 16 15 14 1 13 12 I 11 10 1 9 8 7 I 6 1 5 1 4 i 3 2 i 1 REV DESCRIPTION DRWN CHK'° DATE ATTENTION: f SCOTT DESIGNED: DSB Cityof Yakima DRAWING NUMBER 1 NUM BY BY 0 12 1 .}j i-�xT \�y & DRAWN: TMB ® PHARMF °:�" �!! 4- / o CHECKED' Struvite System Implementation T 1 IF THIS BAR DOES NOT MEASURE 1' (� 221134 or t� /�,, APPROVED: - 1 • 0 F BID 667 JRH 058% 063-2011 J4' @ 11x17, THEN ENGINEERING "�S s "� ` Yakima, Washington r— ORAvu1NGlsNorro PROJECT DATE: AU 2Q � 9 SCALE -SCALE - e; ti..--h-xy- ° - "C7ON41. 4” PROJECT NO. 1 O2B3 SOLIDS HANDLING BUILDING REV ACCORDINGLY _ - . '{ anpl= 1 NTS EXISTING CONDITIONS MAIN FLOOR PLAN F SCALE: 16 1 15 14 13 12 11 1 u 0 r t_ PLAN 3H6'=1'-0" 0 3' 16' 16 1 15 14 13 12 11 10 9 8 7 5 4 3 2 REV NUM DESCRIPTION DRWN BY CHKD BY DATE F BID SET JRH DSB 8-3-2011 ATTENTION: 0 12 1 IF THIS BAR DOES NOT MEASURE 1" @ 22x34 or ' @11x17, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING DESIGNED: DSB DRAWN: JRH CHECKED: APPROVED: PROJECT DATE: Aug. 2011 PROJECT NO. 10283 NTS City of Yakima Struvite System Implementation Yakima, Washington SOLIDS HANDLING BUILDING EXISTING CONDITIONS BASEMENT FLOOR PLAN 1 DRAWING NUMBER M1 .1 REV I 6 - GENERAL NOTES: t. ODOR CONTROL EQUIPMENT. RELOCATE EXISTING ODOR CONTROL EQUIPMENT TO LOCATION SHOWN. POUR NEW HOUSEKEEPING PAD IN ACCORDANCE WITH DETAIL 0189, RELOCATE ODOR CONTROL EXHAUST STACK 2. ELECTRICAL SAWCUT PAVEMENT OUTSIDE TO THE EAST OF PAD TO EXPOSE J -:11711,2 — ELECTRICAL FEED. TIE IN AT NEW JUNCTION BOX AND RUN CONDUIT TO NEW - SCRUBBER PAD. RECONNECTAS REQUIRE D. (TO MOVE AND r-LOCATE P BE RELOCATED 16' EAST) 15'-0" - - - -I •` 3. PIPING. MATERIAL SHALL MATCH EXISTING. ALTERNATE PIPE CAN INCLUDE 304 STAINLESS STEEL ALL WELDED 18 GAUGE DUCTINGPAINTED TO MATCH BOLLARDS, SEE -, f- / ` I EXISTING. EXISTING PIPING INSIDE THE BUILDING IS NOMINAL 12' DIAMETER WITH APPROXIMATELY A 13,2' OUTSIDE DIAMETER (CONTRACTOR TO FIELD I M2.1, TYP SEEM1,2b -� I-r'�-,.:,------' la. • VERIFY). I a' -y + l -,-1, ' A �� ,t ■■ • I�I� •• • CUT PIPING AS SHOWN. PROVIDE FLEXIBLE COUPLINGS OR FABRICATED FITTINGS TO PROVIDE OFFSET REQUIRED TO ALLOW PIPE TO PASS THROUGH STRUCTURE AS SHOWN. 1 /. - 1 I 1 \� ' „ - • PROVIDE SADDLE AS SHOWN WITH 4' DRAIN ON BOTTOM. INTENTION IS TO - ;F i }I �; y „ DRAIN LOW POINT OF PIPE I I I C -j-I-1, I� -:CC �i; ~■NMI •• PASS THROUGH THE WALL, PROVIDE WALLTHIMBLE, THROUGH TO OUTSIDE NEW FLOOR H I -_I y V 1I - •ELBOW PIPE TO VERTICAL TO APPROXIMATELY 3'0' TO ENSURE DRAINAGE 7y� BACK TO 4'DRAIN, H DRAIN r - -- 0 5 'lir—. I/.,/1 ►X /l I I -1_L_- _ _ -�, -,:o.. - rI �/' -t-I- L TT p-�,y -,Tl f.[/I ,.. " © - - i G • INCREASE TO LARGE DIAMETER, REUSE BUTTERFLY VALVE, AND FIT INTO • 57)Y77CN I' G BLOWER �„ill lJC))R0 a IIF IY1, li AOR . _,..-...,,_•.....�.. .c.. : REQUIRED, _I 1il 1 { 1 I PANEL SN. rn M� iii I -1 f�i ' �u�iiF,i�iw,1 •� IJI G('. .. _. t \7 - , t e��` �i! 1I;I t ,,s`c1LGNsl aLL _hil �,--�» t t Illi,, 1 ,,i l SNBLA I-�'I U A T s _ _ � "' .''' OVe P14TF0"- A , ����� 0 0'E7 Er HEAD DOOR 4T0P. !TOTE 3) 0 I r k 1 G _ 1 �ci�I!�x ill! I o ao I 1 ..SH81',4 44 11 .fir iµ{- ... t..:.»NEL:4 4X f61* 11�, \I IIS SNBNB ar!� 1 ,,¢ o O ■ f ���mcit' ' �l ft �� LOCKER LOCKERROOM (■ t •�� r t ROOM - N=' 1 S, EA �. w ��� _ - I• ' dl w�. �'� � �r A1�11111.711 i i1I� i 3 O El ■ UNT 1EZ 4IIWE ON 1 1 ; 5 �1 . ■ JGFCI � If _ �.-�^!__ �..,. _ �r ) f ;�d7 y a lr p 111161 11 tli i�l� £ flt --�w rf tl F I $ :!GG-SHBA 7Et 3 CENTRIFUGE 0 �r F , `` . . i SEE SHEET E5401 '•/'' ^'.' SE CONTINUATION S,YBl.A � " .. ` _,s v i 111 r-- r 't —� EE L:: _ J jjII ELECTRICAL ■' sHBCP' �i�iiiiw`•L — ROOM G t TCP J rDEMO i i; 48. . ■ may"='• '��" �; 3 CURB AS POLYMER POLYMER �� MOP • l ��^,•, .• REQ'D TO FR /,/ AGING TANK AGING TANK O E it, trA131;9 SNBLA ;;, REACTOR PAD, -SHEILA SEE STRUCT NO. 1 No. 2 f E 5 f - '(�u�":•� I ( 8 SH8%A - - SNOLA Fit it 3 PAWL"TOP-1 ' SI i 1-311-0 SYRCP (SPARE) '. -=.L O l+ YJ -a» SH816-4,4 g r, � 1 1 82 snaA -17. 19 1 "' _ _ .. ----- ,z.', ,y � }3==n 2419 PANEL N7 a'" _ _ _....___ �_ ._ L _ t 7 _ _. _._ - __. _ _ ., AHE' sQBLB• HALL StrBr_8 SECTIONS) ^�' i -2"C (SPARE) - - CON7ROL SirITLN -o- SHB A `1 I -=a- ._. _.._•_--._ -__.._-._ _• (2 G 5 (977 CAL OF ) e • {III -3P-a'QA NEMA 4X t 3r4'C t c DISCONNECT (SPARE) POLYMER ? { -�" POLYMER x= _ aaaa aaea�-s.aa_ea_ �_ P _ Lf "SHFNB (h'JT'� E,21 c., 7 -- lh r- FCA AND STAKE 1--(Pg? g FOR Z7URE USE OV ?N BOOR I. G SEE SHEET ES4O1 t i tti 1 t Q s -`- -- ? 3, - P _ (TYPICAL OF 2) OPERA 46 NOTE 3) -� 'PC—FOR CONTINUATION 1 EED PUMP FEED PUMP • �- --+-a�-..,_�._.._.-.,_� ,-......_,_.- f,Y9 — -' °c rsPAREI 7 SET 0 i ET ESA°,D `` 77?9.'t2, 4 FOR - IN(JATtOV 11 11 I 1 SNBLA ,,. VIII ,,,,, ,,, 1, dill 11111 11111 mu ,,,,, a LPANEL "SHEIL B" PANEL ".SLOBS" FEEDER (NOTE 2) FEEDER (NOTE rr. 2) 0 O - "S 21 .:r 15 /LB 66810 � r„,,,,,,, B/// SHBL3 G 7214 'S 19 f 17 /2,1d 8, 22 CONTROL :: fj(((j11 'S' ( li � 1 = -I-c _ 8 11,1, ROOM C tun 0 3HBHA G 1 BIII 31 r{I1i 4 .,:iii..-,..,,erwe„rua•.w,e•.; 8 I +,arw,•..8-..«„...,�. ,1 `�G '141 50 'RINDOB'BSILL 8 II �_., r " C Kms. ..+.,..�...., :,way.. ,,.-,.....r.w +:•.,,.,.«Yw.yr .»w.,«a.ant....w„a.:.,ya xsm•:m*ma.+•w.,,+zrw.ax.�: �..xna,cr-«:.�,.. '"'S' 16:3LB SHBLB Iii ,,,,,.CYi +-Ir'e sn Iti C . {• �� 78 6 22 RIII nnu 10 20 f 1 WWII 'C.1:S-. r Jilht 1 iiiir P 23 1 111111 -_... - 4•' 16 0 18 G 20• ! 4 _ I;L�IR11'�iLV..;�IA it t �.1 _ ---_- �I'� , _ ?5 r�c{,�T 1 0 G -aaa-.aav=as O O O O f fl O TEL , IR ( MAIN C0NTR0L SWITCH ,l � 11 11 - - - -- L37 -30A NEMA 4X GR• N0 i _MARCATIO” !TYPICAL OF 2l B { rj• = DISCONNECT OTe" I 6 OVERHEAD 0 • 1 I, 11111 _ =- -- �'^_ - OPERATOR (Ft 31 1 1 Molo - ,11, 1 1 I �iil�ll��(vllE �IiNIIllii�CUVIllil :>_ ►II�IIl101y!illilllii►ilillp I —1 y��FR OH _=� r..�F __ -MA R ATE 3) 111 WI 1111! _--_-..'k-_=e_. II 11111 - �" A , , u (1 n—a—"•...••..•, =--v m e CONTROL SWITCH A 0 3' 16 16 15 14 I 13 12 I 11 ! 13 I 9 I_ 8 7 I 6 1 5 1 4 i 3 1 2 j 1 f REV DESCRIPTION DRWN CHMD DATE ATTENTION: u 'xi]f,I SCOTT ; DESIGNED: DSB City of Yakima DRAWING NUMBER NUM BY BY 0 1/2 1 1 a ` JF V (. > DRAWN: TMB PF.[ARMER , • �� Yea J . c CHECKED: Struvite System Implementation ���iii IF THIS BAR DOES NOT MEASURE 1"@ 22x34 a W: S . ,,:''t f� ' _ APPROVED: - Washington • '"^' JRH DSB 84-2011 }4" @11x17, THEN ENGINEERING `F� akima, 0.-,.-H-_ F BID SET DRSCALE! �. r �,1,j PROJECT DATE: Aug.AZ01 SCALE b �AtA tr l •�;,..,, S/rA/41. V. PROJECT NO. 10283 SOLIDS HANDLING BUILDING REV ACCORDINGLY %`` •- - ,.'-" �•ts IN 2 n2I DEMO / RELOCATION PLAN F SCALE: NTS NO.a®.a•.v.W H G F E 0 C B1 A 4' DRAIN FROM ORW 4" FLOOR DRAIN 12 115 14 J 13 12 J 11 10 I 9 8 7 1 6 1 5 1 4 3 I 2 1 CAP OR PLUG EXISTING HUB DRAIN CONNECT NEW HUB DRAIN W/ EXISTING, V.I.F L DEMO EXISTING SLAB- (_ ODOR SCRUBBER (TO BE RELOCATED 15' EAST) 15'-0 - -i ili s' DEMO EXISTING HUB DRAIN rLJ Iii-- // J -rt T 1' / I I i� 1------ FT -I ij ___I_L_ /-�- ( \ -T3� r '- // 4" DRAIN E EXTEND HUB DRAINAGE FOR NEW I4" HUB DRAIN I / \ 1 1 y` I 1 1 \1 • T!J \\ I 1 1 j 1 1 I - / EXISTING ELECTRICAL NEW CONCRETE PAD FOR SCRUBBER, SEE 1 I I r L I I ODOR CONTROL 1 FROM REACTOR SEE 1 M22 1 I I I SHBLA I --F-1 3'-0" RELOCATED PIPE SUPPORTS ADDITIONAL SIMILAR SUPPO REQUIRED TWO 90" ELBOWS UP -2' TO MATCH EQUIPMENT INTAKE iii ;a WIN= COMM INN= sic»=—"' -=111 .11.11•--.•41.1118M •111re11/na• • SE 5 AS POSITIO I OUTLET LOC NOTE POTENTIAL CONFLICT WITH BUILDING FRAME COUPLINGS, RIGID OR FLEXIBLE TO �--� ‘44k DEFLECT PIPE, TYP 2 ,1 MMMM w�r�u -14" SADDLE ( \I I \-- \I 7 -T1 -JI T -T - L--- - __L _r 11 111, :II I _1 L J �� 1 1 1 i I 1 SHBHA-44 1rli 1 �1� 1 L_ J yyam�,, RELOCATE PIPE AND i/n 5 VALVE, IF POSSIBLE RELOCATION PLAN 6" DRAIN PIPE 318•=1'-0" 0 3' 8' POSITION PIPE FOR OUTLET LOCATION, NOTE POTENTIAL CONFLICT WITH BUILDING FRAME RELOCATE PIPE SUPPORT USE ADDITIONAL SIMILAR SUPPORTS AS REQUIRED EXISTING 12' FIBERGLASS 000R PIPE RELOCATED EXISTING 12" FIBERGLASS ODOR PIPE 6' DRAIN PIPE NEW PIPE END WITH 6' SADDLE AND 6' PIPE, ROUTE TO NEW DECK PENETRATION RELOCATION SECTION CORE DRILL AND SEAL 6' TO WEW4ELL BELOW. SEAL WTH M378 METHOD 8 A 0 1' SEE NOTES M1.2a COUPLINGS, RIGID OR FLEXIBLE TO DEFLECT PIPE, TYP 2 H G F E D C B A 16 15 14 REV NUM DESCRIPTION DRWN BY CH/CD BY DATE F BID"SET JRH DS5 8-3-2011 13 ATTENTION: 12 11 10 9 8 7 6 5 4 3 2 0 1/2 1 IF THIS BAR DOES NOT MEASURE 1" 0/ 22834 or )4' @ 11817, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING 411 1 SCALE: DESIGNED: DS8 DRAWN: TMB CHECKED: APPROVED: PROJECT DATE: Aug. 2011 City of Yakima Struvite System Implementation Yakima, Washington PROJECT NO. 10283 NTS SOLIDS HANDLING BUILDING DEMO 1 RELOCATION PLAN 1 DRAWING NUMBER M1.2b REV rna,m,.,a CMG 1 GENERAL NOTES: 'THIS SHEET FOR GENERAL REFERENCE. STAIRS OR ACCESS PLATFORMS NOT SHOWN CORRECTLY FOR CLARITY DO NOT USE FOR CONSTRUCT/ON. PROJECT NO 1 02R NOT P1.1. EQuipm EXISTING SHOWN ENT ANO PiPIN • FIELD Veil FY ALL Str ~~tc5e �oben� '""»nu poi -----_ v,. mentation ---_ 'ux"~_ J H G F E 0 c 8 AI 11. I REV 16 15 14 I 13 12 11 0 9 8 7 0 5 _ 1 4 3 7 I = NUM a 6"0 X 7' LONG STEEL GUAR POST / BOLLARDS, SET 3' DEEP, CONCRETE FILLED, MAX 10' 0.C., TYP SEE MD1.2 0 O 0 SEE M3.0 FOR CHEMICAL PLAN SEE M4.0 FOR SEPARATO PLAN 0 r---0 --- I � I t fELOCATED ODOR SCRUBBER I I I -01 .6I I 6"0 X 7' LONG STEEL GUARD POST / BOLLARDS, SET 3' DEEP, CONCRETE FILLED, MAX 10' O.C., TYP SEE AIC 45 r—� MD1.2 SEE M2.2 FOR --- REACTOR PLAN uhIlIuIIiIII HhIIUIi --�'--" 111piIllIi113li1ilii]►ihliliiili)(>fliiEliiiii111iUiillililllli�liQ(itih' .h�LI(j�piil.11l. .11li�jlliii� 16 I 15 DESCRIPTION DRWN BY 14 CHK'D BY ' DATE F BID SET JRH DSB 84-2011 13 ATTENTION: 0 1/2 1 IF THIS BAR DOES NOT MEASURE 1"(a 22834 or © 11817, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY 12 11 10 PHARMER ENGINEERING 3/16"=1'-0" 0 3' 9 16' 8 6 DESIGNED: 5 DSB DRAWN: JRH CHECKED: APPROVED: PROJECT DATE: Aug" 2011 4 3 2 City of Yakima Struvite System Implementation PROJECT NO. 10283 SCALE: NTS Yakima, Washington SOLIDS HANDLING BUILDING STRUVITE LAYOUT OVERALL PLAN J H G F E 0 c 8 A 1 DRAWING NUMBER M2.1 REV F t 1 1 1 1 11 t Ili ! I 1,*I IJ l2 1 w I 9 I . • I - I 0/119 1 I h- i '■ -� am �� i:■s �� (NOTE: REACTOR CONE AND INNER SUPPORTS NOT SHOWN 1 r MIA"1 -- - - L j __�'4'TANK ' I FOR PIPING CLARITY BELOW az 4' PVC .)/EN: PIING- •VERFLOW/DRAIN, ■ - �® a: - _ - _ ...-._ • .. 11NG ->C�;s=i`.=tom" SEE M3.0 go1 �.11■.���i� IIIN ---o_--, :rte: ai" I E,ITMI I ■■�� =1 _'■ t1...1 i �� RLOCATED ma 1 PIPE AND aa/a�a•-1♦tttltttl t■tttivt)•tttl _ imar- 7�-i■ C• I i �, \\ ttt■ :l��i!] EQUIPMENT, SEE MI 2b I I `v / \ 111•111h� vI 1, EACTOR CHEMICAL \� 1 SOFTENER VESSEL #1 INSERTION � OIOIfIO p ( . --- -4- - - --lir I P-30.300 I I T-20.100 I 111201 81 1 01 ^EJil -�_�11. CHEMICAL _ 1���!- ■■l C` SII ,�11 ) ) MD1.2 p: I I 1 I .,-II-� I d•6•' 6 FEED PUMP �l 11111111111111.111-- -I. _.••1. .11111111.111:4111r I-.._ �; Id 4 PVC. VENT RACK I I 1 --- '„ ��.i �I _'� ■ - A��� II �I ' ) VALVE -_I��-1i� u v41 ---�- ��i H 111 , 3' PVC2 / H 1 1 _j, II %(_ - -VENT _ -I+� - I EXS- PLATFORM 6' _ -1�� -�, �\ - - - - - - �"I i r 7 ,-. ` _/ • . _ (/� ABOVE FINISH FLOOR -fl- k� _ _ __ __ �' III - {�}j1 / �, 111111 " �- . _ \ _ -PIRINC/_ i PLATFORM ACCE+ I I - III = .� _ - ' FROM EXST SEE F, _ � •UP I�IJI 111 i sa-Gtig�1-ID' - STRUCT I y - - — —1 — j i 1 a�_ttE9r HT GLASS- — �=I=rami•=aM1�■��p 1111111.■■IImM• i =1= .. • i ..=. Al.'!-: G� i1 R�3 -.. WALKWAY 11 � _tl!■�Ittl� MIIIIIIIIIMili I- -1- ;RR �■ � �■■■M�■� IIII Ti 1 w SSELS INIIPUIPIdI glu ELECTRIc�' I t�l���f%Sil .�tll. _I_;-. 1 _I_1; imi I� 1 I I _� ---- ---- ---; l 1 `■-.-_-/ i� j' 4'I SUMP I u Y_ I ~ —1 CENTRIFUGEI F �' , W�I 6. . ByPASS — c ---JE.. —,— 7 f1 T _FL -I- _IT ` _ ITL - `— F OVERFLOW • � ( I I i _�f` C Il j} , 11 rIh_ = y =71 { l+ 1 - of 1 - - - I t u 1y I/ VESSEL #2 I l P rl� I+ 1 PlIgN 1F _ Tr JLiT 1 lu1-, I 7.20.200 I, •E I II I - 1 -- --+11 = _ t — --f• E-�1�-"I ' , -_,.,,IR _ M'il"r I II I I- 111 NW Voir -ti ---111 lir-11x11 _ -Ll" / �J� -W"\� 111 ( I I✓ MINH i 00ItA I 1 - Hsi ' - i I U t 11 1--- ' r OVERFLOW TO -3 i A$�Iir I ±7- _.1 - - - - - ..•19,211 I , Rl. i I t 1 E MANHOLE CONNECTION 11 U I�tt1�■ II I _ _ - _ ■■1 1 �L 1' �� E AT FLOOR, VERIFY 1 �t■tt - �' -+i.' - p;;.1.fl �I-i.�---- - 7- {{�--�-,- _ . - J� 2; , CONNECTION TO SUMP % 2' LVL -I .-,y; — ��UU■ �. -' �^"" } GENERAL NOTES: ELEMENT, I 11 -� _ REACTOR TYP 2 R CHEMICAL I I BELOW I I I I l i! 1 1. ALL 90DEG ELBOWS TO BE LONG -I I � 0 INSERTION / AMPLE APS, I I J__(11_ - CL_ - - - 1 - - RADIUS'SWEEP' TYPE. TYPICAL ALL STRUVITE �' - POINT, SE ROVE AICD ..---- � - - - C _I_-r�-s" - - - r PROCESS PIPING, - : II�LF 1 ELOW, d_O $EE�I,YI�ILOO JJJ--- rs -I -9- 2. DISASSEMBLY UNIONS WILL BE SEPARATOR PUMP �j 7 MMMD1.22 i ! I MD1.2 �/ I I I I L / — -I 6 F- 1 1J k -1 PLACED AT EACH TURN, TRANSITION AND STRAIGHT RUN ■ 11 �� 1 I 1 I I DASHED PIPING I r� 1 P-50-300 I I UNDER MAIN FLOOR I r!' 1 D LENGTH OF PIPE NOT TO EXCEED \= , GENERALLY = FORRS 1 I�I Q- �• ,� �� I I I I 1 I / I I I SLAB, TYP ALL { I 1 1 Q A LY SPEA U EASY DISASSEMBLY SPEARS UNION = 2000 OR EQUAL. fl M2 5 - AC« S FOR ■ + V, P 2, SE 10" BELOW -4 1 (E'- f']-1_ I 1 I 1 1 SEE GENERAL ETAPS 1OO SST ISOLATION 1 JIB__-�{4_� r I POLYMER I ; n NOTE 1, TYP ALL �:r MDI. BAFFLE WALL 1 111 I• 1 1- { POLYMER 1 AGING TANK te_ -.moi_. _ _.� POLYMEII �' BELOW, SEE 1 U% 1. FEED PUMP I I t1t111�11•�tttt.. / 1 PIPE411II� /i�� 11 111t. 111 FEED PUMP 1 1 1 i i No. 1 L 11 SUPPORT, SEE MD1., 111111111111111111i, I� I I IVi2633 4 �� PH/IJEVEL 5' ntt� t«ems M\� � 111111111111111111111 C • , STRUVITE 1,■ If T•� s EQUIPMENT LOC(1TION S ('-� 1111111N111111111."1"111111111111111.1.111.11 ilk SEPARATOR _ � Loc(TE) ��t�l�� , ��,;, ,� 1 t.ltttt■Itttttt■tttltttl S-50-400 I 4 V-400. \ L= �.i ' rel UMW TYP z IFE I ' ` �• I �t���� _ 3x4 RED, I TYP.2 ■ 0-111 ���..„.1,_ t 0 ill i • ORT, SEE 3• 9 NS DISAS•LYJ R THR , ei- q��l' 1 I j Ill .111111111, === _I• 3 MAO iv,I 64 UNION, SPEARS UNION 1■ 11•11111 M 2000 OR EQUAL �� METER, 1 PR IJ S, I .����, 1TYP.2 SE= Y 11 1tt�� tt. aaaaaa.�w NM; B r_1: ('.- I A u!r 1' � 1 �� 1111111111111111•1111. 1 1 M2.3 FEED �) -'L - �� 3" PVC I v .4.-..,1 PUMP I (aMEM tttllaaal� , MINN 1 1I!,,��I 1 ���i�1��-`+�i+ ��r T - »e la•1� n\ PIIII I.4 4 I P 1 111111111.111 l `�►7 ..,., �./ a.... •, r, i111,1111���i�l��plllyl�+ �.0 ��.'►+::// ORE DRILL v t}ROTH SPRAY FOR SMI I NI Ili%L1I�a�-Isaal I Ill. w�+l•...�►./ DAVIT BANE I `. r. ♦q L.1 F �i IN - r i.1�� �,, I /Y V X1'1• Eti�i►iii 1 1 `"••��1 SEG a II.m. rss- �a� PLAN I V I la !Alio :4y,"• ♦v FEED I HW.ii EQUIPM , ... _ . A DISASSEMBLY UNION TO MATCH ,4� e..----1►� I ....,-� SHOWN. FIELD VERIFY ALL. A 12'=1� PIPE SIZE, LOCATE FOR PPIP - 1 -P-UMP ,y.• 1---- 0 1' 2' CONVIENENT DISASSEMBLY, SPEARS UNION 2000 OR EQUAL PASSING,HATCHINT MAINTAIN I M2 4 P-10.120 TYP ALL HAT61LQ^co SNq^,C L 16 1 15 14 ( 13 12 1 11 10 1 9 I 5 1 7 6 1 5 T 4 1 3 1 2 ' 1 / -, ' �� "• - DESIGNED: DSB DRAWING NUMBER ` REV NUM DESCRIPTION DRWN BY CHILD BY DATE ATTENTION: 0® - �>'T... �,1 i' DRAWN: JRH Cityof Yakima CHECKED: Struvite Sytem Implementation M2. IF THIS BAR DOES NOT IAySURE 1-@22x34 or IV/ f '� b, _ APPROVED: - F BID SET JRH DSB 6-3•2011 %' @11417, THEN ENGINEERINGPHARMER - -'�- - _ - 'F '_.