Loading...
HomeMy WebLinkAboutBlack & Veatch - Ultraviolet Disinfection Project (2.5 million) ! -- ,1 h,,, City of Yakima, Washington is ,„ :' , Yakima Regional ' • ' Wastewater Treatment Plant ,,,b / Ultraviolet Disinfection Project Project Manual November 2007 Prepared by iiii& BLACK & VEATCH Building a world of difference. 4800 Meadows Road, Suite 200 Lake Oswego, OR 97035 503.699.7556 Fax: 503.697.3699 B &V Project # 132965 In Association with Conley Engineering, Inc. P.O. Box 8326 205 North 40th Avenue, Suite 201 Yakima, WA 98908 (509) 965-9872 1 . - . City of Yakima, Washington 0 - -- 4 ..- • • '' • -4 i' IL •• .%11 . r irwi , • 1.2 r, .•. n ____„/ i o Yakima Regional : i „ .... . * Wastewater Treatment Plant „ ,, '..,4.... ..... .-.,,,,, „,‘,..„...---------- Ultraviolet Disinfection Project . . . . . . . Project Manual November 2007 MOM= Prepared by , .. BLACK & VEATCH Kw . Building a world of difference® 4800 Meadows Road, Suite 200 Lake Oswego, OR 97035 503.699.7556 Fax: 503.697.3699 B&V Project # 132965 In Association with . , Conley Engineering, Inc. P.O. Box 8326 205 North 40th Avenue, Suite 201 Yakima, WA 98908 (509) 965-9872 ti J •� City of Yakima, Washington .,. , Yakima Regional Wastewater Treatment ,..:,,G - ..e.. Ultraviolet Disinfection Project November 2007 The following Technical Specifications have been prepared by or under the direct supervision of Robert B. Ward, P.E., Black & Veatch Corporation. DIVISION 0 — BIDDING, CONTRACTS, AND DIVISION 1 — GENERAL REQUIREMENTS DIVISION 7 - THERMAL AND MOISTURE ADMINISTRATION 01015 Project Requirements PROTECTION 00020 Invitation to Bid 01070 Abbreviations of Terms and 07900 Caulking 00100 Instructions to Bidders Organizations 00400 Bid Form 01300 Submittals DIVISION 8 - DOORS AND WINDOWS 00410 Bid Bond 01310 Construction Scheduling 08110 Steel Doors and Frames 00430 List of Subcontractors 01320 Construction Progress 08700 Finish Hardware 00500 Agreement Documentation 00510 Performance Bond 01380 Construction Photographs DIVISION 9 — FINISHES 00520 Payment Bond 01400 Quality Control 09920 Architectural Painting 00530 Notice of Award 01500 Temporary Facilities 09940 Protective Coatings 00535 Notice to Proceed 01605 General Equipment Requirements 00550 Certificate of Insurance 01610 General Equipment Stipulations DIVISION 11 - EQUIPMENT 00700 Standard General Conditions of the 01612 Shipping 11905 UV Disinfection Equipment Construction Contract 01614 Handling and Storage 00800 Supplementary Conditions 01630 Pipeline Schedule DIVISION 15 — MECHANICAL 00920 Application for Payment 01650 Startup Requirements 15010 Valve Installation 00930 Change Order 15020 Miscellaneous Piping and 00935 Work Change Directive DIVISION 2 — SITEWORK Accessories Installation 00940 Certificate of Substantial Completion 02050 Demolition and Salvage 15061 Ductile Iron Pipe 02200 Earthwork 15062 Steel Pipe 02202 Trenching and Backfilling 15067 Miscellaneous Plastic Pipe, Tubing, 02522 Concrete Sidewalk, Curb, and Gutter and Accessories 02605 Sewer Manholes 15069 Cast Iron Soil Pipe and Accessories 02704 Pipeline Pressure and Leakage 15091 Miscellaneous Ball Valves Testing 15104 Resilient- Seated Gate Valve 15111 Gate Installation DIVISION 3 - CONCRETE 15114 Slide Gates 03450 Pre -Cast Concrete Electrical 15115 Flap Gates Enclosure 15140 Pipe Supports 15180 Valve and Gate Actuators 15400 Plumbing 15650 Refrigeration Systems 15990 Testing, Adjusting, and Balancing -0, B. < of wAsli ti f- b 0 0 - . ,-3 / r if / W IM 43096 9 ,C{,, . GIS TER - 6 ti S S'TONAL ti' EXPIRES: 03/23/2009 g itif „, BLACK Building o E ` l \1 1 41 r ` . . City of Yakima, Washington /, • ' , Yakima Regional Wastewater Treatment " � Ultraviolet Disinfection Project 111 '''\ -�" ' November 2007 The following Technical Specifications have been prepared by or under the direct supervision of Seung -Uhn Park, P.E., Black & Veatch Corporation. DIVISION 3 - CONCRETE DIVISION 5 - METALS 03301 Concrete 05520 Handrailing, Guardrailing, and Ladders 03600 Grout 05530 Grating 03710 Concrete Crack Repair 05550 Anchorage In Concrete and Masonry 05990 Structural and Miscellaneous Metals CrUHNp -r 4' de wASy/4Nn ��ti C t'' EO ; / Cam' I 33094 iok, o ust CI o EXPIRES 4/15 a ' I*, BLACK & VEATCH Building a world of difference. EEi F ' 3 ' City of Yakima, Washington ' ` Yakima Regional Wastewater Treatment ,,�,,,„ R�ARATED ,' $.. - -.: y � ' Ultraviolet Disinfection Project �� November 2007 The following Technical Specifications have been prepared by or under the direct supervision of Robert Blehart, P.E., Conley Engineering, Inc. DIVISION 13 - SPECIAL CONSTRUCTION DIVISION 16 — ELECTRICAL 13500 Instrumentation and Control System 16050 Electrical 13530 Programmable Logic Controllers 16100 Electrical Equipment