-Yakima Washington 9 - DRAWING IS NOT TO ., , �1rx%s-_ - -,-,. - Z� PROJECT DATE: Aug.AU SCALE - SCALE , yP: '; •cjNn ...k:�u; ' "S70T,I1 F _1" 3f PROJECT NO. 10283 SOLIDS HANDLING BUILDING REV ACCORDINGLY mpv,Fs ze ao,t I NTS STRUVITE PLAN F SCALE: G F 3 8 16 I 15 14 1 13 12 1 11 3" HIGH PRESSURE HOSE. TRUE 3" INSIDE DIAMETER THROUGHOUT NO BARBED FITTINGS TYP 2 PIPE SUPPORT, SEE m264 MD1.2 n 3" PVC2 4; 1 }" CS5 SEE PLAN M5.0 / CORE DRILL AND SEAL AT DECK GALV. r 2 - NO2 22561 SPRAYING LIFTING CHAIN, SYSTEMS FROTH SPRAY TYP 2 NOZZLES EXISTING WET WELL 2" TO 3" REDUCER TYP FEED FEED PUMP #2 PUMP #1 P-10.120 P-10-110 /— SST ISOLATION - BAFFLE WALL, SEE MD1 11 SECTION A 12"=1'-0' 0 1' 2' 10 9 8 DISASSEMBLY TRUE UNION OR VAN STONE FLANGE TO MATCH PIPE SIZE, LOCATE FOR CONVIENENT DISASSEMBLY, SPEARS UNION 2000 OR EQUAL TYP ALL 4 V-401, TYP 2 3x4 RED, TYP2 3 MAG METER, TYP.2 Q 1— • • 0-1 111"IMI' 1 FE i REACTORS, TYP 2, SEE STRUCT DWG 7 —1 6 I — 5 -1- 3" PVC2 3' PVC SOC X THRD COUPLING 3" PVC THRD CAP WI 2.5" DRILLED ORIFICE 1'r 3 2 3" FERNCO - COUPLING 3" VENT, PLAIN END SST, TYP 1 REACTOR PER REACTOR VESSEL #2 T-20-200 ARV, TYP 2, SEE,"O IYM� 2 M1 ��l� I.�i%1113! ji. ISI■ — 111=11*. 45° EL 1125° EL 6X8 RED 8X6 RED TEE 3x4 RED BUSHING 4" PVC2 1 6" VENT 3" PVC SOC X THRD COUPLING 3" PVC THRD CAP W/ 2.5' DRILLED ORIFICE UPPORT 6" IPE REACTOR VESSEL #1 T-20-100 45' EL 11.25° EL 6' J OVERFLOW 4" PVC2 VENT TO ODOR PIPING, SUPPORT PIPE BY COLUMN SIGHT GLASS ON REACTOR VESSEL, TYP 4 EA. VESSLE WALKWAY, SEE STRUCT n 4" V-200 4"V-200, SUMP BYPASS 4" V-100 VALVE 4" V-200 4' PVC2 VENT TO ODOR PIPING, SUPPORT PIPE BY PLATFORM SEE NOTE 61 EXTRA PIPE SPOOLS PIPE SUPPORT, SEE M(263 MD1.2 PROVIDE EXTRA PIPE SEE NOTE SAMPLE TAPS, ABOVE AND LOW, SEEM2OU MD1.2 CHEMICAL INSERTION POINT, SEE CONNECT TO 8" OVERFLOW 8" OVERFLOW TO MANHOLE CONNECTION AT FLOOR, VERIFY CONNECTION TO SUMP EXISTING 8" EXISTING 10' DRAIN PIPE, VIF DRAIN PIPE, VIF SECTION B 12'=1'-0" 0 1' 2' EXISTING 8' DRAIN PIPE, VIF NOTE: 1. PROVIDE A COMPLETE SET OF SPARE SPOOL PIECES AND FITTINGS FOR EACH REACTOR FEED PIPE SET. 16 f. REV NUM DESCRIPTION 15 DRWN BY 14 CHMD BY DATE BID SET JRH DSB 84-2011 PeanitAONNO 13 ATTENTION: 0 1/2 1 IF THIS BAR DOES NOT MEASURE 1' @ 22.04 or J4° '111x17, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY 12 11 10 PHARMER ENGINEERING 9 1 8 7 6 5 1 4 DESIGNED: DSB DRAWN: JRH CHECKED: APPROVED: PROJECT DATE: Aug. 2011 PROJECT NO. 10283 NTS 3 2 City of Yakima Struvite System Implementation Yakima, Washington SOLIDS HANDLING BUILDING STRUVITE SECTIONS H G F E D C 8 A 1 DRAWING NUMBER M2.3 REV F 1 d a 1 E1 H 16 15 14 I 13 12 11 10 EXISTING POLYMER PUMP PIPING, PARTIALLY SHOWN FOR CLARITY PIPE SUPPORT, SEE 3 1 MD12 DISASSEMBLY UNION TO MATCH PIPE SIZE, LOCATE FOR CONVIENENT DISASSEMBLY, SPEARS UNION 2000 OR EQUAL TYP ALL 3" SCH60 PVC EXISTING POLYMER PUMP PIPING, PARTIALLY SHOWN FOR CLARITY EXISTING POLYMER PUMP PIPE SUPPORT, i�YfY MMDDI2 SST ISOLATION BAFFLE WALL, SEE MD1 11 EXISTING PIPE, FIELD VERIFY ALL EXISTING WET WELL SECTION 12"=1'-0" 0 1' 2' PUMP #2 P-10-120 M22 1 i" CS5 SEE PLAN MSA CORE DRILL AND SEAL AT DECK 0 2- NO.2 22561 SPRAYING SYSTEMS FROTH SPRAY NOZZLES 10" CENTRIFUGE DISCHARGE // EXTENSION INTO SUMP 0 EXISTING -, MANWAY, V.I.F EXISTING PIPE PIPE SUPPORT, SEE M273 MD 1.2 SST ISOLATION BAFFLE WALL, SEE MD1 1 1 1 L EXISTING PIPE SECTION 0 1' 2' D M2.2 PLAN NOTES: 1. CONNECT TO EXISTING WALL SPOOL OF CENTRIFUGE DISCHARGE, VERIFY FIELD CONDITION, FABRICATED OVERSIZED FLANGE W/ EPDXY ANCHOR BOLTS INTO EXST CONCRETE MAY BE NECESSARY 16 15 I 14 13 12 11 10 9 8 7 5 1 4 3 1 2 1 H G F E D C 8 A REV NUM DESCRIPTION DRWN BY CHICD BY DATE BID SET JRH OSB 8-3-2011 ATTENTION: 0 1/2 IF THIS BAR DOES NOT MEASURE 1"(41 22x34 or )S" (4)11:17, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING DESIGNED: DSB DRAWN: JRH CHECKED: APPROVED: PROJECT DATE: PROJECT NO. Aug. 2011- 10283 City of Yakima Struvite System Implementation Yakima, Washington SCALE: NTS SOLIDS HANDLING BUILDING STRUVITE SECTIONS DRAWING NUMBER M2.4 REV F rao.=.=nww.c 1 e 1 0 FILERAME G O C 8 A 16 15 14 13 12 11 10 8 7 6 5 4 3 2 1 -rr ., r REACTOR VESSEL #1 T-20.100 45' EL 1125• EL 3" SCH 40 PVC VENT REACTOR VESSEL #2 T-20-200 6' SS2 OVERFLOW SUPPORT PIPE WITH GUIDES ALONG REACTOR 8" SS2 TO DRAIN SIGHT GLASS ON REACTOR VESSEL TYP 4 EA. VESSLE WALKWAY, SEE STRUCT 4" PVC2 SUMP BYPASS 45' EL 11.25' EL 6X8 RED 8X6 RED TEE SIGHT GLASS ON REACTOR VESSEL 1 r.l.a�i 1Nir V-200 SUMP G�DPec CHEMICAL — INSERTION POINT, SEE EXISTING 8" DRAIN PIPE, VIF CONNECT 4' TO - 8' OVERFLOW EXISTING 10" DRAIN PIPE, VIF SECTION 0 1' 2' 8' OVERFLOW TO MANHOLE CONNECTION AT FLOOR, VERIFY CONNECTION TO SUMP, SEE DWG M2.3 EXISTING 8'-..,) DRAIN PIPE, VIF E M2.2 CHEMICAL INSERTION POINT, SEE REACTORS, TYP 2, SEE STRUCT DWG ARV, TYP 2, SEE M100 MD1.2 SUPPORT OFF REACTOR COLUMN SAMPLE TAPS, ABOVE AND BELOW, SEI>�200 MD1.2 2" CS5 WATER, CONNECT TO PLANT WATER, SEE M5.0 TYP EA. REACTOR EXISTING PLATFORM AND WALKWAY i}' CSS WATER PH SENSOR T-20-200 2' CS5'WATER, CONNECT TO PLANT WATER 2" V-200 2x1;' RED 1 }' V-203 - SOLENOID VALVE ROTOMETER • 1 V-200 1" PVC WATER TO R CTOR EFFL NT, SEE DWG 4.06 11) U -E L 1PSEE PIPING PING SEE DWG M3.0s O HOSE BIBB TYP EACH LEVEL, SEEN(126 NVr47 M' 17 MDI 2 MD1.2 MD1.3 OLT TO SUPPORT PIPTO REACTOR SU PORT TS LEG 11111111 11.11111111$11,1111,1 11111iIii 111111411. ,1 WALKWAY, SEE STRUCT MINN- 101 =ME 4" V-600 EXISTING WET WELL SECTION 112'=1'-0" 0 1' 2' F M22 8" OVERFLOW TO MANHOLE CONNECTION AT FLOOR, VERIFY CONNECTION TO SUMP ACCESS STAIRS SEE STRUCT DWG PLAN NOTES: Q 1. CHEMICAL AND FLUSH WATER PANEL MOUNTED TO BACK OF REACTOR SUPPORT COLUMNS, CONTRACTOR TO SUBMIT TO ENGINEER FOR APPROVAL RAIL MOUNT PH SENSOR TRANSMITTER. MOUNT SENSOR ON RIGHT 304 -SS PIPE TO EXTEND UP TO 6' BELOW COVER OF REACTOR. C REV NUM 16 15 i 14 I 13 12 11 10 9 8 6 5 4 3 2 DESCRIPTION DRWN BY CHK'D BY DATE F BID SET JRH DSB=' 8-3-2011 ATTENTION: 0 12 1 IF THIS EAR MEASURE 1" ($ 22,434 or 1" @11x17, THEN DRAWING IS NOT TO - SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING DESIGNED: DSB DRAWN: JRH CHECKED: APPROVED: PROJECT DATE: Aug. 2011 City of Yakima Struvite System Implementation Yakima, Washington PROJECT NO. SCALE: 10283 NTS SOLIDS HANDLING BUILDING STRUVITE SECTIONS 1 DRAWING NUMBER M2.5 4 G F E D C B A REV F rA 6m"+11AWA REACTOR VESSEL #2 PH SENSOR T-20-200 2' CS5'WATER, CONNECT TO PLANT WATER 2" V-200 2x1;' RED 1 }' V-203 - SOLENOID VALVE ROTOMETER • 1 V-200 1" PVC WATER TO R CTOR EFFL NT, SEE DWG 4.06 11) U -E L 1PSEE PIPING PING SEE DWG M3.0s O HOSE BIBB TYP EACH LEVEL, SEEN(126 NVr47 M' 17 MDI 2 MD1.2 MD1.3 OLT TO SUPPORT PIPTO REACTOR SU PORT TS LEG 11111111 11.11111111$11,1111,1 11111iIii 111111411. ,1 WALKWAY, SEE STRUCT MINN- 101 =ME 4" V-600 EXISTING WET WELL SECTION 112'=1'-0" 0 1' 2' F M22 8" OVERFLOW TO MANHOLE CONNECTION AT FLOOR, VERIFY CONNECTION TO SUMP ACCESS STAIRS SEE STRUCT DWG PLAN NOTES: Q 1. CHEMICAL AND FLUSH WATER PANEL MOUNTED TO BACK OF REACTOR SUPPORT COLUMNS, CONTRACTOR TO SUBMIT TO ENGINEER FOR APPROVAL RAIL MOUNT PH SENSOR TRANSMITTER. MOUNT SENSOR ON RIGHT 304 -SS PIPE TO EXTEND UP TO 6' BELOW COVER OF REACTOR. C REV NUM 16 15 i 14 I 13 12 11 10 9 8 6 5 4 3 2 DESCRIPTION DRWN BY CHK'D BY DATE F BID SET JRH DSB=' 8-3-2011 ATTENTION: 0 12 1 IF THIS EAR MEASURE 1" ($ 22,434 or 1" @11x17, THEN DRAWING IS NOT TO - SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING DESIGNED: DSB DRAWN: JRH CHECKED: APPROVED: PROJECT DATE: Aug. 2011 City of Yakima Struvite System Implementation Yakima, Washington PROJECT NO. SCALE: 10283 NTS SOLIDS HANDLING BUILDING STRUVITE SECTIONS 1 DRAWING NUMBER M2.5 4 G F E D C B A REV F rA 6m"+11AWA J H A 16 15 14 13 12 10 3 QUICK DISCONNECT A 2' V 201 24" MANWAY r. OO \O 4" PVC OVERFLOW M3.1 FILL SEE ® ® STATION, -----...3" MAGNESIUM CHLORIDE TAN1 111110 ill T-40-200 6" PVC VENT, PROVIDE BIRD SCREEN 3 FLEX MASTER /) EXPANSION JNT I 3" 3" PVC2 J CS3, HEAT TRACE AND INSULATE BRAIDED SST EXPANSION JOINT � M3.2 3/ SIM W/O LEVEL DISPLAY ® ,\�� 2' LEVEL 24' MANWAY NOZZLE ALE 0-1011� ( 6" PVC VENT, IlePSCREEN RC OR BIRD CAUSTIC TANK 11 CONCRETE EQUIPMENT PAD SEE MOM (10'0 HEAT TRACED AND INSULATED) I T-40-100 I FILL SEE STATION, ,� 3' CARBON STEEL Lt_J FILL, HEAT TRACE AND _ _ _ INSULATE B M3 1 32 �� 11'-0" PLAN 12"=1'-0" 0 1 2' 1 IM mrTirampr- 11101n 111011111111111111111111111. ii➢uu/11 uuliUiiu-111Mii 111111111 n ••Innllunr>.n II IIWUU�1:IS11 10` evi o]lI rn. 11I IT-20-100 REACTOR® VESSEL #2 I T-20-200 �Ill 11111 jln 1 1: r..I `1 �� [ 1'. i1 I �1 --, CYNNE 3LII 11ijjjjiilMI 11�13R 1 1 PI SIT • DRAIN li l 1.111'111111 iiIIW O RFL uo 1 ' —.� %?ori rii 1 1 it 3" V-200 3 cz '� 1 {'I. I ��ALA�II I min'rIlri'111ui nulosail m i•a!i i,.� 1 VIIIi!al 'Ii u 4 O 3x1 RED i'CS3 WATER - CONNECTION, FIELD LOCATE WAT=R SOU CE ERF 1 SOFTENER rP-30-300 1 1p 'CHEMICAL / t PANELS '' 1 { j� u1nu..I n NEIN Id uIC— T ■ MEM HOSE BIBB CHEMICAL FEED PUMP RACK CONNECT 4" PVC2 OVERFLOW TO REACTOR OF DRAIN ENLARGED PLAN SEE DWG M3.3 STRUVITE SEPARATOR Isso-400 I x... ,r ..ax.x..x... HOSE BIBB TYP EACH ��� LEVEL, SEEM 6 1112-217 IYI 117 TYP.3 MMM��� �D MIYM�1 �� �� NOTE: NOT ALL EXISTING EQUIPMENT SHOWN. FIELD VERIFY ALL. 16 r REV NUM DESCRIPTION 15 DRWN BY 14 CHK'D BY DATE BID SET JRH DSB 8-3-2011 13 ATTENTION: 0 12 1 IF THIS BAR DOES NOT MEASURE 1' @ 22x34 or Yz' @11x17, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY 12 11 10 PHARMER ENGINEERING DESIGNED DSB 5 DRAWN JRH CHECKED APPROVED: PROJECT DATE: Aua. 2011 4 3 2 City of Yakima Struvite System Implementation Yakima, Washington PROJECT NO. 10283 SCALE: NTS SOLIDS HANDLING BUILDING CHEMICAL PLAN DRAWING NUMBER M3.0 REV F 4 1 1 1 1 16 13 11 10 9 B 7 6 4 2 .1 6" PVC VENT J f-1 �-- 3" EXPANSION JNT I` 6" PVC VENT' �j 1_1 3" PVC FILL, SUPPORT AS NEEDED I I I 1" EXPANSION JNT I,r 3" CS3 FILL, HEAT TRACE AND INSULATE 0 1 11.. CAUSTIC TANK 1 et NE _ ( 10'0 HEAT TRACED AND n INSULATED) ..—i- - MAGNESIUM i-- --- H CHLORIDE TANK I T-40-100 1 1 H 10 o REACTOR I T-40-200 1 VESSEL#2 FILL STATION, l T-20-200 / — -- SEE 1 - M3 r 4" PVC OVERFLOW lu 1 SIM W/O LEVEL G DISPLAY, USE STATION I / G V-200 ANC PVC2 maim, 0 FFILL , _ iSE Mr 32 ',..___/ 1li EXISTING ASPHALT F �1 • F i 2"PVC2 WATER, SECTION A \CHEMICAL I I CONNECT TO 12'=1 -0" FLUSH WATER BUILDING WA'ER — — ® IPANEL, TYP EA. 0 1' 2' ACCESS STAIRS SEE : j REACTOR I 2" V-200 STRUCT ' 2x1}" RED ir 1 E DWG 1' TUBING TO i • 5-35gpm 1}^ V-203 E I REACTOR ROTOMETER '' 2 -WAY 6" PVC VENT �� 1' V-200 TY PER PANE • 6 i 1 I. INJECTION PORTS, _ 1rx1 i� SOLENOID LE NSERT iii h1I1 ...• r' — 0-101 1 IIII }'ROTAMETERW/! f INTEGRATED I 11PVC3 WATER TO CAUSTIC TANK NEEDLE VAL : • • I� ^FIARVEST PIPE f I � !�I �_� 1L- o D D (10'o HEAT TRACED AND INSULATED)nl < '�' PVC CAUSTI I I _ - 1" PVC MAG ~ >- S o a 2 1 T40-100 1 PVC { IIP TUBING Z < 4' FLEX MASTER EXPANSION JNT i" CAUSTIC TT O REACTOR # 1 - 1 I 111111'11111�I1 1 p 3' CS3 FILL, HEAT _ 1" TUBING FROM ' TUBING FROM SEE WALKWAY O>®, x w6 TRACE AND INSULATE TTTT 4 -�C CAUSTIC CHEMICAL MAG CHEMICAL - STRUCT j I Nr j OVERFLOW PUMP CHEMICAL PUMP PANEL, TYP EA CAUSTIC REACTOR J- 1" CAUSTIC TUBI ' PUMPS # 1 AND # 2 \ TO REACTOR # 2 i j {' V-600 C C 1 P-30-110 I P-30-210 - ' . PIPE SUPPORT, I♦��II 1' MAG TUBING TO I SEE CHEMICAL FEED REACTOR # 1 ` I �.-= I II L my6'� PUMP RACK 1� n1, f 1 MDt 2 �/ SEE DWG M3.3 i I`' 1��`// MAG TUBING TO 1• REACTOR *2, 1 , FILL STATION, SEE FIELD ROUTE, TYP ----- - � 1 '{J �� 9 - ,.. 'PIPE SEE �SUUPP^ORT, MAGNESIUM —� _ ,. MSS.2 m264 CHLORIDE PUMPS 1 MD7.2 #1AND#2-^_ 1 111, B 4 P -30-12D P-30.220 r _ I IA 119: Ma aliem Emu L _, EXISTING SECTION B WET WELL 12._1,-0" SECTION C NOTE: A A ® NOT ALL EXISTING 0 1' 2' 12"=1,0" .EQUIPMENT SHOWN. FIELD VERIFY ALL. 0 1' 2' 16 15 14 13 12 11 10 9 8 7 6 I 5 1 4 I 3 1 2 1 REV DESCRIPTION DRWN CHK'D DATE ATTENTION: -_,t �_ �• SCOTT DESIGNED: DSB City of Yakima DRAWING NUMBER ` NUM BY BY 0 12 1 �jY iz r�-.'y'. �j� DRAWN: JRH Struvite System Implementation PHEiRM�R �'- ` � 4 1� �� re C � CHECKED: - 16wsii 2 IF THIS BAR DOES NOT MEASURE 1' 22x34 or ilt _ � i I,,y APPROVED: Washington J • • F BID SET - : JRH 008 8-3-2011 74" @ 11x17, THEN ENGINEERING �-akima, Cay -hy,_ $1�� PROJECT DATE: Aug.A2011SOLIDS . DRAWING IS NOT TO 'S/rp1',11. HANDLING BUILDING REV SCALE -SCALE ' {�,•' " - 1 ti"� ,;.,.: 's�i� C>. -I -7111 PROJECT NO. 10283 ACCORDINGLY .s..¢q.',s Mme.'"' II mu I NTS CHEMICAL SECTIONS F SCALE: J E C B 13 15 14 I 13 12 11 — 10 FILL STATION, SEE M3.2 EXISTING ASPHALT 3' CS3 FILL, HEAT TRACE AND INSULATE 6" PVC VENT LE 0-1011 Q 3" EXPANSION JNT 4" FLEX MASTER EXPANSION JNT 4" PVC — OVERFLOW CAUSTIC TANK ( 10'0 HEAT TRACED AND INSULATED) T-40-100 I 3' PVC FILL, SUPPORT AS NEEDED 6" PVC VENT 3' EXPANSION JNT MAGNESIUM CHLORIDE TANK 10'0 T-40-200 4" FLEX MASTER EXPANSION JNT 4" PVC OVERFLOW 2" V-201 2" QUICK DISCONNECT SECTION D ETTTSJR 0 1' 2' a 1I2" GALV. U -BOLTS MOUNT LEVEL READ OUT TO SUPPORT, CAUSTIC ONLY 3" MALE CAMLOCK PLAN 1/2" GALV. U -BOLTS 4X4X1/4 PLATE (TYP) 3" V-201 OI.IMMAIOji1.1.111/ 12" GALV. U -BOLTS CROSS BRACE EACH LEG 2X2X1/4 ANGLE (TYP) 4X4X1/4 PLATE (TYP) 3" CS3 FILL, SUPPORT AS NEEDED 8" CONCRETE TANK PAD, SEE M3.0 AND �F.1 SECTION CHEMICAL FILL SUPPORT DETAIL 1 NTS H G 16 15 14 1 13 12 11 10 6 1 5 3 2 1 F E 0 C B A REV NUM DESCRIPTION DRWN CHMD DATE ATTENTION: BY BY F - BID SET JRH DS8 8-3-2011 0 1/2 1 ciTnIF THIS NOT MEASURE 1' @ 22x34 or Yz" @11x17, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING DESIGNED: OSB DRAWN: JRH CHECKED: APPROVED: PROJECT DATE: Aug. 2011 City of Yakima Struvite System Implementation Yakima, Washington PROJECT NO 10283 SCALE. NTS SOLIDS HANDLING BUILDING CHEMICAL SECTIONS AND DETAILS DRAWING NUMBER W M3.2 w a.o..nwwo P-30-220 I H G E 11 16 1 15 1413 12 _L— 11 —TOIREACTORS- TO REACTORS CS3 WATERp 0�n p _r1 CONNECTION, FIELD Ipl' LOCATE WATER SOURCE WATER SOFTENER M3.1 I LI raW 10 9 8 7 - 1 —'-6 --� --' L 4 CHEMICAL FEED RACK ENLARGED PLAN c,„; 1" V-200 TRANSITION TO TUBING M3. FEED RACK PERSPECTIVE ELEVATION B 16 I REV NUM DESCRIPTION 15 14 DRWN BY CHK•D BY DATE BID SETS?, JRH OSB 8-3-2011 O 1• 13 ATTENTION: STAINLESS STEEL SHEET METAL BENCHES AND BACKER BOARDS, SUPPORTED BY WALKWAY PLATFORM (NOT SHOWN FOR CLARITY) }" V-200 CAUSTIC CHEMICAL PUMP #1 TO REACTORS P-30-110 l CS3 WATER -CONNECTION, FIELD• LOCATE WATER SOURCE TO REACTORS " V-200 MA3NESIUM CHLORIDE CHEMICAL PUMP #1 — ROTAMETER STATIC MIXER ROTAMETER 6" V-200 A }" PVC TRANSITION TO TUBING — CAUSTIC CHEMICAL PUMP #2 TO REACTORS ROTAMETER 1." STATIC MIXER ROTAMETER I" V-200 }" PVC P-30-120 1 WATER SOFTENER P-30-300 1 TRANSITION TO TUBING P-30-210 TRANSITION TO TUBING MAGNESIUM CHLORIDE CHEMICAL PUMP #2 FEED RACK ELEVATION A 0 1' 'g" CAUSTIC TUBING TO REACTOR # 2, FIELD ROUTE, TYP A7" CAUSTIC TUBING TO REACTOR 0 1 PUMP RACK BY CONTRACTOR, STAINLESS STEEL SHEET METAL BENCHES AND BACKER BOARDS, SUPPORTED BY WALKWAY PLATFORM (NOT SHOWN FOR CLARITY) SOFTENED WATER TO CAUSTIC CHEM PUMPS PVC2 WATER CONNECTION, FIELD ,.co°. LOCATE WATER SOURCE " MAGNESIUM TUBING TO REACTOR # 1 MAGNESIUM TUBING TO REACTOR # 2 CAUSTIC FEED RACK PERSPECTIVE ELEVATION C o 1' NON -SOFTENED WATER 70 MAG CHEM PUMPS }" V-200 MAGNESIUM CHLORIDE H G F E D C B A o 1/2 1 IF THIS BAR DOES NOT MEASURE 1" @ 22834 or )5" @ 11817, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY 12 11 10 1 9 PHARMER ENGINEERING 8 7 6 I 5 DESIGNED: DSB DRAWN: JRH CHECKED: APPROVED: PROJECT DATE: Aug" 2011 4 3 2 1 City of Yakima Struvite System Implementation Yakima, Washingtton PROJECT NO. 1 0283 SCALE: NTS SOLIDS HANDLING BUILDING CHEMICAL PUMP RACK & DETAILS DRAWING NUMBER M3.3 REV F IR 1, 1 g 0 4 1 , - , - 1 - i - . 1 - _ , ------ J . 1 ii J ....,,,, _- - 1 1 I • . , , L J ...- .... , - • -., .... 0.4, ‘,„ 4,5'-- ...• ,- /--' ..c A. -.. /j-' ___--. — im, ‘... : • • .. MI \ • i ' W / \ • --, V, .A141111116 \ \ 11 / REACTOR SUPPORTS \ II ..:- ---,,,,, . I / 111,1/ \ \ I / / , • AND CONE NOT SHOWN lok .,.,, : ,,. , \ , \ 1 1 / FOR CLARITY / / /I i / 1 T 1 ti II .1 \ i 1 / 11.7 '1 t2 \ 111 \ \ ., \ \ \ \ .„ /. i1 r, 1.1- \ i \ / , .t.. • \ \ B1 ___ 1 1PVC2-. • t ... M4.1 \ iII1 WATERUP.r , 1 ) (1 1 1 TOSYSTEM \"-\-, — • H P"ANEL I II H 1 1 I ,111 1 1 /! \• Ii 1 •N - 1I 1x1.5"RED 1 1 1^ FL \ EX a I. V I /I / V // \ s •'''' \ \ I i1.5RED @ ..1 1" FLEX 1 / / / / / / / .. -- SST HOSE \ \ \ \ 1" V-201 \ \ i• V-400 • \ • \ \ 1- V -202 1 L. . 11.- 1/ / / / • — \ \ \ ...,i •G 11 .-. \ . • SST HOSE I. L. 1" V-201 1" V-400 /G , / / // 1" V-202, .,• /1 / / / — N \ N ACTUATED -1 -.... `.. . .., L El.. all'Ilq 7 ACTUATED ,••• 7 - -I I L Ilk .. . Ilan Ili..._. _ vilmonff /,..:1 - -- '-- -- _ 1" HOSE BIBB I 1' PVC2 WATER 1" V-201 11111IiiiiiiiiiiiiiiiiIIIII 1 PVC2 1" HOSE BIB-- WATER 1" V-201 Ma 111111041MINIPMNII -Ill' F ,_ - I ‘ vi, 1 ir. F Z H -4r-A -1911 \ It 1, I I ' I 1 1111 91 11_ 14_4_ H__I., 11 Ire A I .4. III il 111 1 II I _ ii I ' ' I 1 I 1 II 1'1 .... 1._ 11 .1 Ili 1 LI, Olt Ill 1 \ _ .11 il i I, ill ... - 11! il 1 1 1 11 E- • Mil //MP. l . , , , IMIE 1,,,..11111.111k NI E - --.. '1 1 1 1___ 1 I • ,11_, 1 HI 11 „1,111111mm 1 I STRUVITE 1' 1 1 HARVESTING SEPARATOR [j-]" 1 ''' il HI 1 1 PIPE . 14- III, 6" SEPARATOR I P-50-400 I — 1:1 EIMINIIIIIIIIIIiM 11.1.1.'.."111. IlL 1, DRAIN 111111111=1111111=1=1 — -Idi ill il 111 1_01 i - CONNECT 6" n 4PAir-TT.'- I i 1 I I 1 i T° r FINE SCREEN \ DISCHARGE D In 11 1 I 1 1 1 1 1 1 I 1 II HOSE D 1 IMMEMIIMIlianlinu o i^ PVC HARVESTING . PIPE, SUPPORT AS BIBB fe. NMI Nu -::.:-.±.-•:-.: REQ'D .'.. it..161 I • 1°S..•'11.11. liNe.11111meal.B.111mili 4. Ct. 1—ak- ...1. 1. DISASSEMBLY UNION TO MATCH I_,— STRUVITE . III -II PIPE SIZE, LOCATE FOR --, SEPARATOR _ 444 ii I. ,Cimill.8: CONVIENENT DISASSEMBLY, 1" VVYE 78, PALLET - 111 SPEARS UNION 2000 OR EQUAL I I .....0001000111111k.87 TYP ALL 1" V200 L1I 141 C III SEPF:AIEJRAD 11 11 11 11 11 11 C 0 41 I PUMP AOk — I P-50-300 I COURSE SCREEN M4.1 `,..._.,./ _ SOFTENER DISCHARGE CHEMICAL FEED PUMP RACK 13 ----1 N. `,..... - ___ PLAN NOTE: NOT ALL EXISTING EQUIPMENT SHOWN. A 3/4,1,0" FIELD VERIFY ALL. G1 A • 0 3' 4 , 16 15 1 14 1 13 12 1 (1 10 1 9 8 , ! 7 1 6 1 5 1 4 3 2 i 1 1 DESCRIPTION ORM CHILD DATE ATTENTION: - SCOTT DESIGNED: DSB City of Yakima DRAWING NUMBER 0 1/2 1 -AG' ' \,., N DRAWN: JRH Struvite System Implementation -\44• IF THIS BAFt DOES NOT MEASURE 1' (§2 22x34 or Irt ,f ST 5 _. -* -.7 - ::„i APPROVED, - 0 F BID SET JRH DSB 8-3-2011 X" at 11x17, THEN ENGINEERING , ,b., Yakima, Washington DRAWING IS NOT TO _ PROJECT DATE: Aug. 2011 •) ., 1111 IM SCALE - SCALE ' ',.1.1',7 - * .-...." e,", - /0 \Al, 'T,' 4,, PROJECT NO. 10283 SOLIDS HANDLING REV ACCORDINGLY-,1fiqipt.. I NTS STRUVITE SEPARATOR PLAN F \..._. SCALE, 16 15 14 13 12 11 10 9 B 7 I 6 --- 5 I 4 , 2 1 H' G F J E D C A 6' SEPARATOR DRAIN, SUPPORT WITrf44 MD1.1 1" PVC HARVESTING PIPE, SUPPORT ALONG STAIR FRAME, AND SEE. 264 MD1.1 GUIDE AND SUPPORT 1' PVC HARVESTING PIPE FROM STAIR FRAME 8" EXPANSION JNT BY MANUFACTURER 1" DIAP -GM VALVE 1200 STRUVITE SEPARATOR P-50-400 6 # 4 VERT 4 17 O 7 6" DIA PRODUCT CHUTE "0 EPDXY ANCHOR BLTS, TYP RING 12" O.C. 36"0 CONCRETE SEPARATOR SUPPORT 1 SEPARATOR FEED PUMP P-50-300 I SECTION A 0 1' 2' STRUVITE SEPARATOR PALLET 1.5"x1" RED HARVESTING PORTS, 1" V-201 MPT EACH PORT, TYP 1" FLEX SST BRAIDED HOSE (TRUE 1" INSIDE DIAMETER THROUGHOUT, NO BARBED FITTINGS) 1•V-201 18 H SEE DWG M2.Os G PIPE ����; SUPPORT,SEE IYIL03 MD1.2 SECTION (TYP.2) B 314._1.-0" 0 3' 4' 16 1 15 14 13 12 11 10 9 8 7 1 6 REV NUM DESCRIPTION DRWN BY CHK'D BY DATE F BID SET JRH DSB 8-3-2011 ATTENTION: 0 12 1 IF THIS BAR DOES NOT .MEASURE 1"@ 22x34 or v @ 11x17, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING $11 13 O ep1: 1 T 5 4 3 2 1 F E D C 8 A DESIGNED: DSB DRAWN: JRH CHECKED: City of Yakima Struvite System Implementation APPROVED: PROJECT DATE: Aug. 2011 PROJECT NO. 10283 SCALE: NTS Yakima, Washington DRAWING NUMBER M4.1 SOLIDS HANDLING BUILDING STRUVITE SEPARATOR SECTIONS REV F l I 5 3 I I O 0 0 O O 0 t2ELOCATED ODOR J � - l 1.1 SCRUBBER J l i• 101 Li 1 1 J NK r — 1� _'.. It ' UM 'f 1 1 L X11 I 1 TT I r t� ', gli 1 NOTES: 1. PAINT "C2" TO MATCH EXISTING AND INSULATE WITH CLOSED CELL FOAM TO MATCH EXISTING. - EYE WASH CHL • E TAN [-r [—y?- I I • I ��� 2. PAINT AIR LINE TO MATCH EXISTING. O SHOWER � 1 — J ' F'1 - 3. INSULATE AND SHEATH -C1- WATER TO MATCH EXISTING (MATCH COLOR) 4. LABEL ALL PIPING TO MATCH EXISTING. STATIONS ---- -"" J_IIo 1 0L--�I--� I " 1 i ,1 WfllllaoffiTr �` - 1— IN la Wt. :7 IN I11LI y r 4 SOFTENER i ti � I I � i�•i H; --41T---- eNilik IIIIIIIIIIII CHEPAICAL t aS 1 cTa S.,ELs1 ll 000 FEED PUMPza, i� I I I �� ----_ H po ! RACK y _ mr* I �� ... p -_ , o H o I I� ME -1 "CONtJECifIONS " O nn1 ■ �' I' Wi! IIID amm • �... 1i(� �' i� DOWN Yp PLUSH I� _' ■ ■ � ■ Yrt (♦} I• [ _,' WATER PANEL nib _MOM, �aa.,,n I ' � (' . I SUMP SUMP I ;, p O ■ ■■'1� BELOW �i> - n ■ - r[�.5: - _'1 - ��I�Ti REACT` R �1' CENTRIFUGE_ O VESSEL � I I ©r1�4 G F ``�,i� a� _ - G S .r moo L=-= r3; I. =JL= air H a I �f ■I' 4 :mac 'MirT o / I i�a sr■ 111111 HOSEEACHOFFTH'_e POLYMER,I�I POLYMER s 1 Hyl_ I POLYMER I� la ■I EACHO111 AGING TANK AGING TANK LEVELS /� l PUIv1P O1� '1' 1CONNECTIONTO j Ok115" �S,>n. ---) F, _=._ ,�..� '"�� SEPARATO"t OPERATOR LEVEL I 1 �� .. _. _ =->=a ==-.E , 1"a EE8 I FF"4 -, nen MP til fi= -=_______________c= '= O MK MINNOW ----�-_ as f F ODUCT 1 L - ---_-- 1?j • LLET 11 ISI ......- PI IMP *2 E NOTE: .,, 1.5' CSS (SEE NOTE 1) J` ---CONNECT TO "C2• WATER LINE ON HORIZONTAL RUN DOWNSTREAM OF STRAINER ABOVE F.F.) 0 I' E I. ALL UTILITY � — (•6' WATER SHALL BE TYPE CS5 ROUTE AIR AND WATER ON CEILING JOISTS. HANG ON JOISTS. (APPROX. 30' ABOVE F.F.) 0 1 C I) 1. I- �nr..�,. n _. �. NOTE 7) 1.1.11,111 l D (SEE 3/4" AIR CS5 11111111— IIIIN— (SEE NOTE 2) alrrra =c -- ��i��ii -r- -�4_=— a'�liNiiiii� -- —- -- - �— 1 _ e== rE��ETE 0 0 0 0 0 0 O ' 11•ilE>E!•aaa�� m== ==== C .=.., C it{IIUIIRIi111 Illll ( mt ,mmesm' 1 I!IIIIfIhI IIlIIIIII hllli u1111111 1 IIItllliillllplhullllli�111IIl tIHil ° IIiIIIlinl�lu limansilimmihi :mow morsimo ilElRilfi U ' 11111 ■ B ow _---_ B main ::_ 9 n n n - I I 1 i t 1 PLAN 3/16-=1'-0" A 1!!T 0 3' 16' A 16 1 15 i 14 1 13 12 1 11 10 9 8 7 1 6 1 5 1 4 3 1 2 1 1 REV DESCRIPTION DRWN CHKD DATE ATTENTION: - t7 1','Y SCOTT DESIGNED: DSB City of Yakima DRAWING NUMBER 1 NUM BY BY 0® -I ``1� io DRAWN: JRH Struvite System Implementation ■■TTyy-�� H T��y,'(7�"•+, �+Y .§� y �. =y+ i r CHECKED: '�j O IF THIS BAR DOES NOT MEASURE 1"(d 22x74 w . Y'"�� ��T+�'-� u,§ 't tn2k k� APPROVED: - Yakima, Washington y' i" • F BID SET JRH DSB &3-2011 )4• ($:11x17, THEN ENGINEERING 5I �— y ,4�' •�+ PROJECT DATE: Aug. 2011 DRAININGSNOT TO SCA'.4I!tIkAT..px kr:`-- ��'- /t%�ai. ��\ �tl PROJECT NO. 10283 SOLIDS HANDLING BUILDING REV ACCORDINGLY --7=`g=, . I 01= '0 I NTS SMALL DIAMETER UTILITY PIPE PLAN F SCALE: 1 i 1 1 S 8 j H G F E D C B A 16 15 14 I i3 12 I 11 10 9 8 7 6_ 5 1 4 3 2 1 ESTIMATED LIQUID WEIGHTS: TOP' - Ibs. MIDDLE. -Ibs. BOTTOM -Ibs. TOTAL. -Ibs. 2" PORT FOR pH PROBE B'-6"0 @ TOP 3" INTERNAL TROUGH NM 1" NPT FOR pH PROBE 12" NPT FOR CHEM FEEDS (TYP 6 TO BE LOCATED PRIOR TO FABRICATION), SEES x,29 MD122 612"0 SIGHT GLASS (TYP 5 PER REACTOR)< DETAIL 1 SCALE: 12"=1'-0" 0 1' 2' PLAN NOTES: Q 1. DN150 LUMIGLASS CIRC. SS LOW PRESSURE SIGHT GLASS W/ WIPER (BY L.J. STAR), TYP 5 7' INSTRUMENT PORT 1256 FLANGE 270- 24" SO INSPECTION HATCH 455 2" FLANGEDp,1p .j CONNECTION \�� FOR PRESSURE `BALL VALVE SENSOR /` ,-PRESSURE TRANSDUCER 1.5" TAPS W/ MNPT ENDS FOR / HARVESTING, TYP 2 PER i/ REACTOR 18" FLANGE, ATTACH TO REACTOR FLANGE 1 0° TOP FLANGE 2" INSTRUMENT PORT 24" SO INSPECTION HATCH 180° PLAN 3" VENT, PLAIN END }" ANGLE COVER STIFFENER, (NOT TRUE SECTION) 2" INSTRUMENT PORT, 1258 FLANGE SUBMERGED TROUGH WITH (3) 90" 3" V -NOTCHES PER SIDE (24 TOTAL), SEE STRUCT 90° _ A NOTES: 1. COVER PENETRATION LOCATIONS VARY BETWEEN REACTORS. SEE M3.0. LIFTING EYE, TYP 4 2" INSTRUMENT PORT .5"x? 0 `� NIPPLE TYP \ 2 PER REACTOR 1 20.04"}" THICK 3048ST FABRICATED REDUCER INLET 4" 90° ELBOW 4" 304 SST PIPE • • • • LS 4 •<1 SECTION A -A DETAIL 2 SCALE: 3/4"=1'-0" 3' 4' COVER (i" 304 SST.), SEE STRUCT }" ANGLE COVER STIFFENER. (NOT TRUE SECTION) REV NUM 16 DESCRIPTION 15 14 DRWN BY CHK'D BY DATE BID SET JRH OSB 8-3-2011, 13 ATTENTION: 0 1/2 1 IF THIS BAR DOES NOT MEASURE 1" @ 22x34 or )" @11x17, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY 12 11 10 PHARMER ENGINEERING ( 9 8 7 1 6 1 (Wife stn DESIGNED: DSB 5 DRAWN: TMB CHECKED: APPROVED: PROJECT DATE: Aug. 201 PROJECT NO. 10283 4 3 1 2 City of Yakima Struvite System Implementation Yakima, Washington STRUVITE REACTOR DETAILS 1 DRAWING NUMBER MD 1.0 J H G F E D C B A REV REV F H G F E 0 16 L __ 15_ 14 13 12 11 12 GAUGE 304 SS SHEET 3x3x1} SST ANGLE STIFFENER � ( 9 B T 304 SST ANGLE STIFFENER 1-- o 5 1 4 3 2 1 4z4x 4' LE ANCHOREp7O WALL / 3x34 STAg1GLE / STIFFEN / III / W 1 WELD STIFFENER SST ANGLE TO 12 GAUGE SHEET, TYP PERSPECTIVE VIEW 3x3x?4 SST ANGLE STIFFENER 24"x REQRD PRE -FAB PANEL PERSPECTIVE VIEW -5'-0" V.I.F C B_B B A PREFAB PANEL STIFFENER ANGLES BOLTED TOGETHER & TO 4x4 ANGEL WI }" SST BOLTS AND HARDWARE PLAN SST ISOLATION BAFFLE WALL DETAIL PREFAB PANEL STIFFENER ANGLES BOLTED TOGETHER & TO 4x4 ANGEL WI }" SST BOLTS AND HARDWARE 2 3/4"=1'-0"- vaires 0 3' 4' 4x4xa SST ANGLE ANCHORED TO WALL \ }' SST EPDXY _ ANCHORS 18" O.C. — 1 W/4"EMBED O PREFAB PANEL STIFFENER ANGLES BOLTED TOGETHER & TO 4x4 ANGEL W/ }" SST BOLTS AND HARDWARE, PROVIDE NEOPRENE GASKET BETWEEN EA. CONNECTION }" SST EPDXY ANCHORS 18" O.3 W/4"EMBED 4x4x?g SST ANGLE ANCHORED TO WALL 12 GAUGE PRE -FAB PANEL • 12 GAUGE PRE -FAB PANEL 12 GAUGE PRE -FAB PANEL a 12 GAUGE PRE -FAB PANEL 12 GAUGE PRE -FAB PANEL SECTION A - A SECTION B - B GENERAL NOTES: 1. INSTALL 4"x4" ANGLE AND DIMENSION WIDTH 2. PREFABRICATE 2' PANELS TO CHANNEL WIDTH MINUS 1" 3. INSTALL AND BOLT TOGETHER AS SHOWN. NUM 16 DESCRIPTION 15 14 1 13 DRWN BY CHK'D BY DATE BID SET JRH DSB- 8-3-2011 ATTENTION: 0 1/2 1 IF THIS BAR DOES NOT MEASURE 1' @ 2264 or Ji" /11x17, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY 12 1 11 10 1 9 PHARMER ENGINEERING -- 8 7 I 6 1 5 4 3 1 2 DESIGNED: DOB DRAWN: TMB CHECKED: APPROVED: PROJECT DATE: Aug- 2011 City of Yakima Struvite System Implementation Yakima, Washington PROJECT NO. 10283 SCALE: NTS MECHANICAL DETAILS 1 DRAWING NUMBER MD 1.1 J H G F E 0 C B A REV F H G F E D C 8 Al 16 1 15 14 1 13 12 Y," SCHED 80 PVC THREADED VENT PIPE N5" SCHED 80 PVC THREADED 90' BEND - (5" PVC BALL VALVE 1/2" BACK FLUSHING CONNECTION APCO MODEL SERIES 400 SEWAGE AIR RELEASE VALVE )5" SCHED 80 PVC THREADED PIPE PLUG 2" SCHED 80 PVC CLOSE NIPPLE 2" PVC BALL VALVE FORD S71-607 2" TAPPING SADDLE 4" SCHED 80 PVC PIPE SEWAGE AIR RELEASE VALVE DETAIL NTS M100 rr SST B -LINE PIPE STRAP j SUITABLE FOR PASSING / PIPE DIA AND PLASTIC 161 COATED 1 114" 1 111 SST BOLTS AND NUTS AS REQS BY PIPE STRAP MANUF BASE PLATE M105 a W m (4) 12"9 SST EXPANSION OR EPDXY ANCHORS 5" EMBED PIPE SUPPORT TYPE "K" NTS 1'-0 M263 BASE PLATE DETAIL NTS 1/2" x 12" SQ. 5/8"0 HOLE FOR 1/2"0 ANCHOR W/ 4" EMBEDMENT 3" OR 4" STEEL SIZE M105 11 10 9 8 7 6 4 3 2 1 PIPE SUPPORT TYPE "Go NTS PIPE, SIZE VARIES PIPE, SIZE VARIES ANVIL FIG. 199 WELDED STEEL SST BRACKET SIZE AND SPACING AS REQ'D (3) SST EXPANSION ANCHORS OR EPDXY ANCHORS 5" EMBED, ANCHORS SHALL CORRESPOND WITH HOLE DIAMETERS OF ANVIL FIG. 199 M273 12" TAPPING SADDLE 12" -BALL VALVE SAMPLE TAP DETAIL NTS M200 1/2"TAPPING SADDLE 1/2" -BALL VALVE 12" RED. BUSHING 1/2' 90' ELBOW TURNED DOWN TO FLOOR OR GROUND CHEM. DOSING PIPE CONNECTION DETAIL M201 NTS PVC CONDUIT CHEM. TUBING EXTERIOR 6" DIA SCH 40 STL PIPE. GRIND SMOOTH, FILL WITH CONC AND PAINT AS SPECD CONCRETE ENCASEMENT 2 ADDL 14x2-0" EA SIDE GROUT PLUG 1/4 CONC SLAB 1/2"X2" FLANGE ALL AROUND PL 1/2012012 INTERIOR TYPICAL GUARD POST DETAIL M345 NTS 1" NIPPLE TAPING BOSS REACTOR ' WALL SST TUBING ■ 111,1111 limit& 1nnnnnnr ■e=1117111 ° j■�iromorA�I��CYYYYYY�y CHEMICAL TUBING BALL VALVE 1' BALL CHECK COMPESSION NUT HOSE BIBB FLUSH 1- 811.07=11 1" BALL VALVE T'S" DOUBLER PLATE CHEMICAL INJECTOR 1 M229 NTS PIPE SIZE AS SHOWN 1- ON PLAN PIPE SUPPORT 3 " FREEZELESS WALL FAUCET WOODFORD MOD. 27 CONC. PANEL or — 5- STEEL STRUCTURE FLOOR 00 0. oo o' . o o. 00 00. • 00 '3-6 • O Do o . O0 O o. �.0 0 o. . 0'• p°; o HOSE VALVE DETAIL M126 NTS 3"TS SST STEEL SST B -UNE PIPE STRAP SUITABLE FOR PASSING PIPE DIA AND PLASTIC j I COATED FOR COPPER C0 0 1j PIPE 1.3 wl m m BASE PLATE / M105 SST BOLTS AND NUTS AS REQ'D BY PIPE STRAP MANUF PIPE SUPPORT NTS EQUIPMENT BASE 2" MIN ALL AROUND 112"FLUID NON -SHRINK GROUT, TYP, OR AS REO'D BY MFR. — (4) 12'0 SST EXPANSION OR EPDXY ANCHORS 5" EMBED M264 CONSTRUCTION JOINT, LEAVE ROUGH & CLEAN RADIUS CORNERS 3'-0' ABOVE FLOOR TYPE P EQUIPMENT PAD NTS H G #4®12", TYP — ANCHOR BOLT TOOLED EDGE (3/4") #4@12" MIN 4 PER BASE, USE 95©12" WHERE AB IS 3/4" OR LARGER SUSPENDED SLAB OR SLAB ON GRADE, FOR THICKNESS, SEE PLANS DRILL AND EPDXY BENT BARS M115 2-3/8" CONC, ANCHORS WHEREVER 8' MOUNTING ON CONC. WALL WHEN MOUNTING ON STUD WALL ADD (2) 3-5/8" J8A/14 GA. WELDED TO STUD & USE 2-3/8" STAINLESS STEEL BOLTS WITH PLATE WASHERS AND NUTS WELDED TO AN NOTES: 1. CONSTRUCT HOSE RACK OF 10 GA MILD STL. CONT WELD ALL SEAMS AND HOT DIP GALV. AFTER FABRICATION. HOSE RACK NTS M247 ("7;T NUM 16 1 15 14 I 13 12 _ 11 10 9 1 8 7 6 1 5 4 3 1 2 DESCRIPTION DRWN BY CHK'D BY DATE BID SET JRH DSB 8-3-2011 ATTENTION: 0 12 1 IF THIS BAR DOES NOT MEASURE 1' @ 22x34 or @ 11817, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY PHARMER - ENGINEERING DESIGNED: DSB DRAWN: CHECKED: APPROVED: TMB PROJECT DATE: Aug" 2011 10283 NTS City of Yakima Struvite System Implementation Yakima, Washington MECHANICAL DETAILS F E 0 C 6 A 1 DRAWING NUMBER MD 1.2 REV F 1 1 1 1� RLEMAVE: / 16 15 14 1 13 12 11 10 1 9 8 7 H G F E D T C A ADJUSTABLE LINKED RUBBER SEAL PIPE THRU WALL OR FLOOR 0' STEEL PIPE ONLY (FOR PVC PLATE USE FUSION OR SOLVENT WELD) CAULK OATH BRAIDED YARN OR COTTON ROPE PIPE THRU WALL OR FLOOR —� MIN. 5/8" BOTH ENDS CA METHOD 'A' ,i—SAME AS SHOWN IN METHOD 'A' ABOVE PIPE SLEEVE. SCHEDULE 80 PVC OR 1/4' THICK (MIN) STEEL PLATE, GALVANIZE AFTER FABRICATION (TYPICAL) SEE NOTE 2 1/4" THICK PLATE WALL FLANGE, SAME MATERIAL AS SLEEVE (TYPICAL) METHOD 'B' 4— 1" (MIN.) CLEARANCE, (TYPICAL) FILL HATH POLYURETHANE SEALANT, TYPICAL BOTH ENDS NOTES. 