Installation 13560 Instrumentation General 16220 General Purpose Induction Motors Requirements 16425 Switchboards 13562 Flow Instruments 16480 600 Volt Class Motor Control Centers 13565 Miscellaneous Instruments 13570 Panels, Consoles, and Appurtenances OA R. BLit Q•" 17& �0 A � � 1 fivi1t° 4 INNAL l I EXPIRES 00/07/09 I BLACK & VEATCH Building a world of difference. City of Yakima, Washington Yakima Regional Wastewater Treatment Ultraviolet Disinfection Project TABLE OF CONTENTS Technical Specifications Subject Page Count BIDDING REQUIREMENTS 00020 Invitation to Bid 1:3 00100 Instructions to Bidders 1:14 BIDDING FORMS 00400 Bid Form 1:6 00410 Bid Bond 1:2 00430 List of Subcontractors 1:1 CONTRACTING FORMS 00500 Agreement 1:8 00510 Performance Bond 1:2 00520 Payment Bond 1:2 00530 Notice of Award 1:2 00535 Notice to Proceed 1:1 00550 Certificate of Insurance 1:3 CONDITIONS OF THE CONTRACT 00700 Standard General Conditions of the 1:43 Construction Contract 00800 Supplementary Conditions 1:36 00800A Duties, Responsibilities, and 1:5 Limitations of Authority of the Resident Project Representative as Set Forth in the Owner /Engineer Agreement 00800B Employment Requirements 1:1 and Wage Rates 00800C Minimum Wage Affidavit 1:1 City of Yakima, Washington TOC Table of Contents PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 TABLE OF CONTENTS (Continued) 00800D City of Yakima 1:9 Nondiscrimination and Women and Minority Business Enterprise Policy ADMINISTRATIVE FORMS 00920 Application for Payment 1:4 00930 Change Order 1:2 00935 Work Change Directive 1 :2 Field Order Attachment 1:1 00940 Certificate of Substantial Completion 1:2 SPECIFICATIONS DIVISION 1 — GENERAL REQUIREMENTS 01015 Project Requirements 1:8 01070 Abbreviations of Terms and Organizations 1:4 01300 Submittals 1:6 01310 Construction Scheduling 1:5 01320 Construction Progress Documentation 1:3 01380 Constr Photographs 1:2 01400 Quality Control 1:3 01500 Temporary Facilities 1:4 01605 General Equipment Requirements 1:1 01610 General Equipment Stipulations 1:4 01612 Shipping 1 01614 Handling and Storage 1:2 01630 Pipeline Schedule 1:1 01630 -S01 Pipeline Schedule 1:1 01650 Startup Requirements 1:3 DIVISION 2 - SITEWORK 02050 Demolition and Salvage 1:4 02200 Earthwork 1:18 02200 Fig 1 Protective System Design 1:1 Certificate 02202 Trenching and Backfilling 1:19 02202 -Fig 1 Embedments for Conduits 1:1 City of Yakima, Washington TOC Table of Contents PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 TABLE OF CONTENTS (Continued) 02202 -Fig 2 Protective System Design 1:1 Certificate 02522 Concrete Sidewalk, Curb, and Gutter 1:4 02605 Sewer Manholes 1:7 02704 Pipeline Pressure and Leakage Testing 1:5 02704 -S01 Plant Piping Test Pressure 1:1 Schedule DIVISION 3 - CONCRETE 03301 Concrete 1:9 03450 Pre -Cast Concrete Electrical Enclosure 1:8 03600 Grout 1:2 03710 Concrete Crack Repair 1:4 DIVISION 4 — MASONRY — Not Used DIVISION 5 - METALS 05520 Handrailing, Guardrailing, and Ladders 1:9 05530 Grating 1:5 05550 Anchorage In Concrete and Masonry 1:6 05990 Structural and Miscellaneous Metals 1:12 DIVISION 6 - WOOD AND PLASTICS — Not Used DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07900 Caulking 1:3 DIVISION 8 - DOORS AND WINDOWS 08110 Steel Doors and Frames 1:6 08700 Finish Hardware 1:3 DIVISION 9 - FINISHES 09920 Architectural Painting 1:12 09940 Protective Coatings 1:28 09940 -Fig 1 Coating System Data Sheet 1:1 09940 -Fig 2 Coating System Data Sheet 1:1 City of Yakima, Washington TOC Table of Contents PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 TABLE OF CONTENTS (Continued) DIVISION 10 - SPECIALTIES — Not Used DIVISION 11 - EQUIPMENT 11905 UV Disinfection Equipment 1:29 DIVISION 12 — FURNISHINGS — Not Used DIVISION 13 - SPECIAL CONSTRUCTION 13500 Instrumentation and Control System 1:20 13530 Programmable Logic Controllers 1:15 13560 Instrumentation General Requirements 1:5 13560 -Fig 1 Instrument Calibration Report 1:1 13562 Flow Instruments 1:8 13565 Miscellaneous Instruments 1:6 13570 Panels, Consoles, and Appurtenances 1:10 DIVISION 14 - CONVEYING SYSTEMS — Not Used DIVISION 15 — MECHANICAL 15010 Valve Installation 1:4 15020 Miscellaneous Piping and Accessories 1:13 Installation 15061 Ductile Iron Pipe 1:11 15061 -S01 Ductile Iron Pipe Schedule 1:1 • 15062 Steel Pipe 1:16 15062 -Fig 1 Steel Pipe — Field - Welded Lap 1:1 Joint Detail 15062 -S01 Steel Pipe Schedule 1:1 15067 Miscellaneous Plastic Pipe, Tubing, and 1:8 Accessories 15069 Cast Iron Soil Pipe and Accessories 1:3 15091 Miscellaneous Ball Valves 1:8 15104 Resilient- Seated Gate Valve 1:5 15104 -S01 Resilient- Seated Gate Valve 1:1 Schedule 15111 Gate Installation 1:4 City of Yakima, Washington TOC Table of Contents PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 TABLE OF CONTENTS (Continued) 15114 Slide Gates 1:5 15114 — SO1 Slide Gates Schedule 1:1 15114 — SO2 Slide Gates Schedule 1:1 15115 Flap Gates 1:3 15115 — SO1 Flap Gates Schedule 1:1 15140 Pipe Supports 1:18 15140 -Fig 1A and B Hangers and Supports 1:2 15180 Valve and Gate Actuators 1:12 15400 Plumbing 1:11 15650 Refrigeration Systems 1:14 15990 Testing, Adjusting, and Balancing 1:6 DIVISION 16 — ELECTRICAL 16050 Electrical 1:39 16050 -Fig 1 -15 Cable Data 1:15 16100 Electrical Equipment Installation 1:2 16220 General Purpose Induction Motors 1:9 16425 Switchboards 1:16 16480 600 Volt Class Motor Control Centers 1:14 City of Yakima, Washington TOC Table of Contents PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 TABLE OF CONTENTS (Continued) Drawing List — Bound Separately • Sheet Drawing Number and Title Number 1 G001 — Cover Sheet, Location, and Vicinity Map 2 G002 — Sheet List 3 0003 — Legend 4 G004 — Abbreviations 5 G005 — Notes 6 G006 — UV System Hydraulic Profile 7 G007 — Overall Site Plan 8 SG001 — General Notes 9 SG002 — Standard Concrete Reinforcing Details 10 SG003 — Standard Concrete Joint Details 11 SG004 — Standard Guardrail /Handrail Details 12 S0005 — Standard Stair Details 13 SG006 — Standard Miscellaneous Details 14 SU101 — UV Basin Operating Floor Plan 15 SU102 — UV Basin Sectional Plan 16 SU103 — UV Basin Diversion Box 17 SU301 — UV Basin Section 18 SU302 — UV Basin Sections and Details 19 MG502 — Piping Details 20 MU101 — UV Basin Mechanical Demolition Plan 21 MU102 — UV Disinfection Grading, Paving, and Drainage Plan 22 x/ 0104 — U \/ Basin Plan 23 MU301 — UV Basin Section 24 MU302 — UV Disinfection 60 -inch Secondary Clarifier Effluent Profile 25 MU304 — UV Basin Section 26 MU501 — UV Basin Details 27 IG001 — Instrumentation Legend and Abbreviations (1 of 2) 28 IG002 — Instrumentation Legend and Abbreviations ( 2 of 2) 29 IU601 — Instrumentation UV Disinfection 30 IU633 — Instrumentation Revised Fiber Backbone Connection Diagram 31 EG001 — Electrical Symbol Schedules 32 EG107 — Electrical Site Plan 33 EG410 — ASPS /UV Structure Area Revised Partial Electrical Site Plan 34 EU101 — Existing Chlorine Contact Tank, Existing /Demolition Electrical Plan City of Yakima, Washington TOC Table of Contents PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 TABLE OF CONTENTS (Continued) Sheet Drawing Number and Title Number 35 EU104 — UV Disinfection Area, Electrical Plan 36 EU201 — UV Disinfection Area, MCC UVA and UVB Elevations and Schedules 37 EU202 — UV Disinfection Area, MCC UVC Elevation and Schedule 38 EU204 — Existing ASPS Building, Existing MCC Elevations and Schedules 39 EU404 — UV Disinfection Area, Partial Process Power Plan 40 EU405 — UV Disinfection Area, UV Electrical Enclosure Electrical Plans 41 EU407 — UV Disinfection Area, UV Electrical Enclosure Electrical Plans 42 EU410 — UV Disinfection Area, Partial Process Instrumentation Plan 43 EU501 — UV Disinfection Area, Control Station Details 44 EU614 — UV Disinfection Area, Panelboard Circuit Schedules 45 EU701 — UV Disinfection Area, Switchboard One Line Diagrams 46 EU703 — UV Disinfection Area, MCC One Line Diagrams 47 EU704 — UV Disinfection Area, MCC One Line Diagrams 48 EU705 - Existing ASPS Building, Existing MCC-8401R One Line Diagrams 49 EU707 - Existing ASPS Building, Existing MCC -8402R One Line Diagrams 50 EU801 — UV Disinfection Area, MCC EWDS 51 EU910 — UV Disinfection Area, CP Elevations 52 EU914 — UV Disinfection Area, CP EWDS 53 EU917 — UV Disinfection Area, CP EWDS 54 EU950 — UV Disinfection Area, Analog Loop Diagrams END OF SECTION City of Yakima, Washington TOC Table of Contents PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 00020 INVITATION TO BID City of Yakima Yakima Regional WWTP Ultraviolet Disinfection Project Bid No. 2182 Date: November 1, 2007 Sealed Bids will be received by City of Yakima, Washington, City Clerk's Office (OWNER) at 129 North Second Street, Yakima, WA 98901, until 3:00 p.m., local time, December 17, 2007 for Contract No. 2182. At said place and time, and promptly thereafter, all Bids that have been duly received will be publicly opened and read aloud. The Work is generally described as follows: New ultraviolet disinfection system installed in an existing chlorine contact chamber, new concrete diversion structure, new UV basin influent piping, a new pre- fabricated reinforced concrete electrical enclosure and associated electrical and instrumentation and controls improvements. All Bids must be in accordance with the Bidding Documents on file with the City of Yakima, Washington, 129 North Second Street, Yakima, WA 98901, and at the offices of Black & Veatch Corporation, 710 Second Avenue, Suite 1160, Seattle, WA 98104, and 