1. THESE SLEEVED PIPE OPENING DETAILS ARE TO BE USED IN DRY WALLS ONLY AND SHALL NOT BE USED FOR WALLS WITH WATER ON ONE OR BOTH SIDES 2. SLEEVES ARE NOT REQUIRED IN CORE DRILLED WALLS OR FLOORS SLEEVE PIPE OPENING M378 NTS 04®12" Y 145 CONT t, m p gaWir- 1'-0" MIN FREE DRAINING FILL NOTES: 1. AT CONTRACTORS OPTION, PAD CAN BE PLACED FULL THICKNESS THROUGHOUT EQUIPMENT PAD DETAIL S189 NTS INDELIBLE BLACK PANEL W/ 7/16" HIGH YELLOW CHARACTERS — YELLOW BACKGROUND FOUR HOLES FOR / 1/4" DIAMETER BOLTS. EACH HOLE SHALL HAVE A METAL GROMMET INDELIBLE BLACK CHARACTERS NOTES' 1. MATERIAL TO BE SEMI-RIGID BUTYRATE OR EQUAL 2 COLORS AND LETTER SIZE TO BE PER OSHA STANDARDS FOR CAUTION SIGNS 3. PROVIDE THIS SIGN AT ALL HOSE BIBB LOCATIONS WHERE WATER IS NON -POTABLE WARNING SIGN FOR NON -POTABLE NTS TESCO LEVEL SENSOR INDICATOR TRANSMITTE PANEL M117 24" MIN. 1"., GROUT PH INDICATOR TRANSMITTER UNISTRUT CLAMP (TYP.) SST UNISTRUT L.'s.'CORE DRILLED 3"0 (TYP.) 12-6' FIELD VERIFY 1"0 300 SST PIPE WITH FNPT END TO ACCEPT PH SENSOR FNPT END PH AND LEVEL SENSORS NTS M245 6 5 4 3 2 1 REACTOR 115" DOUBLER PLATE 3x1 SST RED.TEE 3" 1" NIPPLE BWxTHRD T-2—( LEVEL INSTRUMENT CONNECTION DETAIL NTS 3" BALL VALVE 1"V-201 M455 = PRESSURE TRANSDUCER 16 15 14 1 13 12 11 10 9 8 7 6 REV NUM DESCRIPTION DRVVN BY CHKD BY DATE F BID SET JRH DSB 8-3-2011 ATTENTION: 0 1/2 1 IF THIS BAR DOES NOT MEASURE 1"@ 22x34 0, Y2" @11x17, THEN DRAWING IS NOT TO SCALE SCALE ACCORDINGLY PHARMER ENGINEERING SCOTT 47.4 .41 IpwR(: 24 2012 DESIGNED: 5 DSB 4 3 1 2 DRAWN: TMB CHECKED: APPROVED: PROJECT DATE: -Aug. 2011 10283 PROJECT NO. City of Yakima Struvite System Implementation Yakima, Washington SCALE: NTS MECHANICAL DETAILS H G F E D C 8 A DRAWING NUMBER \ MD1.3 REV F 686 0.16:,6:111A0Vc S p CAUTION) NON - POTABLE WATER. DO NOT DRINK j INDELIBLE BLACK PANEL W/ 7/16" HIGH YELLOW CHARACTERS — YELLOW BACKGROUND FOUR HOLES FOR / 1/4" DIAMETER BOLTS. EACH HOLE SHALL HAVE A METAL GROMMET INDELIBLE BLACK CHARACTERS NOTES' 1. MATERIAL TO BE SEMI-RIGID BUTYRATE OR EQUAL 2 COLORS AND LETTER SIZE TO BE PER OSHA STANDARDS FOR CAUTION SIGNS 3. PROVIDE THIS SIGN AT ALL HOSE BIBB LOCATIONS WHERE WATER IS NON -POTABLE WARNING SIGN FOR NON -POTABLE NTS TESCO LEVEL SENSOR INDICATOR TRANSMITTE PANEL M117 24" MIN. 1"., GROUT PH INDICATOR TRANSMITTER UNISTRUT CLAMP (TYP.) SST UNISTRUT L.'s.'CORE DRILLED 3"0 (TYP.) 12-6' FIELD VERIFY 1"0 300 SST PIPE WITH FNPT END TO ACCEPT PH SENSOR FNPT END PH AND LEVEL SENSORS NTS M245 6 5 4 3 2 1 REACTOR 115" DOUBLER PLATE 3x1 SST RED.TEE 3" 1" NIPPLE BWxTHRD T-2—( LEVEL INSTRUMENT CONNECTION DETAIL NTS 3" BALL VALVE 1"V-201 M455 = PRESSURE TRANSDUCER 16 15 14 1 13 12 11 10 9 8 7 6 REV NUM DESCRIPTION DRVVN BY CHKD BY DATE F BID SET JRH DSB 8-3-2011 ATTENTION: 0 1/2 1 IF THIS BAR DOES NOT MEASURE 1"@ 22x34 0, Y2" @11x17, THEN DRAWING IS NOT TO SCALE SCALE ACCORDINGLY PHARMER ENGINEERING SCOTT 47.4 .41 IpwR(: 24 2012 DESIGNED: 5 DSB 4 3 1 2 DRAWN: TMB CHECKED: APPROVED: PROJECT DATE: -Aug. 2011 10283 PROJECT NO. City of Yakima Struvite System Implementation Yakima, Washington SCALE: NTS MECHANICAL DETAILS H G F E D C 8 A DRAWING NUMBER \ MD1.3 REV F 686 0.16:,6:111A0Vc F E D A. REV NUM 16 15 14 SYMBOL SCHEDULE FOR PANEL ELEVATION DRAWINGS L---- 3 12 ELEMENTARY WIRING DIAGRAMS SYMBOL SCHEDULE 9 L 7 ELECTRICAL_ PLAN DRAWINGS SYMBOL SCHEDULE 1 5 i ONE LINE DIAGRAMS SYMBOL SCHEDULE 2 (_ GENERAL ELECTRICAL ACRONYMS AND ABBREVIATIONS SYMBOL DESCRIPTION SYMBOL DESCRIPTION SYMBOL DESCRIPTION SYMBOL DESCRIPTION O R ONEMOTE NAME PLATE LEGEND PLATE CONTROL STATION LEGEND PLATE POTENTIOMETER ENGRAVED NAMEPLATE GENERAL NOTES: EQUIPMENT/DEVICE ENCLOSURE PANEL OR DEVICE WIRING FIELD WIRING WIRING CONNECTED WIRING NOT CONNECTED DEVICE OR EQUIPMENT TERMINAL CONTROL PANEL TERMINAL MOTOR STARTER PANEL TERMINAL TRANSFORMER WINDING FUSE FUSE AND FUSE HOLDER WITH BLOWN FUSE INDICATOR TERMINAL BLOCK STYLE FUSE AND FUSE HOLDER TERMINAL BLOCK STYLE GROUND ARC SUPPRESOR (METAL OXIDE VARISTOR) DIODE N.O. N.C. -0 0-0-1-13 'RAND OFF AUTO' -f-0 04- A1-1 SS CONTACTBLOCK OPERATORS PUSHBUTTON (1 P8,2PB,ETC.) SELECTOR SWITCH 1SS,2SS,ETC. X" m CLOSED IN THIS POSmo N.O. N.C. o o----o—o- CONTACTS SINGLE BREAK CONTACTS DOUBLE BREAK CONTACTS (CONTACT BLOCKS N.O. N.C. XMAS XXTAS MECHANICALLY ACTUATED SWITCHES TEMPERATURE ACTUATED SWITCH (THERMOSTAT) (1TAS.2TAS,ETC.) N.O. N.C. MCR xXCR x -OL x-oL --I F--1,L- RELAY — - RELAY CONTACTS INSTANTANEOUS CONTACT OF RELAY (1 CR,2CR,ETC.) OVERLOAD RELAY (1 OL,2OL,ETC.) MAGNETIC COILS CONTROL RELAY (1 CR,2CR,ETC.) MAGNETIC MOTOR STARTER (1 M,2M,ETC.) SOLENOID (FOR VALVE UNLESS OTHERWISE NOTED.) (1 SV.2SV,ETC.) POWER DISTRIBUTION AND CONTROL EQUIPMENT DISTRIBUTION/CONTROL EQUIPMENT - FLOOR MOUNTED DISTRIBUTION/CONTROL EQUIPMENT - WALL MOUNTED PANELBOARD - WALL MOUNTED SWITCH (SAFETY OR DISCONNECT) OA GFCI 2 WP =a6 4 -06 ® 4 —@6 J® N LIGHTING FIXTURES INCANDESCENT OR HID FIXTURE SURFACE OR PENDANT MOUNTED RECEPTACLE OUTLET DEVICES DUPLEX RECEPTACLE OUTLET - WALL MOUNTED (NEMA 5-15R UNLESS OTHERWISE SPECIFIED) QUADRUPLEX (TWO DUPLEX) RECEPTACLE OUTLET WALL MOUNTED SPECIAL PURPOSE RECEPTACLE OUTLET SPECIAL PURPOSE RECEPTACLE OUTLET WALL MOUNTED SPECIAL PURPOSE CONNECTIONS SPECIAL PURPOSE EQUIPMENT CONNECTION SPECIAL PURPOSE EQUIPMENT CONNECTION - WALL MOUNTED OTHER ELECTRICAL DEVICES SOLENOID VALVE MOTOR (NUMBER - HORSEPOWER) UGHTING DESIGNATIONS A,B,C,ETC. ARE FIXTURE TYPE. REFER TO LIGHTING FIXTURE SCHEDULE 1 ,2,3,ETC. ARE CIRCUIT NUMBERS OF PANELBOARD TO WHICH FIXTURE IS TO BE CONNECTED. REFER TO CIRCUIT SCHEDULE a,b,c,ETC. ARE SWITCHING CONTROL REFERENCE RECEPTACLE DESIGNATIONS 1 ,2,3,ETC. ARE CIRCUIT NUMBERS OF PANELBOARD TO WHICH FIXTURE IS TO BE CONNECTED. REFER TO CIRCUIT SCHEDULE H - HORIZONTAL MTD WP - WEATHERPROOF IU - IN USE GFCI - GROUND FAULT CIRCUIT INTERRUPTER SPECIAL PURPOSE CONNECTION DESIGNATIONS 1 ,2,3,ETC. ARE CIRCUIT NUMBERS, OF PANELBOARD TO WHICH FIXTURE IS TO BE CONNECTED. REFER TO CIRCUIT SCHEDULE TELEPHONE/DATA SYSTEM DATA DEVICE BOX. PROVIDE DEVICE BOX AND CONDUIT ROUTED AS SHOWN. GENERAL WIRING SYMBOLS OJ JUNCTION BOX --0 JUNCTION BOX - WALL MOUNTED WIRING RUN EXPOSED ON BUILDING STRUCTURE UNLESS OTHERWISE NOTED WIRING RUN CONCEALED UNDER SLAB OR BELOW GRADE c II gio INDICATES WIRE SIZE IF OTHER THAN NO.12AWG H r— NUNE OR EUTRAL CONDUCTOR ACTOR QWONSMAR� PNgDICATE GROUNDING CONDUCTOR ANCONDU 0 SEE ARROWHEAD INDICATES HOMERUN TO EQUIPMENT/DEVICE NOTED AT END OF ARROWHEAD, NUMBER (WHERE NOTED) INDICATES CIRCUIT WITHIN EQUIPMENT/DEVICE NOTED. VERTICAL CONDUIT ROUTING z PPA EQUIPMENT/DEVICE ENCLOSURE BUS BUSSING CONNECTION WIRING WIRING CONNECTED/SPUCED EQUIPMENT/DEVICE TERMINAL PLUG-IN CONNECTION NON -AUTOMATIC BREAKER THERMAL MAGNETIC BREAKER MAGNETIC ONLY BREAKER (MOTOR CIRCUIT PROTECTOR) SWITCH FUSE CONTROL POWER TRANSFORMER THERMAL OVERLOAD CURRENT TRANSFORMER CONTACTOR GROUND CONNECTION MOTOR GO THERMOSTAT/TEMPERATURE SWITCH CONTROL STATION/PUSHBUTTON r SAFETY DISCONNECT IN NEMA 4X ENCLOSURE UNLESS OTHERWISE NOTED AUXILIARY CONTACT 1. IN GENERAL, DEVICES SHOWN ON THE ELECTRICAL DRAWINGS IN BACKGROUND (GRAY OR SCREENED) REPRESENT ONE OF THE FOLLOWING UNLESS NOTED OTHERWISE ON AN INDMDUAL SHEET: 1.1. STRUCTURAL OR ARCHITECTURAL BUILDING STRUCTURES SUCH AS WALLS, DOORS. STAIRS, ETC. AND STRUCTURAL FRAMING MEMBERS. 1.2. MECHANICAL EQUIPMENT OR DEVICES SUCH AS HVAC UNITS AND PROCESS EQUIPMENT WHICH ARE SHOWN ON THE MECHANICAL DRAWINGS AND ARE SHOWN IN BACKGROUND (GRAY OR SCREENED) ON THE ELECTRICAL DRAWINGS TO ASSIST IN DETERMINING THE LOCATION OF THE EQUIPMENT, CONNECTIONS & DEVICES. 1.3. DISTRIBUTION EQUIPMENT SHOWN ON ELECTRICAL PLAN DRAWINGS (SUCH AS LIGHTING PLANS) I5 SHOWN IN BACKGROUND (GRAY OR SCREENED) IN ORDER TO CLARIFY OTHER ELECTRICAL DEVICES AND CIRCUITS SHOWN ON THAT SHEET. 1.4. EQUIPMENT OR DEVICES THAT ARE EXISTING TO REMAIN (AND TO BE PRESERVED AND PROTECTED) WHERE SHOWN ON REVISED/MODIFICATIONS ELECTRICAL SHEETS. 2. THE FOLLOWING GENERAL NOTES APPLY TO THE ELECTRICAL DRAWINGS IN THIS SHEET SET: 2.1. THE EXISTING FUNCTIONS OF THE TREATMENT PLAIT ARE TO REMAIN IN OPERATION AT ALL TIMES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO COORDINATE THE PRESERVATION OF COSTING ELECTRICAL INSTRUMENTATION, CONTROL AND ALARM EQUIPMENT, CIRCUITS AND DEVICES WITH ALL OTHER ASPECTS OF THE CONSTRUCTION PROCESS, TO ENSURE THAT ALL EXISTING EQUIPMENT, CIRCUITS AND DEVICES REMAIN IN OPERATION DURING THE COURSE OF CONSTRUCTION. FOR ITEMS THAT ARE SHOWN TO BE DELIOUSHED, THEY SHALL REMAIN IN OPERATION UNTIL NO LONGER REQUIRED FOR THE OPERATION OF THE PLANT. 2.2. THE EXISTING EQUIPMENT, MATERIALS, DEVICES AND CIRCUITS SHOWN ON THESE DRAWINGS ARE EXISTING TO REMAIN UNLESS OTHERWISE NOTED AS BEING DEMOUSHED OR MODIFIED. THE CONTRACTOR SHALL COORDINATE NEW CONDUIT AND CIRCUIT ROUTING AND ELEVATIONS WITH EXISTING EQUIPMENT, MATERIALS, DEVICES AND CIRCUITS PRIOR TO INSTALLATION. PROVIDE ALL MEANS NECESSARY TO PRESERVE. PROTECT AND KEEP EXISTING EQUIPMENT, MATERIALS, DEVICES AND ELECTRICAL CIRCUITS IN OPERATION DURING THE COURSE OF CONSTRUCTION INCLUDING PROVIDING TEMPORARY CIRCUITS TO ALLOW THEM TO REMAIN IN OPERATION AT ALL TIMES. THE INFORMATION SHOWN FOR EXISTING EQUIPMENT, MATERIALS AND UNDERGROUND OR CONCEALED ELECTRICAL CIRCUITS IS BASED ON AVAILABLE RECORD INFORMATION AND ON SITE SURVEY OF EXPOSED CIRCUITS, AND IS PROVIDED FOR INFORMATION ONLY. PRIOR TO COMMENCING NEW ELECTRICAL WORK OR TRENCHING, VERIFY LOCATIONS AND CONTENTS OF EXISTING EQUIPMENT, MATERIALS, DEVICES AND EXPOSED, CONCEALED OR UNDERGROUND CIRCUITS IN FIELD (BY TONING, X-RAY, D(CAVATION POTHOLING OR OTHER MEANS). 2.3. THE DRAWINGS ARE NOT INTENDED TO SHOW ALL OF THE EXISTING CONDITIONS. R IS THE CONTRACTOR'S RESPONSIBILITY TO VISIT THE SITE AND REVIEW EXISTING CONDMONS PRIOR TO BIDDING. WHERE EXISTING CONDITIONS DIFFER FROM THOSE SHOWN TO THE EXTENT IT WILL IMPACT THE COST OF THE CONTRACTOR'S WORK. THE CONTRACTOR SHALL NOTIFY THE OWNER IN WRITING A MINIMUM OF 10 DAYS PRIOR TO BIDDING. 2.4. THERE ARE EXISTING AND NEW PROCESS PIPING AND EQUIPMENT INSTALLED/TO BE INSTALLED ON THIS SITE. THE CONTRACTOR SHALL COORDINATE NEW CONDUIT AND CIRCUIT ROUTING AND ELEVATIONS WITH EXISTING EQUIPMENT, PIPING, AND OTHER CONSTRUCTION ACTMTIES PRIOR TO INSTALLATION. LOCATE EXISTING UNDERGROUND FACILMES, PRESERVE AND PROTECT THEM DURING CONSTRUCTION AND ROUTE NEW CONDUITS TO AVOID CONFLICTS BY INSTALLING AT DIFFERENT LEVELS OR WHEN APPROVED BY THE ENGINEER, DIFFERENT ROUTING. 2.5. EXISTING EQUIPMENT. MATERIALS. DEVICES AND CIRCUITS DAMAGED DURING THE COURSE OF CONSTRUCTION SHALL BE IMMEDIATELY REPLACED WITH NEW EQUIPMENT, MATERIALS, DEVICES AND CIRCUITS OF UKE MATERIALS AT NO ADDITIONAL COST TO THE OWNER. A AMPERE AC ALTERNATING CURRENT Al ANALOG INPUT AL ALUMINUM ALT ALTERNATOR AO ANALOG OUTPUT AWG AMERICAN VARE GAUGE BATT BATTERY BKR BREAKER C CONDUIT CB CIRCUIT BREAKER CNT CONTACTOR CP CONTROL PANEL CT CURRENT TRANSFORMER CU COPPER DC DIRECT CURRENT DI DISCRETE INPUT DIST DISTRIBUTION DO DISCRETE OUTPUT EMT ELECTRICAL METAWC TUBING ENOL ENCLOSURE ENT ELECTRICAL NONMETAWC TUBING EX EXHAUSTER EXIST EXISTING FMC FLEXIBLE METAL CONDUIT FT2 SQUARE FOOT FU FUSE FVNR FULL VOLTAGE NON REVERSING FVR FULL VOLTAGE REVERSING G GROUNDING CONDUCTOR GFO GROUND FAULT CIRCUIT INTERRUPTER GND GROUND GRS GALVANIZED RIGID STEEL HMI HUMAN MACHINE INTERFACE HP HORSE POWER IC INTERRUPTING CAPACITY KA KILO AMPERES KAIC KILOAMPERES-INTERRUPTING CAPACITY KCM THOUSAND CIRCULAR MILLS KV KILOVOLT KVA KILOVOLT -AMPERE KVAH KILOVOLT -AMPERE HOUR KVAR KILOVAR (REACTIVE KILOVOLT AMPERE) KVARH KILOVAR-HOUR KW KILOWATT KWH KILOWATT-HOUR LFMC UQUIDTIGHT FLEXIBLE METAL CONDUIT UNE POWER UNE LPU UNE PROTECTION UNIT LR UNE REACTOR M MAGNETIC CONTACTOR mA MIWAMPERES MAX MAXIMUM MCM MIWON CIRCULAR MILLS MCP MOTOR CURRENT PROTECTOR - MAGNETIC ONLY CIRCUIT BREAKER MEG MEGOHM MF MAGNETIC FORWARD CONTACTOR MIN MINIMUM MLO MAIN LUGS ONLY MR MAGNETIC REVERSE CONTACTOR MIS MANUAL TRANSFER SWITCH mV MIWVOLT MW MEGAWATT MWH MEGAWATT -HOUR N NEUTRAL CONDUCTOR NEC NATIONAL ELECTRICAL CODE NEMA NATIONAL ELECTRIC MANUFACTURERS ASSOC. NESC NATIONAL ELECTRICAL SAFETY CODE OCP OVERCURRENT PROTECTOR 01 OPERATOR INTERFACE OL OVERLOAD OLE PF POWER FACTOR PH or 0 PHASE PLC PROGRAMMABLE LOGIC CONTROLLER PRV PRESSURE REDUCING VALVE PS POWER SUPPLY R RECORDER RMC RIGID METAWC CONDUIT RNC RIGID NONMETALLIC CONDUIT RPM REVOLUTIONS PER MINUTE RS485 SERIAL RS485 CABLE SC5 SHIELDED CAT 5e CABLE SHL'D STD STP SUSE T8 TEFC UC5 UPS UTP V VA VFD VR SHIELDED STANDARDS SHIELDED TWISTED PAIR SUITABLE FOR USE AS SERVICE ENTRANCE TERMINAL BLOCK TOTALLY ENCLOSED FAN COOLED UNSHIELDED CAT 5e CABLE UNINTERRUPTIBLE POWER SUPPLY UNSHEILDED TWISTED PAIR VOLT VOLT AMPERE VARIABLE FREQUENCY DRIVE VOLTAGE MONITORING RELAY W WATT WH WATT HOUR WP WEATHER PROOF XFMR POWER TRANSFORMER t 16 15 1 14 13 1 12 11 10 9 8 6 1 5 1 4 3 2 H G F E D C B A DESCRIPTION DRWN BY CHK'D BY DATE BID SET NKW NGP 8-3-2011 ATTENTION: 0 12 1 IF THIS BAR DOES NOT MEASURE 1" a 22434 or X" T4$ 11x17, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING Conley Engineering,. Inc. Consulting Electrical Engineers 1433 1414444 Court, Sub 100 10094 1444.404 OG502 TEL 4500) 003-9472 - FAX (500) 906-0473 DESIGNED: NGP DRAWN: NGP CHECKED: DAB APPROVED: NGP PROJECT DATE: AUG 2011 City of Yakima Struvite System Implementation Yakima, Washington PROJECT NO. 10283 SCALE: AS NOTED ELECTRICAL DRAWINGS SYMBOL SCHEDULE a 14 DRAWING NUMBER E0.1 REV F TEC 0 D, vc ws w.,. 94. m.11 1 JI D C 8 16 15 14 13 L 12 ODOR SCRUBBER _L 11 OCF-1 ENTIRE SKID, MOTOR, DISCONNECT & CONDUIT TO BE RELOCATED 15'-0' TO THE EAST (SEE DRAWING 02.0) i "- N07E 2 !-; NOTE 10 9 7 6 } __= 1'G SPARE)MOTE •) L C1(SPAREXNOTE B) reC(SPAR5)(NOTE 5) ;f1. SHBLA---\-I- 1-C(SPAREXN• •.. MCC-SHEA-3`--- ; H �. MCC-SHEA-3- - --1,C(SPINEXNOTE e) N07F'4 _'°_! J • rF: • EXISTING ELECTRICAL MAIN FLOOR PLAN SOLIDS HANDLING BUILDING SCALE: 3/16 1'-0' (NOTE 7) f="moi 1 NOTES: 1. INTERCEPT BURIED CONDUIT AND EXTEND CONDUIT TO NEW LOCATION. DEMOLISH EXISTING CONDUCTORS AND PROVIDE NEW CONDUCTORS TO NEW LOCATION OF EXISTING ODOR SCRUBBERS. 2. MOVE MOTOR AND DISCONNECT SWITCH. EXTEND EXISTING CONDUIT AND MOTOR BRANCH CIRCUIT AND CONTROL CIRCUITS TO NEW LOCATION (SHOWN ON DRAWING E2.0). RELOCATE LIGHTING FIXTURE TO LOCATION SHOWN ON DRAWING E2.1. EXTEND CIRCUITS AND CONDUIT AND RECONNECT UGHTING FIXTURE TO SAME CIRCUIT. RELOCATE BOOSTER PUMP DISCONNECT. CONTROL STATION, BACKBOARD, AND CONDUIT AND CONDUIT BODY TO NEW LOCATION (SHOWN ON DRAWING E2.1). 5. LOCATE AND USE EXISTING SPARE CONDUITS FOR NEW CIRCUITS, AS NOTED ON DRAWING E2.1. 6. LOCATE AND PRESERVE EXISTING SPARE CONDUITS FOR FUTURE USE. 7. ITEMS SHOWN IN GRAY SCALE ARE EXISTING TO REMAIN AND NOT PART OF CONTRACT. PRESERVE AND PROTECT DURING COURSE OF CONSTRUCTION. SEE GENERAL NOTE 1, (DRAWING E0.1), FOR FURTHER DESCRIPTIONS. 16 15 14 13 12 11 10 9 8 REV NUM DESCRIPTION DRWN BY CHK'D BY DATE F 812 SET NKW NGP 8-3-2011 ATTENTION: 0 1/2 1 IF THIS BAR DOES NOT MEASURE 1' @22x34 or Yx' C@ 11217, THEN DRAINING IS NOT TO SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING Conley Engineering, Inc. Consulting Electrical Engineers 1111 Lalsmito Curet - 100 rd....WYg1m 9690: TEL: MO 9113-WI72 - FAT: (100) 1165-0173 6 j 5 DESIGNED: NGP 4 3 2 1 G F T E C B A DRAWN: NKW CHECKED: DAB APPROVED: NGP PROJECT DATE: AUG 2011 City of Yakima Struvite System Implementation Yakima, Washington PROJECT NO. 10283 SCALE AS NOTED SOLIDS HANDLING BUILDING EXISTING ELECTRICAL MAIN FLOOR PLAN DRAWING NUMBER E1.0 REV F rC 1010,C•0.mw„ 6y,s.:.E1.o e 1 16 I 15 6 �----- 6 ( 5 4 3 2 LE -40-101 ANALOG LEVEL, DISPLAY JDISPLAY (NOTE 7) to ,4 POWER., SUPRLY^n..", 111 . 1-2/C/1BS1P+ I'F1�`• g -fi,CAUSTIC TAMC 1-R5465,3/4'C IY 9 CEAT TRACE ONTROLLER 1 I c (NOTE 6) \I ILEVEL i '. TRANSMITTER — IHEAT TRACE 1 ? I CONTROLLER \ `'4 1 (NOTE 6) G TI 4 TG 7 _ NOTE_5 EXISTING PANEL 'SH8NA -.- EXISTING :PANEL " SHBLC-.— EXISTING MOTOR CONTROL CENTER _.!MCC-SHBA"y ELECTRICAL ROOM EXISTING CONTROL PANEL SHBCP' EXISTING PANEL it SHBLA :--,.. ,ne HALL L__ `SEE SHEET E2.1 FOR FURTHER INFORMATION THIS AREA MODIFIED ELECTRICAL MAIN FLOOR PLAN SOLIDS HANDUNG BUILDING SCALE: (Vol -/10 4) 1'-0' NOTES: 1 1. EXISTING ODOR CONTROL SYSTEM SHOWN IN NEW LOCATION. PROVIDE ALL CONDUIT SEALS AS NEEDED TO COMPLY WITH HAZARDOUS CLASSIFIED ENVIRONMENT DANGER. AT THE CONTRACTOR'S OPTION. ITIS ACCEPTABLE TO REUSE EXISTING CONDUIT BODIES. 