4800 SW Meadows Road, Suite 200, Lake Oswego, OR 97035. Copies of the Bidding Documents have also been provided to the following plan centers: Daily Journal of Commerce (Portland and Seattle). McGraw -Hill Construction /Dodge (Portland). Yakima Plan Center. Tri -City Construction Council (Kennewick). Spokane Regional Plan Center. Inland NW, AGC (Spokane). City of Yakima, Washington 00020 Invitation to Bid PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Copies of the Bidding Documents may be obtained from Black & Veatch • Corporation at the address indicated herein on the following basis: Charge Complete set of Bidding Documents $200.00 Complete set of Drawings $100.00 Complete copy of the Project Manual $100,00 Geotechnical report $25.00 Individual Sheets of Drawings $2.00 Individual pages of Project Manual $0.50 Neither OWNER nor ENGINEER has any responsibility for the accuracy, completeness or sufficiency of any bid documents obtained from any source other than the source indicated in these documents. Obtaining these documents from any other source(s) may result in obtaining incomplete and inaccurate information. Obtaining these documents from any source other than directly from the source listed herein may also result in failure to receive any addenda, corrections, or other revisions to these documents that may be issued. Bidders must be licensed contractors in the State of Washington. Attendance at a pre -Bid conference, as specified in the Instructions to Bidders, is encouraged. Bids will be received on a lump sum basis. Rid sPrurity must arrmmPanv Parh Rid. The Successful Bidder will be required to furnish a Construction Performance Bond and a Construction Payment Bond as security for the faithful performance and the payment of all bills and obligations arising from the performance of the Contract. CONTRACTOR and all Subcontractors will be required to conform to the labor standards and employment requirements set forth in the Contract Documents. Consistent with the President's Policy Statement on Minority Business Enterprise dated December 17, 1983, Executive Order 12432 and the Environmental Protection Agency's Procurement Under Assistance Agreements Regulation (40 CFR 31.36) dated March 11, 1988, all bidders shall be required to comply fully with these bid specifications toward the goal of equitable utilization of Minority Business Enterprises (MBE), Women Business Enterprises (WBE), and Small Business Enterprises (SBEs). City of Yakima, Washington 00020 Invitation to Bid PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Such utilization may be through prime contracting, subcontracting, joint- venture, procurement of supplies, material or equipment, or other business participation utilized in performing this project. In this regard all contractors shall take all necessary and reasonable steps to ensure MBE/WBE /SBEs have the maximum opportunity to compete for and /or perform contracts. Contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of EPA assisted projects. The City reserves the right to reject any or all bids and proposals If the Contract is to be awarded, OWNER will give the Successful Bidder a Notice of Award within the number of days set forth in the Bid Form for acceptance of the Bid. End of Section City of Yakima, Washington 00020 Invitation to Bid PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 00100 INSTRUCTIONS TO BIDDERS ARTICLE 1 - DEFINED TERMS 1.01. Terms used in these Instructions to Bidders shall have the meanings assigned to them in the General Conditions and in the Supplementary Conditions. Additional terms used in these Instructions to Bidders shall have the meanings indicated below, which are applicable to both the singular and plural thereof. A. Bidder - The individual or entity who submits a Bid directly to OWNER. B. Issuing Office - The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. C. Successful Bidder - The lowest qualified, responsible, and responsive Bidder to whom OWNER (on the basis of OWNER's evaluation as herein provided) makes an award. ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 2.01. Bidding Documents may be obtained from Black & Veatch Corporation at either of the following two addresses: 710 Second Avenue, Suite 1160, Seattle, WA 98104, 4800 Meadows Road, Suite 200, Lake Oswego, Oregon 97035, on the following basis: Charge Complete set of Bidding Documents $200.00 Complete set of Drawings $100.00 Complete copy of the Project Manual $100.00 Geotechnical report (information only) $25.00 Individual sheets of Drawings $2.00 Individual pages of Project Manual $.50 City of Yakima, Washington 00100 Instructions to Bidders PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Individual sheets of Drawings or individual pages of Project Manual may be obtained upon request by specific sheet numbers or page numbers only. Partial sets of Drawings or Specifications will not be issued in response to requests by subject matter. 2.02. Complete sets of Bidding Documents must be used in preparing Bids; OWNER and ENGINEER will assume no responsibility for errors or misrepresentations resulting from the use of incomplete sets of Bidding Documents. 2.03. OWNER and ENGINEER, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use. 2.04. Neither OWNER nor ENGINEER has any responsibility for the accuracy, completeness or sufficiency of any bid documents obtained from any source other than the source indicated in these documents. Obtaining these documents from any other source(s) may result in obtaining incomplete and inaccurate information. Obtaining these documents from any source other than directly from the source listed herein may also result in failure to receive any addenda, corrections, or other revisions to these documents that may be issued. ARTICLE 3 - QUALIFICATIONS OF BIDDERS 3.01. To demonstrate Bidder's qualifications to perform the Work, Bidder shall submit with its Bid written evidence on financial data, previous experience, present commitments, and other such data as may be requested by OWNER or ENGINEER. The Bid shall contain evidence of Bidder's qualification to do business in the state where the Project is located. ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE 4.01. Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports of explorations and tests of subsurface renditions at or contiguous to the Site that ENGINEER has used in preparing the Bidding Documents. 2. Those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) that ENGINEER has used in preparing the Bidding Documents. City of Yakima, Washington 00100 Instructions to Bidders PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 B. The reports and drawings will be available to Bidder for review at the locations and under the conditions defined in paragraph 4.02 of the Supplementary Conditions. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02 of the General Conditions has been identified and established in the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions, or information contained in such reports or shown or indicated on such drawings. 4.02. Underground Facilities A. Information and data reflected in the Bidding Documents with respect to Underground Facilities at or contiguous to the Site are based upon information and data furnished to OWNER and ENGINEER by owners of such Underground Facilities, including OWNER or by others, and OWNER and ENGINEER disclaim responsibility for the accuracy or completeness thereof, unless it is expressly provided otherwise in the Supplementary Conditions. 4.03. Hazardous Environmental Condition A. The Supplementary Conditions identify those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that ENGINEER has used in preparing the Bidding Documents. B. Copies of such reports and drawings will be made available by OWNER to Bidder upon request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.06 of the General Conditions has been identified and established in the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions, or information contained in such reports, or shown or indicated on such drawings. 4.04. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions, and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in Paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions concerning City of Yakima, Washington 00100 Instructions to Bidders PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible • changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Bidding Documents or identified in the Contract Documents to be within the scope of the Work appear in Paragraph 4.06 of the General Conditions. 4.05. Before submitting a Bid, each Bidder may. at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests, and studies and obtain any additional information and data which pertain to subsurface or physical conditions at or contiguous to the site or otherwise, which may affect cost, progress, performance, or furnishing of the Work and which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price, and other terms and conditions of the Contract Documents. On request 24 hours in advance, OWNER will provide each Bidder access to the Site to conduct such explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations. Arrangements for Site visits shall be made by calling Max Linden, City of Yakima at (509) 575- 6077. 