2. EXTEND EXISTING UNDERGROUND CONDUIT TO RELOCATED ODOR CONTROL FAN. PROVIDE CONDUIT SEALS FOR NEW I LOCATION OF ODOR SCRUBBER MOTOR DISCONNECT AND I H MOTOR AS NEEDED TO COMPLY WITH CODE. SEE MOTOR CONTROL CENTER *MCC-SHBA ONE UNE DIAGRAM ON DRAWING E5.0 FOR CIRCUIT AND EQUIPMENT INFORMATION. 3. PROVIDE 18'-24' OF LIQUID TIGHT FLEXIBLE METAL CONDUIT (FMC) TO ALLOW FOR MAINTENANCE OF LEVEL TRANSMITTER. DO NOT USE FLEX CONDUIT AS OFFSET OR BEND. 4. DEVICES SHOWN IN BOLD ARE NEW UNLESS OTHERWISE NOTED. 5. CUT WALL TO INSTALL NEW CONDUITS. PATCH, SEAL, AND PAINT WALL TO MAINTAIN WEATHER TIGHTNESS. 6. MOUNT HEAT TRACE CONTROLLER TO EXTERIOR OF TANK. 7. MOUNT ON CHEMICAL FILL SUPPORT. SEE DETAIL 1 ON DRAWING 113.2 FOR LOCATION. G F ID 16 15 14 13 12 11 10 9 8 7 6 ( 5 4 3 2 C REV NUM DESCRIPTION DRWN BY CHKD BY DATE F BID SET NKW NGP 8-3-2011 ATTENTION: 0 12 IF THIS BAR DOES NOT MEASURE 1"® 22x34 or Y," ©11x17, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING "-Conley Engineering, Inc. Consulting Electrical Engineers 1133 Iahrtl, Cost, Stolt. 100 TWn; 0 "MI TF1: (500) 005-0072 - RIR (100) 106-0073 DESIGNED: NGP DRAWN: NKW CHECKED: DAB APPROVED: NGP PROJECT DATE: AUG 2011 PROJECT NO. 10283 City of Yakima Struvite System Implementation Yakima, Washington SOLIDS HANDLING BUILDING MODIFIED ELECTRICAL MAIN FLOOR PLAN 1 DRAWING NUMBER E2.0 REV F 1 1 1 1 1 1 1 1 1 RENAME 16 i 15 I 14 I 13 I 12 10 1 DILUDON WATER BOOSTER PUMP i 1-sesmNG BUBBLER_ PANEL (NOTE 5)-. ,1/-11 I 1. . 1-2'C/18STP,3/4"C-a REACTIVE BELL I LEVEL TRANSIAMER- NOTE I _> - --NOTE 2 imgm NOTE 7 CONDUIT SLEEVE NOTE 11 ti SEE DETAIL 3/E3.1 NOTE 7' r CONDUIT SLEEVE TOTE 11 \ psis a<)r%n�x) r• Yi>l,rte; NOTE 12 �r\\i NOTE 12 0 P -f0-120 t FEED' PUMP 80.2 yr_,9 LEVEL pe4soR 1/4 TUBING (NOTE 9) t -NOTES -1 h4 -1--1-2/C/ 16STP-3/4-C 11 NOTE 6 1/2 (E252TWc).1>G12GQ(NLWL_ 124. V-600 z/14.s/4c 6/14,3/4'C 8-203 {(-203 2/14,3/4 C 6/14.3/4'C 'Ir. -NOTE 6- -'- - -w-NOTES 1&4 b--_2-CAT5 (OSP) 7(N.EW),YC 1gla jD arr-Pri- NOTES 1h131, I_ 2/14+1#146.3/4 C {}I Y-8°0 ucC-sH8A-1 sem• s i{ PH SENSOR SH131,1 (3/4 CGIBSTPpm 1 • TRANSMITTERJ/ • 3/14,3/CC-- LLLV-202 AE -10-100 WELL pH TRANSMITTER \- NOTE 4 I G I 3/4%1/1X, 2%14+1/12C, 3/4 C - P 30 110 - -F 0 .5P=30-210 I -NOTE 6 lh. AI LI111 I r-PEUEMiP9scu. 1 SHLA- ;�; ,•••;2-1/C/TflSTPJ ••;,1,114k I 1,�� ! 3/CG 1-R5485 2'C NOTE 1 NOTE 1 NOTE 1 40/14+4-2/C/18STP+- -" - 8,-20 WATER )- SOFTENER P-30-120 ;P-30-220 -NOTE 1 1 -STRUVITE CONTROL NOTE 1 PANEL - `CHLLN6DE:MC8 ,••CHEM)CAL ..`` PUMPS -10/14+1-2/C/18STP+ 2-R5485,1'C (TYPICAL OF 4) L STRUVI1E STARTER PANEL 'STIP' FEED PUMP SEE DETAIL 1/E3.1 \• CHEMICAL AREA ELECTRICAL PLAN SOLIDS HANDLING BUILDING SCALE. 3/6' - 1'-0' NOTES: 1. SEE ONE UNE DIAGRAM, DRAWING E5.0 FOR CONDUIT SIZE AND CONDUCTOR COUNTS. 2. RELOCATE EXISTING F1XTURES TO LOCATION AS SHOWN. FIXTURES ARE LOCATED ON STRUCTURAL CEILING. 3. MAG FLOW METER 'FE -10-121' (NOT SHOWN) IS LOCATED BELOW. 4. EXTEND CONDUIT TO RELOCATED DISCONNECT, CONTROL STATION. AND STANCHION. PROVIDE NEW CONDUCTORS AS NECESSARY AND RECONNECT MOTOR TO EJOSIING MOTOR BRANCH CIRCUIT. 5. EXTEND EXISTING UNUSED BUBBLER PANEL CIRCUIT TO NEW REACTIVE BELL 6. INTERCEPT EXISTING SPARE CONDUIT AND EXTEND CONDUIT AS SHOWN. 7. PROVIDE 3P -30A PHASE POLE + 1 GROUNDED POLE + 2 AUXILIARY POLE LOCKING RECEPTACLE 8. SEE FEED RACK ELEVATION A SHEET M3.3 AND DETAIL 2/E3.1 FOR FURTHER INFORMATION. 9. PROVIDE NEW 1/4 TUBE FROM STRLNTTE FEED SUMP REACTIVE BELL TO REACTIVE BELL LEVEL TRANSMITTER. 10. ITEMS SHOWN IN CRAY SCALE ARE EXISTING. 11. PROVIDE STAINLESS STEEL CABLE FROM MOTOR RECEPTACLE LOCATION TO SIDE OF STRUVITE WET WELL ENTRY HATCH. SECURED AT BOTH ENDS WITH EYEBOLTS. THIS CABLE WILL AID IN ROUTING MOTOR PLUG FROM HATCH TO RECEPTACLE PROVIDE A METHOD TO ATTACH RECEPTACLE TO CABLE (EG., KARABINER). 12. PROVIDE STAINLESS STEEL KELLEMS GRIP TO SUPPORT SUBMERSIBLE MOTOR CABLE SUPPORT GRIP WITH CABLE HOOK TO FACILITATE PUMP REMOVAL 13. SEE DRAWING E3.0 FOR CIRCUIT ROUTING IN EXISTING MOTOR CONTROL CENTER. IH 16 15 14 13 12 11 10 9 8 7 6 I 5 4 3 2 I 1 E D c B A REV NUM DESCRIPTION DRWN BY CHK'D BY DATE BID SET NKW NGP 8-3-2011 ATTENTION: 0 1/2 1 IF THIS BAR DOES NOT MEASURE 1' © 221,34 or 717? -4 11x17, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING Conley Engineering, Inc. Consulting Electrical Engineers TEL (WO) 106-6112 - EAc (enol 9ee-0103 DESIGNED: NGP DRAWN: NKW CHECKED: DAB APPROVED: NGP PROJECT DATE: AUG 2011 City of Yakima Struvite System Implementation kima, Washington PROJECT NO. 10283 SCALE. AS NOTED SOLIDS HANDLING BUILDING CHEMICAL AREA ELECTRICAL PLAN DRAWING NUMBER E2.1 REV F Teco,o,ocw.s ..o sy...Et1 7 16 J 15 14 13 12 11 10 9 8 7 6 5- 4 3 2 H. G F D IA PANEL *SHBLC.- 1- SEE ONE UNE DRAWING E5.0, FOR CONDUCTORS NO SIZING (TYPICAL) : C 1 t____ -80)51188 SPARE 1 t/4 C TO STUB -UP NEAR POLYMER FEED PUMP NO.1, (SEE SHEET E2.1 FOR LocAnoN or SNJB-UP NEAR POLYMER FEED PUMP NO.1) B A EXISTING 3P -20A SPARE'CIRCUIT BREAKER, REPLACE CIRCUIT BREAKER MTN_ 311-30A (SEE ONE UNE DIAGRAM E-5.0) L. 'GC r MCC -SI -IBA EXISTING MOTOR CONTROL CENTER "MCC SHBA" ELEVATION SCALE: 1. 1.-6 IH 1G F E ID 16 15 14 13 1 12 11 10 9 8 7 6 J 5 4 3 2 B A REV NUM DESCRIPTION DRVVN BY CHKD BY DATE BID SET NKW NGP 8-3-2011 ATTENTION: 0 112 1 IF THIS BAR DOES NOT MEASURE 1al) 22:64 or 1 N IGIY.NbTE'VO SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING Conley Engineering, Inc. Consulting Electrical Engineers 1:133 Wei* Court Stia 100 11081.0. 11010011 18- 1188 sta—tern - F/1.1 1188 -8R70 DESIGNED: NGP DRAWN: NKW CHECKED: DAB APPROVED: NGP PROJECT DATE: AUG 2011 City of Yakima Struvite System Implementation PROJECT NO. 10283 SCALE. AS NOTED Yakima, Washington SOLIDS HANDLING BUILDING EXISTING "MCC SHBA" DRAWING NUMBER E3.0 REV F ..00.1.10.0.51nr. 6,1.0E10 1 1 16 15 14 13 10 9 7 H! FI E Ci CUT TUBE ON ANGLE AND CAP WITH 1/4' STAINLESS STEEL. PLATE WI11 FULLY WELDED SEAM DISCONNECT SWITCH 2 1/2" SQUARE x 1/4 STAINLESS STEEL TUBE POWER/CONTROL CONDUIT TO STRUVITE STARTER PANEL 3/8'X4' STAINLESS STEEL EPDXY ANCHOR ROD WITH 3' MINIMUM EMBED WITH NUT PLUS WITH JAM. TRIM (CUT) AND GRIND ROD END FLUSH WITH JAM NUT (TYPICAL OF 4) (FLOOR NOT SHOWN) LEFT SIDE VIEW fi NP7 1/4 THICK STAINLESS STEEL PLATE SIZED FOR EQUIPMENT AND WELDED TO STAINLESS STEEL TUBE. POWER CONDUIT TO STRIATE SEPARATOR MOTOR JUNCTION BOK 1/8' WEEP HOLE AT BOTTOM OF TUBE 1/4" STAINLESS STEEL PLATE WELDED TO STAINLESS STEEL TUBE SET PLATE IN BED OF BITUMASTIC. 1' THICK GROUT PAD FRONT VIEW DETAIL 1/E3.1 CONTROL STATION/DISCONNECT MOUNTING SCALE. 3/4' - I'-0' CUT TUBE ON ANGLE AND CAP WITH 1/4" STAINLESS STEEL PLATE WITH FULLY WELDED SEAM MOTOR BRANCH ANGLED RECEPTACLE INLET DEVICE SUBMERSIBLE PUMP CORD TO PUMP STAINLESS STEEL EYEBOLT FOR PUMP CORD RETENTION 2 1/2" SQUARE x 1/4 STAINLESS STEEL TUBE POWER/CONTROL CONDUIT TO STRUVITE STARTER PANEL 3/604' STAINLESS STEEL EPDXY ANCHOR ROD WIT1 3' 1.11811AUM EMBED WITH NUT PWS WITH JAM. TRIM (CUT) AND GRIND ROD END FLUSH WITH JAM NUT (TYPICAL OF 4) u u (FLOOR NOT SHOWN) LEFT SIDE VIEW 1/4' THICK STAINLESS STEEL PLATE SIZED FOR EQUIPMENT AND WELDED TO STAINLESS STEEL TUBE. MOTOR BRANCH ANGLED RECEPTACLE INLET DEVICE POWER/CONTROL CONDUIT TO STRUVITE STARTER PANEL SUBMERSIBLE PUMP CORD TO PUMP 1/8" WEEP HOLE AT BOTTOM OF TUBE 1/4" STAINLESS STEEL PLATE WELDED TO STAINLESS STEEL TUBE SET PLATE IN BED OF 88UMAS110. —1' THICK GROUT PAD FRONT VIEW DETAIL 3/E3.1 CONTROL STATION/DISCONNECT MOUNTING SCALE: 3/4" = 1'-0' 1 5 4 2 1 1 NP3 0 c 41© 0 NPS r NP4 0 0 PROVIDE WEATHERPROOF IN -USE COVER (NOT SHOWN FOR CLARITY) NP6 0 0 0 0 -E® 0 0 (PROVIDE WEATHERPROOF IN -USE COVER (NOT SHOWN FOR CLARIT() DETAIL 2/E3.1 CHEMICAL PUMPS OUTLET MOUNTING SCALE: 6 - 1'-0' NAMEPLATE ENGRAVING NP1 STRUVITE FEED PUMP N1 P-10-110 NP2 STRUVITE FEED PUMP M2 P-10-120 NP3 CAUSTIC CHEMICAL PUMP #1 P-30-110 SHBLA-18 NP4 CAUSTIC CHEMICAL PUMP H2 P-30-210 SHEILA -20 NP5 MAGNESIUM CHLORIDE CHEMICAL PUMP ;F1 P-30-120 SHBLA-10 NP6 MAGNESIUM CHLORIDE CHEMICAL PUMP N2 P-30-220 SHBLA-20 NP7 STRUVITE SEPARATOR 5-50-400 CONTROL STATION/DISCONNECT NAMEPLATE SCHEDULE SCALE: NONE 16 15 14 13 12 11 10 9 8 ( 6 5 4 3 2 1 H E f. REV NUM F BID SET DESCRIPTION DRWN BY NKW CHK'D BY NGP DATE 8-3-2011 ATTENTION: 0 12 1 TFC66414r.1Snv... Sy.. » IF THIS BAR DOES NOT MEASURE 1' FIJ 22x34 or )!T' 11x17, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING Conley Engineering, Inc. Consulting Electrical Engineers 1431 b0..N0 Cool. Sub 100 Tdetra,Va* . 00901 191 (500) 485-0072 - 80 (100) 045-8173 DESIGNED: NGP DRAWN: NKW CHECKED: DAB APPROVED: NGP PROJECT DATE: AUG 2011 City of Yakima Struvite System Implementation Yakima, Washington PROJECT NO. 10283 SCALE: AS NOTED SOLIDS HANDLING BUILDING CHEMICAL AREA ELECTRICAL PLAN DRAWING NUMBER E3.1 REV F 16 15 1 ' 14 13 12 11 10 9 1 8 7 6 5 4 1 3 2 1 J EJ C —1 8 A DEVICE LEGEND PLATE AND NAMEPLATE ENGRAVING NP1 STRUVITE REACTOR N0.1 FEED PUMP VFD NP2 STRUVITE REACTOR N0.2 FEED PUMP VFD NP3 MAIN ELECTRICAL DISCONNECT NP4 snxuvrrE STARTER PANEL -SITSF, NP5 STRUVITE SEPARATOR NP6 STRUVITE SEPARATOR FEED PUMP DEVICE NAMEPLATE SCHEDULE SCALE NONE TO STRUVITE CONTOL PANEL "SVTCP- I I--- NP EPAFLATOR FEED I- SEPARATOR PUMP STARTER GROUP STARTER GROUP / TENIND) _ _ .. _ (BEHIND) - f- DISCONNECT t(BEHR, D) THROUGH 11AN00008LE 7 FEED PUMP 1)10.1 870 (BcHiNo) Ii—NPI NP2 1-1 L VFD 'HMI LVED HMI (KerrAD) (KEYPAD) PUMP N0.Z VED (B IND) INTERIOR DOOR ELEVATION STRUVITE STARTER PANEL "SVTSP. SCALE: 1 1/2' 1-0 EXTERIOR ELEVATION STRUVITE STARTER PANEL "SVTSPe SCALE 1 1/2" - URE OR THIS TAP BLOCK CIRCUM BREAKER FEED PUMP NO.1 VFD CIRCUIT BREAKER t CIRCUIT BREAKER t DISCONNECT 1 1 -1. FEED PUMP N0.2 WD /SEPARATOR FEED PUMP STARTER GROUP .1CONTROL WER TRANSFORM (3 FUSES) --I:CONTROL WER TRANSFORM R (3 FUSES) CIR SEPARATOR STARTER CROUP 0)7 BNENLEF ETIC STARTER CONTACTOR MOTOR CIRCUIT' PROTECTOR (BREAKER) 1 -CONTROL POWER TRANSFORMER (3 FUSES) MAGNETIC STARTER CONTACTOR/OVERLOAD STRUVITE STARTER PANEL 'SYMP. r MR CONDITIONER WAD OUTPUT REACTOR ("TYPICAL OF 2) N P1 NP2 He- NP6 UNE INPUT REACTOR (IF NEEDED) (TYPICAL OF 2) NP5 00 -A- CONTROL WIRING CONNECTIONS TERMINAL BLOCK MOTOR WIRING CONNECTIONS WIRING TERMINAL BLOCK INTERIOR ELEVATION STRUVITE STARTER PANEL "SVTSP" SCALE: r xx 1-0" . J I G H F E r - D 16 15 14 13 1 12 11 10 9- 8 7 C REV NUM DESCRIPTION DRVVN BY CHM BY DATE F BID SET NKW NGP 8-3-2011 ATTENTION: 0. 1)2 1 IF THIS BAR DOES NOT MEASURE 1" © 22x34 or 1i" 1811U17,THEN DRAWING IS 8407 70 SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING Conley Engineering, Consulting Electrical Engineers 1433 1411.114 Coot SLIM 1CO Mime, Illshlop. 961CO TO- (508 )008-5073 -87 (508) 065-4873 6 1 5 DESIGNED: NGP 4 3 2 A DRAVVN: NKW CHECKED: DAB APPROVED: NGP PROJECT DATE: AUG 2011 PROJECT NO. 10283 SCALE: AS NOTED City of Yakima Struvite System Implementation Yakima, Washington SOLIDS HANDLING BUILDING STRUVITE STARTER PANEL "SVTSP" ELEV. DRAWING NUMBER E3.2 REV F TEC33MMAM.N..p.w.3.2 NEM* 4X ENCLO WITH FULL INTER DOOR AND FULL SUB -PANEL (SEE ELEVATIONS SHEET) AIR CONDITION NP4 0 - TO CC VIA NEW I CSTING 1 'SHM' TO ND VIA CONDUIT 1111 MOTOR DISCONNECTS NEW CONDUITS EXTERIOR ELEVATION STRUVITE STARTER PANEL "SVTSPe SCALE 1 1/2" - URE OR THIS TAP BLOCK CIRCUM BREAKER FEED PUMP NO.1 VFD CIRCUIT BREAKER t CIRCUIT BREAKER t DISCONNECT 1 1 -1. FEED PUMP N0.2 WD /SEPARATOR FEED PUMP STARTER GROUP .1CONTROL WER TRANSFORM (3 FUSES) --I:CONTROL WER TRANSFORM R (3 FUSES) CIR SEPARATOR STARTER CROUP 0)7 BNENLEF ETIC STARTER CONTACTOR MOTOR CIRCUIT' PROTECTOR (BREAKER) 1 -CONTROL POWER TRANSFORMER (3 FUSES) MAGNETIC STARTER CONTACTOR/OVERLOAD STRUVITE STARTER PANEL 'SYMP. r MR CONDITIONER WAD OUTPUT REACTOR ("TYPICAL OF 2) N P1 NP2 He- NP6 UNE INPUT REACTOR (IF NEEDED) (TYPICAL OF 2) NP5 00 -A- CONTROL WIRING CONNECTIONS TERMINAL BLOCK MOTOR WIRING CONNECTIONS WIRING TERMINAL BLOCK INTERIOR ELEVATION STRUVITE STARTER PANEL "SVTSP" SCALE: r xx 1-0" . J I G H F E r - D 16 15 14 13 1 12 11 10 9- 8 7 C REV NUM DESCRIPTION DRVVN BY CHM BY DATE F BID SET NKW NGP 8-3-2011 ATTENTION: 0. 1)2 1 IF THIS BAR DOES NOT MEASURE 1" © 22x34 or 1i" 1811U17,THEN DRAWING IS 8407 70 SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING Conley Engineering, Consulting Electrical Engineers 1433 1411.114 Coot SLIM 1CO Mime, Illshlop. 961CO TO- (508 )008-5073 -87 (508) 065-4873 6 1 5 DESIGNED: NGP 4 3 2 A DRAVVN: NKW CHECKED: DAB APPROVED: NGP PROJECT DATE: AUG 2011 PROJECT NO. 10283 SCALE: AS NOTED City of Yakima Struvite System Implementation Yakima, Washington SOLIDS HANDLING BUILDING STRUVITE STARTER PANEL "SVTSP" ELEV. DRAWING NUMBER E3.2 REV F TEC33MMAM.N..p.w.3.2 1 1 FILENAME, 15 j 14 � 13 j 12 11 11 10 7 1 MCC UNIT INFORMATION FIELD DEVICE INFORMATION LOAD MCC SEC UNIT HT. . NAMEPLATE 1 KAJC TYPE RATING OCP RATED HP/AMPS EWD DISC ENCL CS ENCL ACTUAL HP TAG ID SHBAj C 30' PANEL "SHBLK;' BRKR i)a,i 65 , C8 SOA - -t:-.. i :- .... ... `( r ,47' ,. ,. ,, .__.,,., , 41 -'F`, -.._ -.. '4_'4,4,"V,,,------------1 _ •'s - 4 EL BRKR -ti.• -14 65 -' CB 30A - ..� 'c: 4;C P.Y f », .. 12 STRUVITE STARTER PANEL "SYMP. i .� •. Y.i ., _• v., s/ = .._ a :,. - r q. - - __ 11 'I : I r, r - - - , i~ 3C' MCC SHBA UNIT INFORMATION SOUDS HANDUNG BUILDING SCALE; NONE NOTE 3 NOTES: 4 2 l 1 1. NOTE THE FOLLOWING INFORMATION REGARDING THE MCC UNIT SCHEDULE: FVNR: FULL VOLTAGE NON -REVERSING STARTER FAR: FULL VOLTAGE REVERSING STARTER CPT: CONTROL POWER TRANSFORMER MLO: MAN" LUGS ONLY OCP: (C7): OVERCURRENTOR PROTECTOR CONSTANT TORQUE LOADS MCP: MOTOR CURRENT PROTECTOR - MAGNETIC ONLY CIRCUIT BREAKER CB: CIRCUIT BREAKER (MOLDED CASE) DISC: SAFETY DISCONNECT AMP RATING AND NUMBER OF AUXILIARY POLES ENCL.: NEMA ENCLOSURES TYPES FOR THE SAFETY DISCONNECT AND THE CONTROL STATION CS: CONTROL STATION -P: POTENTIOMETER IN CONTROL STATION (QUANTITY NOTED BY /) #-P8: PUSHBUTTON SWITCH IN CONTROL STATION (QUANTITY NOTED BY f) /-2S: 2 POSITION SELECTOR SWITCH IN CONTROL STATION (QUANTITY NOTED BY I) /-3S: 3 POSITION SELECTOR SWITCH IN CONTROL STATION (QUANTUM NOTED BY I) 2. CONNECT NEW CIRCUIT TO NEW STARTER PANEL (SEE SHEET E2,1 FOR LOCATION OF STARTER PANEL) FROM NEW CIRCUIT BREAKER (SIZE SHOWN). PROVIDE NEW NAMEPLATE TO MATCH STYLE OF EXISTING NAMEPLATES. NOTE 2 3. SEE CIRCUIT SCHEDULE. DRAWING E4.1 AND ONE UNE DIAGRAM DRAWING E5.0, FOR FURTHER INFORMATION. E C I 16 15 1 14 1 13 12 11 10 9 j 8 7 1 6 REV NUM DESCRIPTION DRVVN BY CHK'D BY DATE BID SET NKW NGP 8-3-2011 ATTENTION: 0 1/2 1 IF THIS BAR DOES NOT MEASURE 1' @ 22834 or %l 11817, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING Conley Engineering, Inc. Consulting Electrical Engineers 1.3 1.01m160 Cwt. Sub a,mm * TEL SAY) KO -8612 - nc (eao) nuen DESIGNED: 5 NGP 4 3 2 j 1 DRAWN: NKW CHECKED: DAB APPROVED: NGP PROJECT DATE: AUG 2011 City of Yakima Struvite System Implementation Yakima, Washington PROJECT NO. 10283 SCALE: AS NOTED SOLIDS HANDLING BUILDING MCC-SHBA UNIT INFORMATION DRAWING NUMBER E4.0 REV F l F Di 1 B1 1 16 15 14 13 1 12 i 11 -� 10 1 EXISmNG PANELBOARD CIRCUIT SCHEDULE PANEL SHBLA SECTION 1 OF 1 CKT. # BREAKER TYPE POLE # POLE # BREAKER TYPE CKT. # LOAD DESCRIPTION LOAD DESCRIPTION 1 ELECTRICAL ROOM NORTH RECEPTACLE 1P -20A 1 2 1P -20A EX1h1UH RECEPTACLE 2 3 CENTRIFUGE ROOM RECEPTACLES 1P-200 3 4 1P -20A EXTERIOR RECEPTACLE 4 5 EXTtH1OR RECEPTACLE 1P -20A 5 6 IP -20A CENTRIFUGE ROOM/TRUCK BAY RECEPTACLES 6 7 CONTROL PANEL TCP -1 1P -20A 7 B 1P -20A CENTRIFUGE ROOM/TRUCK BAY RECEPTACLES 8 9 MOTORit LOUVERS 1P -20A 9 10 1P -20A CENTRIFUGE ROOM RECEPTACLES 10 11 MOT LOUVERS 1P -20A 11 12 1P -20A CENTRIFUGE ROOM RECEPTACLES 12 13 MOTORIZED LOUVERS 1P -20A 13 14 1P -20A SPARE 14 15 LIQUID POLYMER TOTE SCALE 1P -20A 15 16 1P -20A ELECTRICAL ROOM SOUTH RECEPTACLE 16 17 BASEMENT RECEPTACLES 1P-200 17 18 1P -20A SPARE 18 19 BASEMENT RECEPTACLES 1P -20A 19 20 1P -20A SPARE 20 21 TOTE TANK MIXER 1P -20A 21 22 1P -20A SPARE 22 23 EXTERIOR TRUCK BAY SOUTHWEST RECEPTACLE 1P -20A 23 24 1P -20A SPARE 24 25 SUMP PUMP 11 1P -20A 25 26 IP -20A SPARE 26 27 SUZY PUMP 12 1P -20A 27 28 1P -20A SPARE 28 29 SPARE 1P -20A 29 30 1P -20A SPARE 30 31 SPARE 1P -20A 31 32 1P -20A SPARE 32 33 SPARE 1P -20A 33 34 1P -20A SPARE 34 35 SPARE 1P -20A 35 36 GFI 2P -40A SPACE 36 37 PANEL 'SHBLB' 3P -150A _ 37 38 SPACE 38 39 40 4-(3 SPACE 40 41 42 SPACE 42 *DENOTES CIRCUIT TO BE MODIFIED UNDER THIS PROJECT EXISTING PANELBOARD CIRCUIT SCHEDULE PANEL SHBLC CKT. # BREAKER TYPE POLE # POLE # BREAKER TYPE CKT. # LOAD DESCRIPTION LOAD OESCRIPTION 1 SOLIDS HANDLING BUILDING PLANT OIT 1P -20A 1 2 1P -20A POLYMER BATCHING LOCAL CONTROL PANEL 2 3 BASEMENT OPERATOR INTERFACE 1P -20A 3 4 1P -20A POLYMER BATCHING LOCAL CONTROL PANEL 4 5 SOLIDS HANDLING BUILDING CONTROL PANEL 'SHBCP' 1P -20A 5 6 1P -20A POLYMER BATCHING LOCAL CONTROL PANEL 6 7 SLIDE GATE SOLENOID VALVE 1P -20A 7 8 1P -20A CENTRIFUGE FEED FLOWMETER 8 9 SLUDGE CONVEYOR DRAIN VALVE 1P -20A 9 10 1P -20A SLUDGE CONVEYOR LEVEL TRANSMITTER 10 11 CENTRATE SUMP BUBBLER CONTROL PANEL 1P -20A 11 12 1P -20A CENTRATE WET WELL LEVEL TRANSMITTER 12 13 CENTRATE SUMP BUBBLER CONTROL PANEL 1P -20A 13 14 1P -20A SECONDARY -DILUTION CONTROL VALVE 14 15 CENTRIFUGE 0I1 MAIN FLOOR IP -20A 15 16 1P -20A SPARE 16 17 SPARE 1P -20A 17 18 1P -20A SPARE 18 19 SPARE 1P -20A 19 20 1P -20A SPARE 20 21 SPARE 1P -20A 21 22 1P -20A SPARE 22 23 SPARE 1P -20A 23 24 SP -20A SPARE 24 25 SPACE 1P -20A 25 26 1P -20A SPARE 26 27 SPARE 1P -20A 27 28 1P -20A SPARE 2B 29 SPARE 1P -20A 29 30 1P -20A SPARE 30 * DENOTES CIRCUIT TO BE MODIFIED UNDER THIS PROJECT 9 1 8 7 • REVISED PANELBOARD CIRCUIT SCHEDULE PANEL SHBLA 5 4 I 3 2 ( 1 SECTION 1 OF 1 CKT. # BREAKER TYPE POLE POLE # BREAKER TYPE CKT. # LOAD DESCRIPTION LOAD DESCRIPTION L._,. „A- _1._11 SE15 1: - 15235 = _ _. -- - !