4.06. Reference is made to the Supplementary Conditions and the Project Requirements section of Division 1 for the identification of the general nature of other work that is to be performed at the Site by OWNER or others (such as utilities or other prime contractors) that relates to the Work for which a Bid is to be submitted. On request, OWNER will provide to Bidder for examination access to or copies of Contract Documents (other than portions thereof related to price) for such I Vll IGI work. 4.07. It is the responsibility of each Bidder before submitting a Bid to: A. Examine and carefully study the Bidding Documents, including any Addenda and other related data identified in the Bidding Documents; B. Visit the Site and become familiar with and satisfy Bidder as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work; C. Become familiar with and satisfy Bidder as to all Federal, state, and local Laws and Regulations that may affect cost, progress, or performance of the Work; City of Yakima, Washington 00100 Instructions to Bidders PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 D. Carefully study all 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) which have been identified in the Supplementary Conditions as provided in Paragraph 4.02 of the General Conditions, and carefully study all reports and drawings of a Hazardous Environmental Condition, if any, at the Site which have been identified in the Supplementary Conditions as provided in Paragraph 4.06 of the General Conditions; E. Obtain and carefully study (or assume responsibility for 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, techniques, sequences, and procedures of construction to be employed by Bidder, including any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents and safety precautions and programs incident thereto; F. Agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its Bid for performance of the Work at the price bid and within the times and in accordance with the other terms and conditions of the Bidding Documents; G. Become aware of the general nature of the Work to be performed by OWNER or others at the Site that relates to the Work indicated in the Bidding Documents; H. Correlate 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. Promptly give ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by ENGINEER is acceptable to Bidder; and J. Determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. City of Yakima, Washington 00100 Instructions to Bidders PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 4.08. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement concerning examination of the Bidding Documents and the Site; that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents; that Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by ENGINEER are acceptable to Bidder and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. ARTICLE 5 - PRE -BID CONFERENCE 5.01. A pre -Bid conference will be held at 10:00 a.m. on November 19, 2007 at the Yakima Regional Wastewater Treatment Facility 2220 East Viola, Yakima, Washington 98901. Representatives of OWNER and ENGINEER will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. In response to questions arising at the conference, ENGINEER will issue Addenda as ENGINEER considers necessary. Minutes of the meeting will be distributed as part of an Addendum. ARTICLE 6 - SITE AND OTHER AREAS 6.01. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto, and other lands designated for use by CONTRACTOR in performing the Work are identified in the Bidding Documents. All additional lands and a thereto req for tempora constr All additional IlIV11U1 IUIIIAJ and access thereto required for temporary UI VVIIV IIUV�IV11 facilities or storage of materials and equipment are to be provided by CONTRACTOR. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by OWNER unless otherwise specified in the Bidding Documents. ARTICLE 7 - INTERPRETATIONS AND ADDENDA 7.01. All questions about the meaning or intent of the Bidding Documents shall be submitted to ENGINEER in writing. Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by ENGINEER as having received the Bidding Documents. Questions received less than 10 days prior to the date for opening of Bids may not be answered. Only answers issued by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. City of Yakima, Washington 00100 Instructions to Bidders PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 ARTICLE 8 - BID SECURITY 8.01. Each Bid must be accompanied by Bid security made payable without condition to OWNER in an amount of 5 percent of Bidder's maximum Bid and in the form of a certified check, bank check, or a Bid Bond issued by a surety meeting the requirements set forth in the Supplementary Conditions. The Bid Bond, if used, shall be submitted on the form included in the Bidding Documents. Bids submitted without Bid security as specified herein shall be considered non- responsive. 