`E_- .. -' - .. - • ISIS - - to z 4 -. 'JA "F;:; - _ 1.7C=41:51= 17 E9t - 5 . 7 ' - .- •t. _,. , 7.3. 4ANt_ -5-2:2A _ :4-24A .. - - �)`•', 2 1,.r- ..._- )k•' - .-r' Ki .. •- _!,'-2N -- •` 15-205 1.,;'-'1'410,.1-5 ._ 13 t .ISH: 1P -20A 13 '4 1=-G-3)153,. EE NE,ViY 2LL L,N ; 1E '3i0-, . --2 .., 15 _:. 14,27 F)61S lt.r._i _. (7 3h.-.: 1-`=i 25.2514155'3 .'-.3s I' 18 1P -20A STRUVITE REACTOR 11 CHEMICAL PUMPS 18 10 St -3.4- ...A::L'=S 2,.. 1 _' 20 IP -20A STRUVITE REACTOR 12 PUMPS 20 _. 1c1 ;tz '-_)-t 2. 22 1P -20A WATER SOFTENER 22 _ . _: —. %F,s JP., -T-.,..) 23 24 1P -20A STRUVITE CONTROL PANEL 24 2`. ,,,,!= H,,P. 1 25-25?. - <�_ -fir,- .:.:3 2G 27 0(1 1 i')- `. .- -_"R = _. (' 3,3. .: , .- • 29 STRUVITE STARTER PANEL 'SVTSP' 1P-305 29 .15 1. -dA. _-, 9(, _. _ .._._ -2Jo. ,_ ,-. . -205 s:AR,'" -._ 37, 2. 12i t70, :_ 1P -20A CAUSTIC (NADH) LEVEL LE -40-101 34 ..: 375R_ .--.... .:• 36 GFI 2P -40A HEAT TRACE CONTROLLER 36 : 38 -F; GFI 1P -20A CAUSTIC (NAOHI CHEM FEED HEAT TRACE - 40 4-(3 GFI 1P -20A CAUSTIC (NA0H1 SUPPLY PIPE HEAT TRACE 42 * DENOTES NEW CIRCUIT ADDED TO EXISTING SPARE CIRCUIT BREAKER ** DENOTES NEW CIRCUIT BREAKER ADDED UNDER THIS PROJECT REVISED PANELBOARD CIRCUIT SCHEDULE PANEL SHBLC SECTION 1 OF CKT. # BREAKER TYPE POLE # POLE # BREAKER TYPE CKT. # LOAD DESCRIPTION LOAD DESCRIPTION .:_..- . t ^t,„1_.75 : .__,_ 1 , T _h:: - Ii ----C,.. _ :,':-Lt,. LO25L 1:710, 5-4-3-3.5 - - :N'c:._:,:E 17-.,,.. -' 4 .--2t:? us ' _ 1", .T _- ',EL .-. }, iP til - 'I.: G 3-T<: ,:•FL .. _.:.T:' '----., a 2 .: _A L^.._ _i't.. 'ELEA. - ^'05 312 VALVE -5-2:2A _ :4-24A -LN:: - :t i ttL -_C.4M -E. . 2 ..._- )k•' -- 3n .. :-N =iA - 9.53-53.0 20TW, F2'I_ -7 y. .. _e 1r--1O'._EVE_'670":5171_:1 LE,2-A L Wt' ,2_ -2 13 STRUVITE SUMP BUBBLER CONTROL PANEL 1P -20A 13 '4 1=-G-3)153,. EE NE,ViY 2LL L,N ; �L.:Cs ---_.. ._ ._ __tn _ .RE .. 1 7 11''.=5.- _''''-2) . ;P-205 3555E .. 10 ., •-,_-157 . 1'. .. ::4, _. 505H_ .--...5 'J__ G.' 0-25.4 ,_,?-4E -- _ . 2 -AR '--...n 23 .2_5 = .v _.-. :.5325 14-20A _.. _F: _: -_,)* 555='5 2r ._. 5P,,,=:0, 14-212 = __ 14-20A 5. • 5't 5; 29 STRUVITE STARTER PANEL 'SVTSP' 1P-305 29 .15 1. -dA. _-, 9(, * DENOTES NEW CIRCUIT ADDED TO EXISTING SPARE CIRCUIT BREAKER. ** DENOTES NEW CIRCUIT BREAKER ADDED UNDER THIS PROJECT CIRCUIT SCHEDULES SCALE. NONE I NOTES 002) • NOTES: 1 ITEMS SHOWN IN GRAY SCALE ARE EXISTING AND NOT PART OF CONTRACT. 2. UPDATE CIRCUIT SCHEDULE TO REFLECT CHANGES. T IH i 1G F I D IC IA 16 C REV NUM DESCRIPTION 15 DRWN BY 14 CHKD BY DATE F BID SET NKW NGP 8-3-2011 13 j ATTENTION: 0 1/2 1 IF THIS BAR DOES NOT MEASURE 1" ©22x34.or F' ©11x17, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY 12 11 10 PHARMER ENGINEERING Conley Engineering, Inc. Consulting Electrical Engineers K433 1a*, CooW t Stoo v .. ., TEL (300) 043-4432 - FAX (Soo) Y13-0873 9 8 I 6 I s DESIGNED: NGP DRAWN: NKW CHECKED: DAB APPROVED: NGP PROJECT DATE: AUG 2011 4 2 City of Yakima Struvite System Implementation Yakima, Washington PROJECT NO. 10283 SCALE: AS NOTED SOLIDS HANDLING BUILDING EXISTING AND REVISED CIRCUIT SCHEDULES ( 1 DRAWING NUMBER E4.1 REV F Ttcn,murwm.,... srow.M 16 15 14 13 12 11 10 "NOTE 3 PANEL AIR CONDITIONER HI STRUVITE SINTER PANEL 'STfMP s/8(480VAC)+1/10(120VAC)+ 1-1 /10NS12OVAC)+1180. 1 1/4 C (NEW AND EXISTING) r NOTE 2 8114 - I '7 x20114.1 1/2'C+ X1/12+1/12N+ 2-3/C/18SHL'0+ 11120,3/4'0 2-RS485.1 1/4'C (NOTE 8) NOTE 3 XX -M NOTE 3 — FVNR OTE 3 XX -CPT NOTE 3 6114 TO STRUVITE CONTROL PANEL SYTCP E Bi NOTE 4 MANUFACTURER'S CORD NOTE 11 STRUVITE SEPARATOR FEED PUMP (P-50-300) 3112,3 4C+1/12G+ 2 14 (NOTE 8) __—__ /12610 (NOTE 4114,1 1/4 4114,1/2'C+ 1-2/CC1185TP,1/2-C FVERT MOISNRERE IR 07E 5 4/14,1/2'0+ 1-2/C/18STP,1/2'C FTI MOOS TEMI MOISTURE �IRa I NOTE 12 __J 11/4 C 14. 1(NOTE 9 NOTE 5 NOTE 4 I 11 }60150 I 12+ 4.— 3.12+ 120. 3/4C NOTE 11 STRUVITE SEPARATOR (5-50-400) 1-2/C/18STP ONE LINE DIAGRAM STARTER PANEL I'SVTSP" SCALE NONE (NOTE 1) NOTE 4 112 VFD CABLE SUBMERSIBLE PUMP MOTOR RECEPTACLE (N01E5 567) MANUFACTURER'S CORD _7610TE 11 5TRLMTE FEED PUMP /1 (P-10-110) 1-2/C/18STP NOTE 4 12 VFD CABLE SUBMERSIBLE PUMP MOTOR RECEPTACLE (NOTES 567) MANUFACTURERS CORD NOTE 11 STRUVITE FEED PUMP /2 (P-10-120) FA1P 0011110110 PPS -I` / I :3? -504 2080 10 I rr PANEL x1 10(125WC)+ 1 106(1206AG) c_l _ 318(480VAC1+ 1 8G 100 Ak 10 00 J-1)' +2011041 9U .T)17- 47' L I G '-INP 4. G_ 4#14.T.- 3/12+1/120+ 7114(NEW),1.0 (NEW AND EXISTING) JUNCTION 80X (NOTE 5) 8 12+1/120+ 7/14 (NEW).1 1/4-C (NEW) !V114- 12+1/EW),1120+ 2114 (N 1/40 (EXISTNC) /14 (NEW),3/4 (EXISTING) AIR COMPRESSOR CONTROL PANEL ONE LINE DIAGRAM MCC "SHBA" SCALE: NONE (NOTE 1) /0-,T 3/4%124:1- /42C 1SNEW CANED EXISTING SECONDARY DILUTION WATER BOOSTER PUMP 1. RDAS SHOWN IN GRAY SCALE ARE EXISTING TO REMAIN. SEE GENERAL NOTE 1. DRAWING E0.1. 2. PROVIDE TERMINALS TO CONNECT ALL SIGNAL AND CONTROL WIRES TO ADJACENT CONTROL ENCLOSURE 3. PROVIDE MOTOR STARTERS. DRNES, CIRCUIT BREAKERS AND OTHER EQUIPMENT AS INDICATED. KAIC AND VOLTAGE RATINGS SHALL BE AS NOTED ON THE SCHEDULE ON THIS DRAWING. SIZE OVERLOAD RELAY, CONTACTOR, AND OVERCURRENT PROTECTOR PER THE MOTOR SIZE AND IN AGREEMENT WITH THE SPECIFICATION. ALL STARTER CONTACTORS SHALL BE NEMA RATED AND SHALL BE AT (FAST 528 1. CONTROL POWER TRANSFORMERS WHERE PROVIDED SHALL HAVE AT LEAST 50% OVERCAPACITY FOR FUTURE EXPANSION. 4. SEE THE MCC UNIT SCHEDULE ON THIS DRAWING FOR THE NOMINAL MOTOR HORSEPOWER. 5. SEE THE MCC UNIT SCHEDULE ON THIS DRAWING FOR THE MLP RATING AND ENCLOSURE TYPE. 6. PROVIDE RS485. 1 TWISTED PAIR + 1 COMMON (3 CONDUCTOR TOTAL) INDUSTRIAL SCREENED CABLE. 7. PROVIDE MOTOR RECEPTACLE WITH 3 PHASE POWER POLES. 1 GROUNDING POLE AND 2 AUXILIARY POLES. MOUNT RECEPTACLE TO DISCONNECT SWITCH WITH ANGLED RECEPTACLE HOLDER. C 11060 C O1.TPOL PANE - '10P - ANE.'TCP- 412+11120+ 14 (NEW),3/4C (NEW AND E051190) ODOR CONTROL FN CONTROL PANEL OANU,ACIJRER'S iAR E, COOP 0011,00,_ N OCA --I 8. PROVIDE RIGID METAL CONDUIT (RMC) FOR ENTIRE RUN. PROVIDE WTTH PVC COATING IN AREAS WHERE UNCOATED RMC IS NOT ALLOWED BY SPECIFICATIONS. 9, PROVIDE RIGID METAL CONDUIT (RMC) FOR ENTIRE RUN. PROVIDE WITH PVC COATING IN AREAS WHERE UNCOATED RMC IS NOT ALLOWED BY SPECIFICATIONS. CABLE SHALL BE SPECIFICALLY DESIGNED FOR LOW VOLTAGE (480VAC). THREE PHASE VFDS AND SHALL HAVE PHASE CONDUCTORS OF THE SIZE NOTED. THE CABLE SHALL INCLUDE SHIELDING ANO GROUNDING. 10. UNE REACTOR SHALL. PROVIDE AN IMPEDANCE OF AT LEAST THREE PERCENT. 11. PROVIDE UQUIDTIGHT FLEXIBLE METAL CONDUIT FOR VIBRATION ISOLATION. DO NOT USE MORE THAN 18 INCHES. INSTALL FLEXIBLE CONDUIT IN A STRAIGHT LENGTH. DO NOT USE FLEXIBLE CONDUIT IN PLACE OF ELBOWS. OFFSETS, OR FITTINGS 12. PROVIDE OUTPUT (LCAD)TREACTOR FOR ACTAT LEAST 5 R FOR VFD. 13. PROVIDE MOTOR STARTERS. DRNES, CIRCUIT BREAKERS AND OTHER EQUIPMENT AS INDICATED. KAIC AND VOLTAGE RATINGS SHALL BE AS NOTED ON THE SCHEDULEONDRAWING E4.0. 13 IF IE ID L - IA 16 15 14 13 12 11 10 9 8 6 5 4 3 2 REV NUM DESCRIPTION DRWN BY CHK,D BY DATE BID SET NKW NGP 6-3-2011 ATTENTION: 0 1/2 1 IF THIS BAR DOES NOT MEASURE 1" @ 22x34 O4 @11 x17, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING Conley Engineering, Inc. Consulting Electrical Engineers 1451 t_ foot. Sib 100 V4des> 9WANIm 98101 101 (009) 461-0(12 - FAX 1309) 46-0813 DESIGNED: NGP DRAWN: NKW CHECKED: DAB APPROVED: NGP PROJECT DATE: AUG 2011 City of Yakima Struvite System Implementation Yakima, Washington PROJECT NO. 10283 SCALE: AS NOTED SOLIDS HANDLING BUILDING ONE LINE DIAGRAMS 1 DRAWING NUMBER " E5.0 REV TEc,mo,ac.ww., sy....reao MOTOR CONTROLLER FIELD DEVICE TAG I.D. NAMEPLATE TYPE KAIC RATING OCP RATED HP/AMPS DISC ENCLOSURE P-50-300 STRUVITE SEPARATOR FEED PUMP CONT 25 CB 3/4 HP -- -- P-50-400 STRUVITE SEPARATOR FVNR 25 MCP 3/4 HP 3P-30A/1P( AUX) 4X P-10-110 STRUVITE REACTOR NO 1 FEED PUMP VFD 25 CB 11A 3P-30A/IP(AUX 1 4X P-10-120 STRUVITE REACTOR N0.2 FEED PUMP VFO 25 CB 11A 3P-30A/IP(AUX 1 4X STARTER PANEL "SVTSP' AIR CONDITIONER (110 VAC) BKR 10 C8 20A FA1P 0011110110 PPS -I` / I :3? -504 2080 10 I rr PANEL x1 10(125WC)+ 1 106(1206AG) c_l _ 318(480VAC1+ 1 8G 100 Ak 10 00 J-1)' +2011041 9U .T)17- 47' L I G '-INP 4. G_ 4#14.T.- 3/12+1/120+ 7114(NEW),1.0 (NEW AND EXISTING) JUNCTION 80X (NOTE 5) 8 12+1/120+ 7/14 (NEW).1 1/4-C (NEW) !V114- 12+1/EW),1120+ 2114 (N 1/40 (EXISTNC) /14 (NEW),3/4 (EXISTING) AIR COMPRESSOR CONTROL PANEL ONE LINE DIAGRAM MCC "SHBA" SCALE: NONE (NOTE 1) /0-,T 3/4%124:1- /42C 1SNEW CANED EXISTING SECONDARY DILUTION WATER BOOSTER PUMP 1. RDAS SHOWN IN GRAY SCALE ARE EXISTING TO REMAIN. SEE GENERAL NOTE 1. DRAWING E0.1. 2. PROVIDE TERMINALS TO CONNECT ALL SIGNAL AND CONTROL WIRES TO ADJACENT CONTROL ENCLOSURE 3. PROVIDE MOTOR STARTERS. DRNES, CIRCUIT BREAKERS AND OTHER EQUIPMENT AS INDICATED. KAIC AND VOLTAGE RATINGS SHALL BE AS NOTED ON THE SCHEDULE ON THIS DRAWING. SIZE OVERLOAD RELAY, CONTACTOR, AND OVERCURRENT PROTECTOR PER THE MOTOR SIZE AND IN AGREEMENT WITH THE SPECIFICATION. ALL STARTER CONTACTORS SHALL BE NEMA RATED AND SHALL BE AT (FAST 528 1. CONTROL POWER TRANSFORMERS WHERE PROVIDED SHALL HAVE AT LEAST 50% OVERCAPACITY FOR FUTURE EXPANSION. 4. SEE THE MCC UNIT SCHEDULE ON THIS DRAWING FOR THE NOMINAL MOTOR HORSEPOWER. 5. SEE THE MCC UNIT SCHEDULE ON THIS DRAWING FOR THE MLP RATING AND ENCLOSURE TYPE. 6. PROVIDE RS485. 1 TWISTED PAIR + 1 COMMON (3 CONDUCTOR TOTAL) INDUSTRIAL SCREENED CABLE. 7. PROVIDE MOTOR RECEPTACLE WITH 3 PHASE POWER POLES. 1 GROUNDING POLE AND 2 AUXILIARY POLES. MOUNT RECEPTACLE TO DISCONNECT SWITCH WITH ANGLED RECEPTACLE HOLDER. C 11060 C O1.TPOL PANE - '10P - ANE.'TCP- 412+11120+ 14 (NEW),3/4C (NEW AND E051190) ODOR CONTROL FN CONTROL PANEL OANU,ACIJRER'S iAR E, COOP 0011,00,_ N OCA --I 8. PROVIDE RIGID METAL CONDUIT (RMC) FOR ENTIRE RUN. PROVIDE WTTH PVC COATING IN AREAS WHERE UNCOATED RMC IS NOT ALLOWED BY SPECIFICATIONS. 9, PROVIDE RIGID METAL CONDUIT (RMC) FOR ENTIRE RUN. PROVIDE WITH PVC COATING IN AREAS WHERE UNCOATED RMC IS NOT ALLOWED BY SPECIFICATIONS. CABLE SHALL BE SPECIFICALLY DESIGNED FOR LOW VOLTAGE (480VAC). THREE PHASE VFDS AND SHALL HAVE PHASE CONDUCTORS OF THE SIZE NOTED. THE CABLE SHALL INCLUDE SHIELDING ANO GROUNDING. 10. UNE REACTOR SHALL. PROVIDE AN IMPEDANCE OF AT LEAST THREE PERCENT. 11. PROVIDE UQUIDTIGHT FLEXIBLE METAL CONDUIT FOR VIBRATION ISOLATION. DO NOT USE MORE THAN 18 INCHES. INSTALL FLEXIBLE CONDUIT IN A STRAIGHT LENGTH. DO NOT USE FLEXIBLE CONDUIT IN PLACE OF ELBOWS. OFFSETS, OR FITTINGS 12. PROVIDE OUTPUT (LCAD)TREACTOR FOR ACTAT LEAST 5 R FOR VFD. 13. PROVIDE MOTOR STARTERS. DRNES, CIRCUIT BREAKERS AND OTHER EQUIPMENT AS INDICATED. KAIC AND VOLTAGE RATINGS SHALL BE AS NOTED ON THE SCHEDULEONDRAWING E4.0. 13 IF IE ID L - IA 16 15 14 13 12 11 10 9 8 6 5 4 3 2 REV NUM DESCRIPTION DRWN BY CHK,D BY DATE BID SET NKW NGP 6-3-2011 ATTENTION: 0 1/2 1 IF THIS BAR DOES NOT MEASURE 1" @ 22x34 O4 @11 x17, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING Conley Engineering, Inc. Consulting Electrical Engineers 1451 t_ foot. Sib 100 V4des> 9WANIm 98101 101 (009) 461-0(12 - FAX 1309) 46-0813 DESIGNED: NGP DRAWN: NKW CHECKED: DAB APPROVED: NGP PROJECT DATE: AUG 2011 City of Yakima Struvite System Implementation Yakima, Washington PROJECT NO. 10283 SCALE: AS NOTED SOLIDS HANDLING BUILDING ONE LINE DIAGRAMS 1 DRAWING NUMBER " E5.0 REV TEc,mo,ac.ww., sy....reao 16 JI D CI 15 I 14 ( 13 OCF-1-1 10 9 8 7 6 4 3 2 1-UMR 71 02 =- OCF-1-2 OOCR '00111 CA FAt, 1;10 CON11100 PANE: I 00101 1` __—') - __----1 95 4E h11 i A' OCF-1-4 OCF-1-5 OCF-1-6 5-50-300-1 S-50-300-2 S-50-300-3 5-50-300-4 S-50-300-5 S-50-300-6 S-50-300-7 S-50-300-8 S-50-300-9 S-50-300-10 S-50-400-1 S-50-400-2 5-50-400-3 S-50-400-4 S-50-400-5 5-50-400-6 S-50-400-7 S-50-400-8 S-50-400-9 S-50-400-10 - L_ 1_1J OCF-1-0L :1 97 56 22 10 REMOTE I/O OCF -u i7 _ - _ ..,t 12 70 REI1OTE 1/ 41 -0 FUSE E.W.D. 1 /E5.1 ODOR CONTROL FAN OCF-1 5-50-300-XFMR 01 X2 -MOTOR DISCONNECT AUXIUARY CONTACT (NOTE 1) -_-0N-OFF-REMOTE _-_-� , I(NOTE 4) (NOTE 4) - _ J o- - --0-) Fa- - STRIMIE CONTROL PANEL 'MCP oI r70 UNE SVTCP-83 L- S -50-300-M I 1 ® 1 $ 5-50-300-0L .42:, t7LINE I-$ T0 O (CPE 'T0 UNE tSVTCP-84 E.W.D. 2/E5.1 SIRUVRE SEPARATOR FEED PUMP (5-50-300) S-50-400-XF1AR MOTOR DISCONNECT AOXILMRY CONTACT (NOTE 1) X1 82 'ON -OFF -REMOTE (9010R 4)1 I of ---0-I Fp -- I—STRUWTE CONTROL PANEL'SVTCP S -50 -400 -OL oI TO UNE 5VTCP-88 t S -50-400-M 0 1 $ S -50-400-0L E.W.D. 3/E5.1 STRINTE SEPARATOR (0-50-100) "T0 UNE SV1CP-89 'T0 UNE SVTCP-90 .42 (<, 57AR1 MOTO?, STMT MOTOR STMT MOLAR P-10-110-1 P-10-110-2 P-10-110-3 P-10-110-4 P-10-110-5 P-10-110-6 P-10-110-7 P-10-110-8 P-10-110-9 P-10-110-10 P-10-110-11 P-10-110-12 P-10-110-13 P-10-110-14 P-10-110-15 0-10-110-18 0-10-110-17 FUSE P-10-110-XFMR -MOTOR DISCONNECT AUXILIARY CONTACT (NOTE 1) o-' I I : MOISTURE 0-1 (NOTE 10) I L a -i F'o' - TO UNE LL j SVTCP-103 TEMPERATURE 1 (NOTE _E.OH —911XILIARY CONTACT ON MOTOR RECEPTACLE (TYPICAL OF IWO) (NOTE 7) THERMAL DETECTOR IN MOTOR WINDING 4, OPENS AT MGH TEMPERATURE (BY PUMP MANUFACTURER) -<E I, -MOISTURE DETECTOR 1N MOTOR OPENS WHEN MOISTURE IS DETECTED (BY PUMP MANUFACTURER) -CE MOISTURE/OVERIEMP DETECTION RELAY (NOTE 12) STRUNTTE CONTROL PMD_ -SYTCP" AUX FAULT VFD (NOTE 2) I 1 I 'ON -OFF -REMOTE - P-10-110-ISS es es. 1 1 1 1 - --�- I t 1 , 1 0-10V 1 1 LOCAL SPEED F ® I ° SETPoNT ____0_L ;i ____F y ® O i I I TO 015080 19? 