8.02. The Bid security of the Successful Bidder will be retained until such Bidder has executed the Agreement, furnished the required contract security, and met the other conditions of the Notice of Award, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Agreement and to furnish the required contract security within the number of days set forth in the Bid Form, OWNER may annul the Notice of Award and the Bid security of that Bidder will be forfeited. The Bid security of other Bidders whom OWNER believes to have a reasonable chance of receiving the award may be retained by OWNER until the earlier of 7 days after the Effective Date of the Agreement or the day after the last day the Bids remain subject to acceptance as set forth in the Bid Form, whereupon Bid security furnished by such Bidders will be returned. 8.03. Bid security of other Bidders who OWNER believes do not have a reasonable chance of receiving the award will be returned within 7 days after the Bid opening. ARTICLE 9 - CONTRACT TIMES 9.01. The numbers of days within which, or the dates by which, the Work is to be substantially completed and also completed and ready for final payment (the Contract Times) are set forth in the Bid Form. ARTICLE 10 - LIQUIDATED DAMAGES 10.01. Provisions for liquidated damages, if any, are set forth in the Agreement. ARTICLE 11 - SUBSTITUTE AND "OR- EQUAL" ITEMS 11.01. The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or "or- equal" items. Application for review of substitute or "or- equal" materials or equipment will not be considered by ENGINEER until after the Effective Date of the Agreement. The procedure for submission of any application for review of substitute or "or- equal" items by CONTRACTOR and consideration by ENGINEER is set forth in Paragraph 6.05 of the General City of Yakima, Washington 00100 Instructions to Bidders PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Conditions and may be supplemented in the Project Requirements section of Division 1, General Requirements. ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS 12.01. If the Bidding Documents require the identity of certain Subcontractors, Suppliers, and other individuals or entities to be submitted to OWNER, each Bidder shall submit to OWNER with its Bid the List of Subcontractors, completed with the names of all -such Subcontractors, Suppliers, and other individuals and entities proposed for those portions of the Work for which such identification is required. The list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual, or entity, if requested by OWNER. If, after due investigation, OWNER or ENGINEER has reasonable objection to any proposed Subcontractor, Supplier, or other individual or entity, OWNER may, before the Notice of Award is given, request the apparent Successful Bidder to submit an acceptable substitute without an increase in the Bid. 12.02. If the apparent Successful Bidder declines to make any such substitution, OWNER may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, and other individuals and entities. Declining to make requested substitutions will not constitute grounds for sacrificing the bid security of any Bidder. Any Subcontractor, Supplier, or other individual or entity so listed and against which OWNER or ENGINEER makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER, subject to revocation of such acceptance after the Effective Date of the Agreement as provided in Paragraph 6.06 of the General Conditions. 12.03. CONTRACTOR shall not be required to employ any Subcontractor, individual, or entity against whom CONTRACTOR has a reasonable objection. 12.04. Any Bid conditioned upon furnishing equipment or materials which are not responsive to the Bidding Documents will be rejected. ARTICLE 13 - PREPARATION OF BIDS 13.01. The Bid Forms listed in the Table of Contents and as noted below in 13.11 herein are bound in the Bidding Documents and shall not be removed therefrom unless otherwise specified. The Bid shall be completed in ink. 13.02. All blanks in the Bid Form shall be filled. A bid price shall be indicated for each Bid item, and alternative, listed therein, or the words "No Bid ", "No Charge ", "No Change ", or other appropriate phrase shall be entered. City of Yakima, Washington 00100 Instructions to Bidders PN 132965 -8- Bid No. 2182 Ultraviolet Disinfection Project November 2007 13.03. A Bid by a corporation shall be executed in the corporate name by the president or the vice - president or by another corporate officer, accompanied by evidence of authority to sign for the corporation. 13.04. A Bid by a partnership shall be executed in the partnership name and signed by a partner, accompanied by evidence of authority to sign. 13.05. A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm shall be shown below the signature. 