1 (r MORBUS/BILI I COMMUNICATION I I IN UNE SVTCP-73 5---'-Y .----r-0 BUS CONNECT/ON 1 1 (NOTE 9) 1 (8071 a) L ----J 1 ----� I-STRIATIE CONTROL PANEL "MCP 0 REFERENCE VOLTAGE (DC) ENABLE VFD (NOTE 3) ® LOCAL CALL TO RUN I ° (NOTE 5) 1 SELECT REM07E -,E)—t--0 SOURCE (NOTE 6) P-10-110-1POT E.W.D. 4/E5.1 SIRUVRE FEED PUMP #1 (P-10-110) JJOTES• P-10-120-1 P-10-120-2 P-10-120-3 P-10-120-4 P-10-120-5 P-10-120-8 P-10-120-7 0-10-120-8 P-10-120-9 P-10-120-10 P-10-120-11 P-10-120-12 P-10-120-13 P-10-120-14 0-10-120-15 P-10-120-18 P-10-120-17 P-10-120-XFMR 01 X2 MOTOR DISCONNECT AUXILIARY CONTACT (NOTE 1) -4 o-1 I MOISTURE o -j (NOTE 10) T▪ EMPERATURE I (NOTE 11) LCH 1MOISTURE/OVERIEMP DETECTION RELAY (NOTE 12) $ -6 TO UNE -(2)' i MCP -104 OUXIUARY CONTACT ON MOTOR RECEPTACLE (TYPICAL OF TWO) (NOTE 7) THERMAL DETECTOR IN MOTOR WINDING OPENS AT MGH TEMPERATURE (BY PUMP MANUFACTURER) MOISTURE DETECTOR IN MOTOR OPENS WHEN MOISTURE 15 001001ED (BY PUMP MANUFACTURER) STRIMTE CONTROL PANEL 'MCP r—AU% FAULT —t-VFD (NOTE 2) ON-OFF-REM010 P-10-120-105 REFERENCE VOLTAGE (DC) °LOCAL (NOTE SCALL TO RUN SELECT REMOTE o SOURCE (NOTE 8) �1 0-10V 1 1 I I I 5ETP0 LOCAL SPEED I I ® ° 1M -‘1-410 1 1 ' I MORBUS/RTU W UNEpPP73 S- � - - - -0 I COMMUNICATION 008800TION 1 (8071 9)SVTNE C (NOTE 8) STRUVITE CONTROL PANEL "MCP' 1. AUXILIARY CONTACT ON MOTOR DISCONNECT SWITCH. THIS CONTACT SHALL OPEN WHEN THE MOTOR DISCONNECT 15 OPEN. 2. PROGRAM THE VFD 50 THAT THE VFD WILL RUN IF AND ONLY IF THE VFD IS IN THE 'READY CONDITION AND THIS 'FAULT' INPUT IS ASSERTED. VFD PROGRAMS WHERE THE VFD MIGHT RUN IF THE VFD IS NOT IN THE 'READY CONDITION AND THE 'FAULT* INPUT IS NOT ASSERTED ARE UNACCEPTABLE FOR THIS APPUCATION. 3. PROGRAM THE VFD 50 THAT THE VFD WILL 8E 'READY WHEN POWER TO THE VFD I5 APPLIED, THERE ARE NO FAULTS PRESENT, AND THIS ENABLE INPUT IS ASSERTED. IF THIS 'ENABLE INPUT IS NOT ASSERTED, THE VFD SHALL NOT START, CONTINUE TO RUN, OR ENERGIZE THE MOTOR IN LOCAL. KEYPAD, OR REMOTE CONTROL LOCATIONS. IF THE "ENABLE INPUT IS ASSERTED, THE VFD MAY START AND CONTINUE TO RUN BASED ON THE REST OF THE VFD PROGRAMMING. IF THE VFD IS OPERATING AND THIS INPUT IS NO LONGER ASSERTED, THE VFD SHALL DE-ENGERGIZE THE MOTOR 4. DRY CONTACT IS LOCATED IN THE STRUVITE CONTROL PANEL "SVTCP" THE AUTOMATIC CONTROL SYSTEM WILL CLOSE THE DRY CONTACT TO ENERGIZE THE MOTOR AND THE DRY CONTACT WILL REMAIN CLOSED TO KEEP THE MOTOR ENERGIZED. 5. START THE MOTOR AND CONTINUE TO OPERATE THE MOTOR USING THE 0-10V POTENTIOMETER INPUT AS THE SPEED REFERENCE. 6. ALLOW THE VFD TO ENERGIZE THE MOTOR AND CHANGE THE SPEED BASED ON COMMANDS SENT THROUGH THE COMMUNICATIONS BUS INTERFACE. IF COMMUNICATIONS E.W.D. 5/E5.1 STRLMIE FEED PUMP /2 (P-10-120) THROUGH THE BUS DO NOT OCCUR AT LEAST ONCE EVERY SECOND WHILE THE MOTOR IS ENERGIZED, THE VFD SHALL DE -ENERGIZE THE MOTOR. 7 AUXILIARY POLE OF THE MOTOR RECEPTACLE/DISCONNECT SHALL OPEN IF THE PLUG IS NOT FULLY SEATED IN THE RECEPTACLE. 8. THE COMMUNICATIONS BUS CONNECTION SHALL ALLOW MODBUS/RTU PROTOCOL OVER EIA/TIA RS -485 SIGNALING. THE VFD INTERFACE, AT A MINIMUM, SHALL ALLOW FOR SETTING SPEED SETPOINTS AND ISSUING A START COMMAND, AS WELL AS SIGNALING BACK THE CURRENT SPEED SETPOINT, MOTOR LOAD (AMPS), ▪ ENABLE VFD" STATUS, LOCAL CALL TO RUM STATUS, ' SELECT REMOTE SOURCE STATUS, PREVIOUS FAULT CODE. AND CURRENT FAULT CODE AS MODBUS REGISTERS. 9. THE DIGIONE IAP. LOCATED IN THE CONTROL PANEL, WILL MAKE AVAILABLE TO BOTH THE PLC AND THE SCADA HMI SYSTEM THE MODBUS/RTU REGISTERS IN THE VFD. 10. MOISTURE DETECTION SWITCH CLOSES ON DETECTION OF MOISTURE IN THE MOTOR TERMINAL BOX OR STATOR. 11 MOTOR WINDINGS OVER -TEMPERATURE SWITCH SHALL BE CLOSED WHEN THE RELAY IS POWERED AND THE MOTOR WINDINGS ARE BELOW THE HIGH TEMPERATURE LIMIT. 12. BASIS OF DESIGN IS A FLYGT MINICAS 11 SUBMERSIBLE MOTOR PROTECTION RELAY POWERED AT 110 VAC. PROVIDE SIMILAR ACTION IF ALTERNATE RELAY IS SELECTED. IF A DIFFERENT VOLTAGE RELAY IS SELECTED, PROVIDE A TRANSFORMER OR VOLTAGE CONVERTER TO POWER RELAY r IB 16 16 15 14 i 13 12 11 10 9 8 6 ! 5 4 3 2 C REV NUM DESCRIPTION DRWN BY BID SET NKW CHKD BY NGP DATE 8-3-2011 ATTENTION: 0 1)2 1 IF THIS BAR DOES NOT MEASURE 1' @ 22834 or Yf @11x17, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING Conley Engineering, Inc. Consulting Electrical Engineers 1433 1 Cwt. Sib 100 Ytldew OaN,.1802 IE1: 009) MS -0972 - F8C WO) 003-9813 DESIGNED: NGP DRAWN: NKW CHECKED: DAB APPROVED: NGP PROJECT DATE: AUG 2011 City of Yakima Struvite System Implementation Yakima, Washington PROJECT NO. 10283 SCALE: AS NOTED SOLIDS HANDLING BUILDING ELECTRICAL WIRING DIAGRAM DRAWING NUMBER E5.1 REV F 1(Lmo1Pc.DSeu.. S ESI 16 15 I — 14 10 5 2 J F: EI A A 8 COM MICROLOGIX 1400 RS485 INTERFACE STRUVITE CONTROL PANEL - SVTCP" — 24 VDC COMMON A CO CAUSTIC FEED PUMP N0. 1 RS485 INTERFACE (P-30-110) MAGNESIUM CHLORIDE FEED PUMP NO. 1 R0485 INTERFACE (P-30-120) 0 CO CAUSTIC FEED PUMP N0. 2 RS485 INTERFACE (P-30-210) A B COM MAGNESIUM CHLORIDE FEED PUMP NO. 2 R0485 INTERFACE (P-30-220) CHEMICAL FEED PUMP ASCII OVER RS -485 NETWORK BLOCK DIAGRAM SCALE: NONE A 8 COM CAUSTIC (NNOH) STORAGE TANK LEVEL TRANSMITTER QA COM PROTOCOL CONVERTER 95485 INTERFACE STRUVITE CONTROL PANEL "SVTCP' — 24 VDC COMMON A COM STRUVITE REACTOR NO. 1 FEED PUMP VFD R5485 INTERFACE (P-10-110) A COM STRUVITE REACTOR N0. 2 FEED PUMP VFD R0485 INTERFACE (P-10-120) STRUVITE FEED PUMP VFD MODBUS/RTU OVER RS -485 NETWORK BLOCK DIAGRAM SCALE: NONE I-NP1 h- THROUGH DOOR WINDOWS (PLC VISIBLE) �P2 NP3 ,-NPS I I -NP4 ,-NP8 I 1 I 1 n I I -LT V �NP9� NI�P10 NP13 NPI4 r NP11,-NP12,,-NP15 /-NP18 I ) I II II NP7 NP8 EXTERIOR ELEVATION STRUVITE CONTROL PANEL SCALE: 1 1/0 - 1'-0' THROUGH DOOR DISCONNECT 24 VIM SOURCE TERMINAL STYLE FUSE HOLDER DISCRETE INPUT TERMINALS DISCRETE INPUT TERMINALS NEMA POWER RECEPTACLE 5P ISR COPPER BUS BAR DPOT 2 POLE TERMINAL STYLE RELAY I-IIIIIIIIIIIIIIIIIIIIIIIIII'I MICROLOGIX (SEE PLC LAYOUT DETAIL THIS DRAWING) -r 1 J THROUGH DOOR DISCONNECT BASE DPUT 2 POLE r PNU UOUL TERMINAL STYLE RELAY y BRIDi U I W R IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII mmuuuuullmpllll11111111111111111111111111111111H 1111111111 111111111 IIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIilllll o INTERIOR ELEVATION STRUVITE CONTROL PANEL SCALE. 1 1/0 - WIREWAY (TYPICAL) NETWORK DIN RML PROTOCOL GATEWAY 24 VDC COMMON TERMINALS ANALOG JUMPER TERMINALS ANALOG INPUT TERMINALS ANALOG INPUT/OUTPUT TERMINALS 24VDC POWER SUPPLY 500W UPS WITH CORD AND NEMA 5P-15 PLUG MICROLOGIX 1400 (PIF) DISCRETE INPUT ANALOG OUTPUT MODULE MODULE ��IOeevoseeesaeevel �, I I 1 aH_-oa o C 1 C C EIUU lol I°o:::: eveeee rel Luu L DISCRETE 1 I ANALOG INPUT` FUTURE OUTPUT MODULE STRUVITE CONTROL PANEL PLC LAYOUT DETAIL SCALE. 3' - 1 -0" MODULES MODULES DEVICE LEGEND PLATE AND NAMEPLATE ENGRAVING NPI STRIMTE CONTROL PANEL NP2 ETHERNET PASS THROUGH AND CONVENIENCE RECEPTACLE NP3 STR/MTE REACTOR N0.1 FEED PUMP NP4 STRUVITE REACTOR N0.1 FEED PUMP SPEED POTENTIOMETER NP5 STRIMTE REACTOR N0.2 FEED PUMP NP8 STRLMTE REACTOR N0.2 FEED PUMP SPEED POTENTIOMETER NP7' STRUVITE SEPARATOR NP8 STRUJRE SEPARATOR PUMP NP9 STRUVITE REACTOR NO.1 UPPER SWRRY UNE FLUSH WATER NP10 STRUVITE REACTOR N0.1 LOWER SLURRY UNE FLUSH WATER NP11 STRWITE REACTOR 40.1 FEED VALVE 8812 STRLMTE REACTOR 840.1 SLURRY UNE MOTOR OPERATED VALVE NP13 STRUVITE REACTOR N0.2 UPPER SLURRY UNE FLUSH WATER NP14 STRUVITE REACTOR N0.2 LOWER SLURRY UNE FLUSH WATER NP15 STRWITE REACTOR N0.2 FEED VALVE NP18 STRIA/RE REACTOR N0.2 SLURRY UNE MOTOR OPERATED VALVE DEVICE NAMEPLATE SCHEDULE SCALE: NONE E IA 16 15 14 1 13 12 11 10 9 8 6 1 5 1 4 REV NUM DESCRIPTION DRWN BY 810 SET NKW CHK'D BY NGP DATE 8-3-2011 ATTENTION: 0 1/2 1 IF THIS BAR DOES NOT MEASURE 1' ® 22x34 or W @11x17, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING -Conley Engineering, Inc. Consulting Electrical Engineers' 1433 W4444. Core. Sb 100 Tuklem lbotimbl 0!105 111 0001 145-2055 - Fax 0100) 080-2255 DESIGNED: NGP DRAWN: NKW CHECKED: DAB APPROVED: NGP PROJECT DATE: AUG 2011 City of Yakima Struvite System Implementation Yakima, Washington. PROJECT NO. 10283 SCALE: AS NOTED SOLIDS HANDLING BUILDING STRUVITE CONTROL PANEL ELEVATIONS DRAWING NUMBER 1:6.0 REV t11 I I 16 15 MCP -01 SVTCP-02 SVTCP-03 SVTCP-04 SVTCP-05 SVTCP-06 H : SVTCP-07 SVTCP-08 SVTCP-09 G ! SVTCP-10 MCP -11 SVTCP-12 F SVTCP-13 SVTCP-14 SVTCP-15 E SVTCP-16 MCP -17 - SVICP-16 SVTCP-19 SVTCP-20 SVTCP-21 SVICP-22 SVTCP-23 SVTCP-24 SVTCP-25 4 __ 13 20 VAC POWER, PANEL SHEILA CIRCUIT 24 THROUGH -DOOR DISCONNECT SWITCH WITH PANEL DOOR INTERLOCK AND DEFEATER 12 11 10 r SURGE ARRESTOR 10A 5A NEMA 5-150 RECEPTACLE (ON PANEL DOOR) NOAH 5-15R RECEPTACLE r *. CORD AND NEMA 5 -ISP CAP pH TRANSMITTER 1 I nr i -r TO UNE MCP -211 DRAWING 66.3 iv-+ STRUVITE REACTOR N0.2 ,' _ - ' .0 o 1, 1 -P TO UNE SVTCP-217 pH (AE -20-202) MA t - r -0 11 r DRAWING E6.3 MANUFACTURER'S _ LE) t o 0_1:__., STRUVITE REACTOR N0.1 t - ''''t,"0„ pH (AE -20-102) (1M t - _ o MANUFACTURER'S CABLE) t - v, .0 MOU- NTED AT TOP STRUVITE PLATFORM -0- r STRLMIE WET WELL PMANUFACTURER'S CABLE) • _ v L o -o- NEMA 5-15R RECEPTACLE pH TRANSMITTER MOUNTED AT TOP STRUVITE PLATFORM r 0 - CORD MD NENA 5-15P CAP 7 MOUNTED AT TOP STRUVITE PLATFORM o- ]- TO UNE MCP -211 D- v - j DRAWING 66.3 MELD MOUNTED NEAR • STRUVITE FEED TANK STRUVITE REACTORS pH METERS REACTOR N0. 1 pH (AE -20-102) REACTOR NO. 2 pH (AE -20-202) STRUVITE REACTORS pH METERS STRWOE WET WELL pH (AE -10-100) REACTOR N0. 2 pH (AE -20-202) MMRluC FLOW REACTOa © FEED FLOW NO. TRAN5MIRER ` (FIA -10-101) L_ -0- MAGNETIC FLOW METER 0 - TRANSMITTER 1 TO UNE MCP -236 0' r DRAWING 66.4 -V MOUNTED ON STRUVITE REACTOR N0.2 FEED PUMP DISCHARGE PIPE 120 VAC POWER. PANEL SHEILA CIRCUIT 24 TO UNE MCP -231 DRAWING E6.4 MOUNTED ON STRLNRE REACTOR N0.1 FEED PUMP DISCHARGE PIPE e CONTINUED ON LINE 26 ABOVE RIGHT STRUVITE REACTOR N0. 2 FEED FLOW METER (FM -10-201) SVTCP 26 SVTCP-27 SVTCP-28 SVTCP-29 SVTCP-30 SVTCP-31 SVTCP-32 SVTCP-33 SVTCP-34 SVTCP-35 MCP -36 MCP -37 SVTCP-38 SVTCP-39 SVTCP-40 SVTCP-41 SVTCP-42 -e 120 VAC POWER. PANEL SHMLA CIRCUIT 24 CONTINUED FROM LINE 25 BELOW LEFT I NAND-0FF-AUT01T LO O 0 SVTCP-131 CR ' Lip O- 0 1 1 0 2A 1--14-AN-13-731F--AUTO'-1 MOUNTED ON PANEL DOOR SVTCP-132 CR L___-__� 0110 0 MOUNTED ON PANEL DOOR 50-101-V-203 0 .0 tip -0--• 50 -4102 -V -203 -o- -0 O- - 4- qb HMID-CFF-AUiO� I T -50 -100 -V600 -OPEN �il0 i SVTCP-126 CR o. 0110 0 MOUNTED ON PANEL DOOR THM4D-731F-AUTO'-1 SVTCP-133 CR 0110 0 MOUNTED ON SVTCP-37CR PANEL DOOR 1 MCP-37CR 0 �HL4ND-0FF-AUTI� SVTCP-43 2A MCP -44 ' -0 SVTCP-45 MCP -46 SVTCP-47 SVTCP-48 MCP -49 SVTCP-50 lr.1 • o�ol �a� I 0 MCP -137 CR 011 MOUNTED ON PANEL 000R 0 0 0 VALVE CONTROL 50-201-4-203 0 -0+0' - L-HAND-0FF-Aacr-1 01 50151-�V-203 I MCP -138 CR 0 0110 0 -WWD-,FF-AUTCf-� MOUNTED ON PANEL DOOR 0 SVTCP-134 CR 0110 0 MOUNTED ON PANEL DOOR T -50 -200 -V600 -OPEN 0 Y�--0� 120 VAC POWER. PANEL SHBLA CIRCUIT 24 CONTINUED ON UNE 51 ABOVE RIGHT STRUVITE REACTOR N0.1 UPPER SLURRY UNE FLUSH WATER SOLENOID (50-101-V-203) 5TRUVRE REACTOR N0.1 LOWER SLURRY UNE FLUSH WATER SOLENOID (50-102-4-203) 0 STRLMTE REACTOR N0.1 FEED VALVE CALL TO OPEN (T -50 -1O0 -V600) STRUVITE REACTOR N0.1 SLURRY UNE MOTOR OPERATED VALVE CALL TO OPEN (7-50-100-V-202) STRWTTE REACTOR N0.2 UPPER SLURRY UNE FLUSH WATER SOLENOID (50-201-V-203) STRWRE REACTOR N0.2 LOWER SLURRY UNE FLUSH WATER SOLENOID (50-202-V-203) STRUVITE REACTOR N0.2 FEED VALVE CALL TO OPEN (T -50-200-V600) SVTCP-52 SVTCP-53 MCP -54 SVTCP-55 SVTCP-56 SVTCP-57 SVTCP-58 SVTCP-59 SVTCP-60 MCP -61 SVTCP-62 SVTCP-63 SVTCP-64 MCP -65 SVTCP-66 SVTCP-67 SVTCP-66 MCP -69 MCP -70 SVTCP-71 SVTCP-72 MCP -73 SVTCP-74 SVTCP-75 120 VAC POWER, PANEL SIMLA, CIRCUIT 24 CONTINUED FROM UNE 50 BELOW LEFT OSA NAFF ND-O-AUfG DFI 0 0� I11I o (r SVTCP-139 CR _ MOUNTED ON SVTCP-52CR PANEL DOOR MCP-52CR PROVIDE CORD & NEMA 5-45P CAP R) 0 VALVE CONTROL _-__- UPS 10A -UPS CONVENIENCE RECEPTACLE 24V DC POWER 0 0 (+) SUPPLY ) -0 0 F. ETHERNET 01 SWITCH I o1� L 1 1 I -5A 24VDC POWER SUPPLY TO . MICROLOGIX PLC. LINE SVTCP-79 CATS (PATCH) DRAWING E6.2 -¢ TO "SHBCP' VIA MAGNETICALLY CATS (PATCH) 3,- 1 EXISTING CONDUIT. SEE DRAWINWORKSTATION PORT, GWE2.1 8P8C (RJ45) /`ON PANEL DOOR CATS (PATCH) PASSTHROUGH TO 'PROTOCOL GATEWAY', UNE CATS (PATCH) , SVTCP-202 DRAWING E6.3 __L 0 a - CATS (PATCH) PROTBRIOGEOCO ETHERNET(I. PASS-THROUGH I 10FF <I( TO 'MICROLOGIX PLC', DB9M SERIAL tUNE SVTCP-79 DRAWING 66.2 ION I I 2_ RX+ TX+ RX- TX - COM RS -485 (M0BDUS/RTU) r'• 0' 4 q :ror, � � .�►'.�', r 1 -e TO 'VFD CONTROLLER', . ry 1 � UNE P-10-120-12 1 r DRAWING 6.1 &UAW I011 ' i 1 "CAU / TO 'CAUSTIC STORAGE - � -2 TANK LEVEL. TRAHSMRTTEF- V --0 TO NFD CONTROLLER•, .1 UNE P-10-110-12 1 DRAWING E5.1 120 VAC POWER. PANEL SHEILA, CIRCUIT 24 CONTINUED ON LINE 76 SHEET E6.2 51RIMTE REACTOR N0.2 SWRRY UNE MOTOR OPERATED VALVE CALL TO OPEN (T -50-200-V202) / REV NUM 16 ( 15 14 13 1 12 11 10 9 8 7 6 1 5 4 3 2 DESCRIPTION DRVML BY CHK'D BY DATE BID SET NKW NGP 8-3-2011 ATTENTION: 0 12 1 IF THIS BAR DOES NOT MEASURE 1' Q 22x34 or ")r ©11 x17, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING Conley Engineering, Inc. Consulting Electrical Engineers 1423 1.01m1ds Cart Sub 100 ala1M 0/0.inglan 00002 1E1: (100) 002-0672 - RUt (510) 0015-0223 DESIGNED: NGP DRAWN. NKW CHECKED: DAB APPROVED: NGP PROJECT DATE AUG 2011 City of Yakima Struvite System Implementation Y.gkima, Washington PROJECT NO. 10283 SCALE: AS NOTED SOLIDS HANDLING BUILDING STRUVITE CONTROL PANEL EWD DRAWING NUMBER E6.1 REV F 7ECxI8O1OCA0LSua.c. A'm&Ear 16 SRCP-78 SVtCP-77 NCP -78 SYTCP-79 5V1CP-80 MCP -81 H SVIEP-82 SYTCP-83 SV1CP-84 G SVTCP-85 5111CP-88 SVTCP-87 F SVTCP-88 SVTCP-89 SV1CP-90 E SVrCP-91 SI/TCP-92 1 SVTC9-93 (} SVTCP-94 SVICP-95 SV1CP-98 • SV1CP-97 SVICP-98 5V10P-99 B MCP -100 15 --- -- 14 L 13 .i 12 1 11 __ I_ 10 120 VAC POWER, PANEL SHBLA, 0RCUIT 24 CONTINUED FROM UNE 75 SHEET E6.1 TO FOUR 4 _ CHEMICAL FEED I PUMPS S "'- • • I .: RS -485, (ASCII) `, OSLMD �tALLEN-BRADLEY M 006 12BW4A00 `,"' OOHS GNy (1.10410111OTO O 0OM J CONNECTOR) TO 'ETHERNET SWITCH' UNE SVTCP-64 (SEE SHEET E6.1) �GT-5e PATO COM 1 CABLE TO 'PROTOCOL BRIDGE" UNE MCP -70 0Q SEE SHEET E6.1) 009F TO DEM COM 2 SERIAL NULL , MODEM CABLE , 5A 'ON -OFF -REMOTE -As- NOTE 1 n O P-50-300 _ISS ---'0P-50-300-M 1:1/01 � - �o---�'- 0 I0 111/01 STRUVITE STARTER 1/1 1:1 02 0 110VAC 110VAC NEUT GROUND DISCRETE INPUTS I I:1/00 0 O I:1/00 I/O DC COM O 11'03 0.5A ON -OFF -REMOTE' �f NOTE 1 a 9:50-400-15S :1/04 0 O 1:1/04 1/4 DC 0011 1 P-50-400-11 1:1 05 ----°-H (-o-----0- 1:1/05 r- SIRIMTE STARTER 1/5 , PANEL 'SVTSP 1 P -50-400-0L 1:1/06 1 -0-14-0- - 0 I 1:1/06 1:1/07 0.54 T -20 -100 -V600 -OPENED 1:1/08 �-- i - 0 T -20 -100 -V000 -CLOSED T -20 -200 -V600 -OPENED 1 T -20 -200 -V600 -CLOSED 1:1/09 e 1:1/10 0 CONTINUED ON LINE 101 ABOVE RIGHT NOTES' 1:1/07 Ip o 1.1/O8 I/5 DC 0011 2 O/9 1.1/09 I '1,1,10" 0 1:1 /10 1/10 I 5TRUVRE SEPARATOR PUMP CONTROL STATION IN 'AUTO - STRUVITE SEPARATOR PUMP MOTOR CONTACTOR CLOSED (L10006 RUNNING) SPARE FUSE STATUS (SPARE) STRUVITE SEPARATOR CONTROL STATION IN 'AUTO' STRIMTE SEPARATOR MOTOR CONTACTOR CLOSED (MOTOR RUNNING) STRIMTE SEPARATOR MOTOR OVERLOAD STATUS (CLOSED T5 NORMAL) FUSE STATUS (SPARE) STRUVITE REACTOR N0.1 FEED VALVE 15 OPENED STRWRE REACTOR N0.1 FEED VALVE I5 CLOSED STRUVITE REACTOR N0.2 FEED VALVE IS OPENED SiRIMTE REACTOR NO2 FEED VALVE IS CLOSED 1. SELECTOR SWITCH WIRING SHOWN ON DRAWING E5.1 PROVIDE TERMINALS TO LAND CONTROL SIGNALS FROM STRUVITE STARTER PANEL 16 / REV NUM DESCRIPTION 15 DRWN BY 14 I 13 CHKD 8Y DATE BID SET NKW NGP 8-3-2011 TEC1001044.040.44. 4y4I44mE3 2 ATTENTION: 0 1/2 1 SVTCP-101 MCP -102 5VTCP-103 SVTCP-104 SYTCP-105 MCP -156 MCP -107 SVTCP-108 MCP -109 MCP -110 MCP -111 MCP -112 SV/CP-113 MCP -114 MCP -115 MCP -116 SV1CP-117 SVTCP-118 SVTCP-119 SVTCP-120 MCP -121 SYTCP-122 SVTCP-123 SVTCP-124 MCP -125 8 1 6 1 - 5 1 4 1 3 2 COMINUED FROM UNE 100 BELOW LEFT CONTINUED FROM UNE 125 BELOW LEFT MCP -126 SVTCP-127 MCP -128 SVTCP-129 MCP -130 SVTCP-131 MCP -132 1:1/16 1:1/16 SVTCP-133 7/16 1:1/17 I 0 y-01.1/17 I MCP -134 1:1/18 117181.1/10 o.1.1/10 MCP -135 1 _1..0_ FP-10-110-LEA171:1/12 L- - - - - - J v ce- STRUVITE STARTER _ _ _ TSP PANEL 'SV P -10 -120 -LEAK 1:1/13 [PI I--O- 0 I70 :1/13 �JJJ 1 1:1/14 1 O I1/14 0 It1/14 1:1/15 1 O 0110/151:1/15 /15 1:1/15 I 1:1/12 1/12 DC CCM 3 S7RIMTE REACTOR N0.1 FEED PUMP MOISTURE (LAX) DETECTED STRUVITE REACTOR N0.2 FEED PUMP MOISTURE (LEAK) DETECTED SPARE DISCRETE INPUT SPARE DISCRETE INPUT SPARE DISCRETE INPUT SPARE DISCRETE INPUT SPARE DISCRETE INPUT SPARE DISCRETE INPUT 0 1:1/19 CONTINUED ON UNE 126 ABOVE RIGHT 91:1/19 PLC BASE UNR CONTINUED UNE 110 MCP -136 MCP -137 SVTCP-138 MCP -139 MCP -140 SVTCP-141 SV1CP-142 MCP -143 MCP -144 SVTCP-145 MCP -146 MCP -147 MCP -149 MCP -149 SVTCP-150 2A PLC BASE UNIT CONTINUED UNE 109 DISCRETE OUTPUTS N 0:0/0 0 1 - 1 X11 VAC 0/0 ID� 14 24 STRUVITE REACTOR NO.1 -0--' V O:O/t 0 i 72.9 CHEMICMAGNESIUM CHLORIDE I VD01 0/1 I \� CALL HTO RUAL FFED PUMP 2A (� N ^ STRUVITE REACTOR NO.1 o 0:0/2 0 --MCP CAUSTIC (SODIUM HYDROXIDE) Da 0/2 1 I`� CALL CHEMICAL CA RUN ED PUMP 20 /4� I CALLSTRUT E REACTOR N0.1 �: '- 00/3 0 i �7 SMTP-�---a UPPER SLURRY UNE VAC 0/3 I FLUSH WATER SOLENOID 2A I,STRUVRE REACTOR NO.1 1VAC 00:0/:/: O 0:0/40/4 ' +-13 4 -+---, LOWER SLURRY UNE FLUSH WATER SOLENOID l00 REACTORVRE 0.0/50 �1 R S5 URRY UNE ISOL TION, O/5 I �i MOTOR OPERATED VALVE 20 I 14 -o-�-0 0:0/8 o I ��V CP� STRL VALVE REACTOR 90.2 1 VAC 0/6 '1� CALL TO OPEN I� � STRUVITE REACTOR 90.2 0.0/7 0 114 MCP M4GNESIUM CHLORIDE 0/71 1`.) CHEMICAL FEED PUMP 2A ^^, CALL TO RUN >~MCPS-� STRUVRE 00115710 (SODIUM IHYDROXIDE) --0 0:0/80' VAC0/8 D" I 1,36,311 CHEMICAL ITA RUN FED PUMP H STA REACTOR N0.2 0:0/9 0 ' �137�--e UPPER SLURRY LINE 0/9 FLUSH WATER SOLENOID 14 /��� STRIMIE REACTOR N0.2 0.0/100 ' �S71CP LOWER SLURRY UNE 0/10I 1U391 FLUSH WATER SOLENOID ^N 0.0/11011 1_-&,_1__.1_-&,_1__.oh31`9CJ2 I 01 DC 24V - STRUVITE REACTOR N0.1 FEED VALVE CALL TO OPEN CONTINUED ON UNE 151 SHEET E6.3 STRIA/FIE REACTOR N0.2 SLURRY LINE ISOLATION MOTOR OPERATED VALVE IF THIS BAR DOES NOT MEASURE 1' (a) 22X34 or Yz" 4t-l-io7, THEN DRAVVING IS NOT TO SCALE - SCALE ACCORDINGLY 12 11 10 PH[ TIMER ENGINEERING Conley Engineering, Inc. Consulting Electrical Engineers 1433 1almw Court. Sub 1011 101040 0•_ 00403 111 (00 00-9052 - FA! (500) 4E6-0073 9 8 6 5 DESIGNED: NGP DRAWN: NKW CHECKED: DAB APPROVED: NGP PROJECT DATE: AUG 2011 PROJECT NO. 10283 SCALE: AS NOTED 4 i 3 2 City of Yakima Struvite System Implementation Yakima, Washington SOLIDS HANDLING BUILDING STRUVITE CONTROL PANEL EWD H G F E D C B A 1 DRAWING NUMBER E6.2 REV F H G F 16 15 14 1 13 12 11 10 SVTCP-151 SWOP -152 MCP -153 SVTCP-154 SVTCP-155 SVTCP-158 MCP -157 SVTCP-158 MCP -159 SVTCP-160 MLP -161 SVICP-182 SVTCP-163 MCP -164 MCP-1 &5 E ! MCP -166 MCP -187 SVTCP-168 STOP -189 MCP -170 MCP -171 C SVTCP-172 MCP -173 SVICP-174 MCP -175 CONTINUED FROM UNE 150 SHEET E8.2 - CONTINUED FROM UNE 175 BELOW LEFT MODULE 1 24VDC DISCRETE OUTPUT MODULE DISCRETE OUTPUTS IVAC DCO 0:1/10' 0/1 0.1/20: 0/2 0:1/0 0/0O ' 0:1/3 0 0/3 0:1/40 0/4 0:1/5 0 0/5 0:1/6: O/60 0:1/70 0/7 0:1/8 0 0/8 0:1/9 0 0/9 0:1/0/10'100' 0:1/110 � 0/11 1 _,S P_-1_ • STRUVRE SEPARATOR 1� FEED PUMP 11 C.W. TO RUN 1_MP STRUV,TE SEPARATOR 1.±.9P CALL TO RUN 14 I- Y--. SPARE DISCRETE OUTPUT 1 14 MC 1 SPARE DISCRETE OUTPUT 1,519 MCP SPARE DISCRETE OUTPUT TER 1-S�FCP 1 I SPARE DISCRETE OUTPUT I5`8C9 1_-1,_L_. SPARE DISCRETE OUTPUT 159C MCP 1 SPARE DISCRETE OUTPUT ~1���I 14 L--M`P 1 SPARE DISCRETE OUTPUT 11,319 14 MCP 1 , SPARE DISCRETE OUTPUT 18`9 1_16369 �_. SPARE DISCRETE OUTPUT 14 S`� 1 , SPARE DISCRETE OUTPUT 1640 0C 24V - CONTINUED ON UNE 178 ABOVE RIGHT VOTES 1. THE ADDITIONAL 24 VDC POWER TERMINALS ARE INTENDED TO ACCOMMODATE WIRING OF ACTIVE, SELF POWERED DEVICES OR PASSIVE, LOOP POWERED DEVICES. S1TCP-178 MCP -177 SVTCP-178 MCP -179 SVTCP-180 MCP -1131 MCP -182 MCP -183 MCP -184 MCP -185 MCP -188 MCP -187 SVTCP-188 MCP -189 MCP -190 MCP -191 MCP -192 MCP -193 MCP -194 MCP -195 MCP -198 MCP -197 MCP -198 MCP -199 MCP -200 0'5A P-30-120-J4(+5� SVTCP-I12299CCR P 0 O P-30-120-44(I/P) 1i o- 1 0 P-30-120-414 I1:1/00 �I ~o -REACTOR NO.1 MAG 0 CHEMICAL FEED PUMP I 1 (P-30-120) P -30-120-J151:1/01 0 1 H o 0 I. P-30-120-418 I I P-30-120-417 _mo-__ MODULE 2 24VDC DISCRETE INPUT MODULE DISCRETE INPUTS 0 12/00 I VO 0 1.2/01 I/7 1[02 /21.2/02 1:1/03 I -0x-111:2/03 1n 0'SA 1-1;:30-110-44.(+5V) MCP-130CR - o- 0 o I , P-30-110-J40/P) I I I I 0- r 0 P-30-110-414 4 1:1$/044 I ¢�---I REACTOR N0.1 CN15TC I I/41.2 CHEMICAL FEED PUMP o 1 P_i11_o15 (P-30-110) I:1 [OS 1 v51.2/05 I 04 P-30-110-416 -o---I I-0- P-30-110-417 k1/06 e 10/6 1.2/06 1 10/07 0.5A P -30122-44(+5v) MCP • _____ yIfI _¢�-0--�i p0-00__- III MCPI-13,15:11:: 1131056e 00 69 1II 0 .2/0P -30-220-44(/P) P_c_I-30-22~O4_L P -30-220-J15 P-30-220-416 CHEMICAL FEED PUMP Iff IF (P -30-220) N0.2 MAC 1:1/10 /1 1:2/11© /812/06 COY 2 1,101:2/10 -30-220-J17 -e-_"/0 .2/07 1/7 DC COM 0 .SA [P=30-210-44(+9 o- 0 MCP-136CR I P -30-210-44(1/P) I o 1 {-p I o ---r 0 I. P-30-210-414 1:1/12 -moi 1_0- I- 1 _ _ _ _ _ I. P-30-210-415 k P-30-210-416 P-30-210-417 4 REACTOR N0.2 CAUSTIC CHEMICAL FEED PUMP (P-30-210) -0-11.2/12 o/121.2/ /12 1:1/13 e 110/14.2/13 1:1/14 JJ1 0 II/14:2/i4 1:1/15 CONTINUED ON UNE 201 ABOVE RIGHT STRLMTE REACTOR N0.1 MAG CHEM FEED PUMP RUN/STOP STATUS STRUVTE REACTOR N0.1 MAG CHEM FEED PUMP DIRECTION STATUS STRUVRE REACTOR N0.1 MAG CHEM FEED PUMP AUTO/MAN STATUS STRUVRE REACTOR N0.1 MAG CHEM FEED PUMP GENERAL ALARM STATUS STRIATE REACTOR NO.1 CAUSTIC CHEM FEED PUMP RUN/STOP STATUS STRLMTE REACTOR N0.1 CAUSTIC CHEM FEED PUMP DIRECTION STATUS STRUVRE REACTOR 90.1 CAUSTIC CHEM FEED PUMP AUTO/MAN STATUS STRUVRE REACTOR N0.1 CAUSTIC CHEM FEED PUMP GENERAL ALARM STATUS STRUVITE REACTOR N0.2 MAG CHEM FEED PUMP RUN/STOP STATUS STRUVITE REACTOR N0.2 MAG CHEM FEED PUMP DIRECTION STATUS STRUVITE REACTOR N0.2 MAC CHEM FEED PUMP AUTO/MAN STATUS STRLMTE REACTOR N0.2 MAC CHEM FEED PUMP GENERA. ALARM STATUS SIRLMTE REACTOR N0.2 CAUSTIC CHEM FEED PUMP RUN/STOP STATUS STRUVRE REACTOR N0.2 CAUSTIC CHEM FEED PUMP DIRECTION STATUS STRUVRE REACTOR N0.2 CAUSTIC CHEM FEED PUMP AUTO/MAN STATUS STRUVITE REACTOR N0.2 CAUSTIC 61161.10560 PUMP GENERAL ALARM STATUS SVTCP-201 SVTCP-202 MCP -203 SVTCP-204 SVTCP-205 MCP -206 MCP -207 MCP -208 MCP -209 MCP -210 SVICP-211 MCP -212 MCP -213 MCP -214 MCP -215 MCP -216 MCP -217 MCP -218 MCP -219 MCP -220 MCP -221 MCP -222 MCP -223 SVTCP-224 MCP -225 0.5A 10 , 0.5A CONTINUED FR01A UNE 200 BELOW LEFT NOTE 1 PROTOCOL TO 'ETHERNET SWITCH' UNE SSCP -87 (SEE SHEET 66.1) CAT -59 PATO 0011 0 CABLE LEVEL TRANSMITTER LT -10-101 NOTE 1 MODULE 3 ANALOG INPUT MODULE SHIELD 0 I IN 0+ 1:3/00 COM 0 - FROM pH TRANSMITTER. UNE MCP -10. DRAWING E6.1 NOTE 1 � 41 S•HIELD , 20 4 - IN 1+ COY 1 1111 1:3/01 - 0 ANALOG LOOP JUMPER TERMINAL BLOCKS CH1 r 4-20 mA HART ,t FROM pH TRANSMITTER. ' 1 UNE MCP -11, r' DRAWING E6.1 1 SHIELD 2 IN 2+ 1:3/02 COM 2 - ANALOG LOOP JUMPER TERMINAL BLOCKS 0.5A LEVEL TRANSMITTER LT -40-101 NOTE 1 4-20 mA. HART +I SHIELD 3 I IN 3+ 1:3/03 COM 3 - ANALOG LEVEL INDICATOR AT CHEM. F11./ STATION ANALOG LOOP JUMPER TERMINAL BLOCKS CH2 C113 CONTINUED ON UNE 226 SHEET 66.4 STRIATE SUMP REACTIVE BELL (BUBBLER) LEVEL TRANSMRTER 0-35 FEET STRUVRE REACTOR N0.1 REACTOR 2-14 pH STRIATE REACTOR N0.2 REACTOR 2-14 pH CAUSTIC STORAGE (N9010 TANK LEVEL 0-10 FT 16 15 14 13 12 11 10 9 8 7 6 5 1 4 I 3 2 H G F E D C B A REV NUM DESCRIPTION DRINK BY 011110 BY DATE F BID SET NKW NGP 8.3.2011 ATTENTION: 0 1/2 '1 IF THIS B® NOT MEASURE 1" 0 22034 or Y." T�11x17, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING Conley Engineering, Inc. Consulting Electrical Engineers 1413 1aYM.. Calm Sults 100 �.. esstAqten “902 Lou(Soo) oa5-4872 - FAA (509) *91-0073 DESIGNED: NGP DRAWN: NKW CHECKED: DAB APPROVED: NGP PROJECT DATE: AUG 2011 City of Yakima Struvite System Implementation Yakima, Washington PROJECT NO. 10283 SCALE: AS NOTED SOLIDS HANDLING BUILDING STRUVITE CONTROL PANEL EWD DRAWING NUMBER 1 E6.3 REV F Tr 1010M .Osn,,... Sy.,..nca3 I 8 I I >�Rl 1 1 FILENAME 16 15 14 3 12 MCP -226 MCP -227 SVTCP-228 MCP -229 SVTCP-230 SVTCP-231 SI/IMP-232 SVICP-233 SVTCP-234 C' ! SVTCP-235 MCP -236 SVTCP-237 F MCP -238 MCP -239 SVTCP-240 E SVTCP-241 MCP -242 MCP -243 D MCP -244 SVTCP-245 MCP -246 C MCP -247 SVTCP-248 MCP -249 SVTCP-250 A' 4-20 EDA, HART i FROM FLOW r - 4,-I TRANSMITTER, UNE SV06.21, DRAWING ING r ESA Iv CONTINUED FROM UNE 200 BELOW LEFT 5H1 MODULE 4 ANALOG INPUT MODULE ELD 0 I IN 0+ _�` _ 1:4/00 T _ _ _ T COM 0- ?=1 PROTOCOL GATEWAY CH4 SHIELD 94 1+ COY 1- 1:4/01 4-20 EDA. FART i 1 FROM FLOW r L1 I TRWSMITTER, 1 1 UNE MCP -23, r_1, DRAWING E6.1 + CH5 1 SHIELD 2 IN 2+ 1:4/02 COM 2- 4-20 rM. FART j FROM pH r 2, TRANSMITTER. UNE SVTCP-17, 1 11 DRAWING E6.) - G-1 4-20 EDA HART j FROM REACTOR r 4: H0.1 LEVEL 1 (PRESSURE)- 1 1 TRANSMITTER G SHIELD 3 IN 3+ 1:4/03 ICOM 3 - CONTINUED ON UNE 176 ABOVE RIGHT MTS: STRUVITE FEED PUMP NO.1 FLOW METER (FE -10-111) 0-150 GPM STRIMIE FEED PUMP 80.2 FLOW METER (FE -10-121) 0-150 GPM STRUVITE WET WEU. pH 2-14 pH STRIP/11E REACTOR N0.1 LEVEL 0-32 FEET 1. THE ADDITIONAL 24 VDC POWER TERMINALS ARE INTENDED TO ACCOMMODATE WIRING OF ACTIVE. SELF POWERED DEVICES OR PASSIVE. LOOP POWERED DEVICES. MCP -251 MCP -252 MCP -253 MCP -254 SVTCP-255 MCP -258 S1TCP-257 MCP -258 SVTCP-259 5VTCP-260 SVTCP-281 MCP -262 SVTCP-283 SVTCP-264 MCP -265 MCP -268 SVTCP-267 SVTCP-288 SVTCP-269 SVTCP-270 MCP -271 5VTCP-272 MCP -273 51100-274 SVTCP-275 O CONTINUED FROM UNE 200 BELOW LEFT MODULE 5 ANALOG INPUT MODULE SHELD 0 4-20 rM. HART 1 FROM REACTOR r - 4,- 140.2 h140.2 LEVEL (PRESSURE) r -1� TRANSMITTER IN 0+ 13/00 COM 0- T T 1 PROTOCOL 1 GATEWAY CH8 :5HIELD 1 IN 1+ 05/01 'COM 1 - 'SHIELD 2 1 IN 2+ 1:5/02 0M 2- 4-20 rM G SHIELD 3 I IN 3+ 1:5/03 COM 3 - STRIATE REACTOR 60.2 LEVEL 0-32 FEET SPARE ANALOG INPUT 4-2001A SPARE ANN.OG INPUT 4-200381 SPARE ANALOG INPUT 4-20mA MCP -276 MCP -277 5VTCP-276 SVTCP-279 MCP -260 SVTCP-281 MCP -282 SVTCP-283 MCP -284 MCP -285 MCP -286 MCP -287 51TCP-288 MCP -289 MCP -290 SVTCP-291 MCP -292 MCP -293 5V1CP-294 SVTCP-295 MCP -296 MCP -297 MCP -298 SI/IMP-299 MCP -300 MODULE 5 ANALOG OUTPUT MOOULE SPEED 4-20 r A SETPOINT I IN 0+: Q ...(4.. STRUVITE REACTOR 90.1 O:6/0 , 1 III MAGNESIUM CHEMICAL COM 0- 'I, 1 - i i IP I FEED PUMP Y 0-100% G 1vL_-1 J l_51RUVITE REACTOR 40.1 SHIELD 0 W -. MAGNESIUM CHEMICAL FEED PUMP SHIELD 11 4-20 EDA 1 IN 1+, Q 1 .. 0:6/1 Fri r i 1,1 IY v 1 IN 2+1 0:6/2 COM 2- 4-20 EDA + I STRIATE REACTOR N0.2 MAGNESIUM CHEMICAL FEED PUMP 1 Y vL 0-100% SPEED SETPOINT SHIELD 3, STRIATE REACTOR 110.1 SODIUM HYDROXIDE CHEMICAL FEED PUMP 0-100% STRIATE REACTOR N0.1 SODIUM HYDROXIDE CHEMICAL FEED PUMP SPEED SETPOINT 4-20 rM I IN 3+ 0:6/3 COM 3-1 01 STIBNITE REACTOR N0.2 MAGNESIUM CHEMICAL FEED PUMP SPEED SETPOINT STRIATE REACTOR N0.2 SODIUM HYDROXIDE CHEMICAL FEED PUMP 0-1005 IMTE REACTOR N0.2 SODIUM HYDROXIDE CHEMICAL FEED PUMP 16 15 14 13 1 12 11 10 9 I 8 6 i 5 4 3 2 / REV NUM DESCRIPTION 0RW14 BY BID SET NKW CHK'D BY NGP DATE 6-3-2011 a ATTENTION: 0 1/2 1 IF THIS BAR DOES NOT MEASURE 1' @ 22034 0r 14 @11017, THEN DRAWING IS NOT TO SCALE - SCALE ACCORDINGLY PHARMER ENGINEERING Conley Engineering, Inc. Consulting Electrical Engineers 1433 1aWN. Caul, 94b 103 3W114 WatlYG31a^ M Q 1EL (300) 003.0812 - FAC PAD) 1..-0612 DESIGNED: NGP DRAVN: NKW CHECKED: DAB APPROVED: NGP PROJECT DATE AUG 2011 City of Yakima Struvite System Implementation Yakima, Washington PROJECT NO. 10283 SCALE AS NOTED SOLIDS HANDLING BUILDING STRUVITE CONTROL PANEL EWD 1 DRAWING NUMBER E6.4 REV F 1ECV1010x.10sbw1. Syron.. 4 Project: To: City Of Yakima Change Order Yakima WWTP Struvite System Implementation 2220 E. Viola Yakima WA 98901 Shannon Industrial Contractors, Inc. Change Order Number: 3 Change Order Date: 2/11/2013 Contract Number: 2267 Contract Date: You are directed to make the following changes in this Contract: Refer to attached Scope Description and Justification Narrative along with the two October 18' 2012 letters itemizing the cost for each change from Shannon Industrial Contractors, Inc. CPR -11 Addition of two 3" PVC valves $ 769.30 Add Not valid until signed by both the Approving Authority and Contractor. Signature of the Contractor indicated agreement herewith, including any adjustment on the Contract Sum or Contract Time. The Original Contract Sum was Net change by previous Change Orders $ 718,664.40 $ 16,156.59 The Contract Sum prior to this Change Order $ 734,820.99 The Contract Sum will be: X Increased 0 Decreased 0 Unchanged by this Change Order $ 769.30 $ 734,820.99 The New Contract Sum including this Change Order will be The Contract Time will be: 0 Increased 0 Decreased X Unchanged by ( ) working days The Contract Time remains 240 working days. Contra By. , Andy Hander Title: President Date: 341/..r By. Approv Recon / ed Dean Smith Utility Const uctt. Manager S =tt c ra r Wastewater !yi/ion Manag Date: 3 6L3 proved Tony O'Rourke Title: City Manager Date: 94 t3 Original to Contractor Struvite System Project Change Order 3 Scope Description and Justification Narrative CPR -11: Re-circulation loop at 3" pump Discharge- Supply and install two 3" PVC ball valves in the feed lines to both the North and South reactor. This will allow isolation of the systems during maintenance. Original to Contractor Construction Change Order Cost Analysis Date: March 5, 2013 Project: Struvite System Implementation www.pharmereng.com 1998 W. Judith Lane Boise, Idaho 83705 Phone: 208-433-1900 Fax: 208-433-1901 To: Dean Smith (Yakima), From: Jordi Figueras (Pharmer Engineering) CC: Dan Barbeau (Pharmer Engineering) Subject: Change Order 3 — Summary of Cost Analyses Below is a summary of the cost analyses performed by Pharmer Engineering for the various items included in Change Order 3. These reviews were performed as the project change requests were received from Shannon Industrial. CPR -11 — Re -circulation loop at 3" pump Discharge Cost Analysis: Cost of the valves is estimated to be about $350. Labor included shutdown and drainage of the piping system, piping modifications and installation of new materials. For hours for this scope is reasonable. Page 1 of 1 Shannon Industrial Contractors, Inc. PO Box 3886 ♦ 131 E. Poplar Ave. ♦ Coeur d' Alene, ID 83816 Phone: 208-765-2403 ♦ Fax: 208-765-8873 ♦ Entail: lndustrial@ShannonCompanies.net January 31, 2013 Yakima WWTF 2220 E Viola Yakima, WA 98901 Attn: Dean Smith RE: Yakima WWTF — Struvite System CPR -11 (2) 3" PVC Valves Dear Dean, The following is Shannon Industrial's cost to provide (2) 3" PVC valves at the struvite feed lines. Labor 4 Hours @ $45/Hr $180.00 Valves, r':P- 4.4 s 420.00 Sub -Total $600.00 Shannon O & P 15% 90.00 Bond, Insurance, B&O Tax 3% 21.00 Sub -Total $711.00 Sales Tax 8.2% 58.30 Total This Change $769.30 Please call if you have any questions. Sincerely, Shannon Industrial Contractors, Inc. 4,4 /La/ Andy Hander President