13.06. A Bid by an individual shall show the Bidder's name. 13.07. A Bid by a joint venture shall be executed by each joint venturer in the manner indicated on the Bid Form. 13.08. The names of all persons signing shall be legibly printed below their signatures. A Bid by a person who affixes to its signature the word "president ", "secretary", "agent ", or other designation without disclosing its principal may be held to be the Bid of the individual signing. When requested by OWNER, evidence of the authority of the person signing shall be furnished. 13.09. The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers and dates of which shall be filled in on the Bid Form. 13.10. No alterations in a Bid by erasures, interpolations, or otherwise, will be acceptable unless each such alteration is signed or initialed by Bidder; if initialed, OWNER may require Bidder to identify any alteration so initialed. 13.11. City of Yakima forms to be included with bid: Bidders Certification per 00800D ARTICLE 14 - BASIS OF BID; EVALUATION OF BIDS 14.01. Bids shall be priced on a lump sum basis. Award of the contract will be to the bidder with the lowest responsive bid of the base contract, plus the stipulated price of the UV System. 14.02. Bidder shall prepare and submit with its bid the List of Subcontractors. City of Yakima, Washington 00100 Instructions to Bidders PN 132965 -9- Bid No. 2182 Ultraviolet Disinfection Project November 2007 ARTICLE 15 - SUBMISSION OF BIDS 15.01. Bids shall be submitted at the time and place indicated in the Invitation to Bid, or at the modified time and place indicated by Addendum. Bids shall be enclosed in an opaque, sealed envelope or wrapping, addressed to: City of Yakima City Clerk's Office 129 North Second Street Yakima, WA 98901 15.02. Bids shall be marked with the name, license number, and address of the Bidder and shall be accompanied by the Bid security and other required documents. If the Bid is sent through the mail or by other delivery system, the sealed envelope shall be enclosed in a separate envelope, with the notation "BID ENCLOSED" on the face of it. 15.03. Each bid envelope shall be identified on the outside with the words "Bid for City of Yakima, Washington, Yakima Regional Wastewater Treatment Plant — Ultraviolet Disinfection Project ", Bid No. 2182. 15.04. Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. Bids received after the time and date for receipt of Bids will be returned unopened. 15.05. One copy of the Project Manual that contains the Bid Form must be submitted with the Bid. 15.06. Oral, telephone, facsimile, electronic mail, or telegraph Bids are invalid and Will not receive consideration. 15.07. No Bidder may submit more than one Bid. Multiple Bids under different names will not be accepted from one firm or association. ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID 16.01. A Bid may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed, and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids. 16.02. If, within 24 hours after Bids are opened, any Bidder files a duly signed written notice with OWNER and promptly thereafter demonstrates to the reasonable satisfaction of OWNER that there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid and the Bid security will be returned. Thereafter, if the Work is rebid, that Bidder will be disqualified from further bidding on the Work. City of Yakima, Washington 00100 Instructions to Bidders PN 132965 -10- Bid No. 2182 Ultraviolet Disinfection Project November 2007 ARTICLE 17 - OPENING OF BIDS 17.01. Bids will be publicly opened at the time and place indicated in the Invitation to Bid and, unless obviously non - responsive, read aloud. An abstract of the amounts of the Base Bids and major alternatives (if any) will be made available to Bidders after the opening of Bids. ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE 18.01. All Bids shall remain subject to acceptance for the number of days set forth in the Bid Form, but OWNER may, in its sole discretion, release any Bid and return the Bid security prior to the end of that period. ARTICLE 19 - AWARD OF CONTRACT 19.01. OWNER reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced, or conditional Bids. OWNER further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to be non - responsive and /or not responsible. OWNER may also reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder. OWNER also reserves the right to waive all informalities not involving price, time, or changes in the Work, and to negotiate contract terms with the Successful Bidder. 19.02. More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. 19.03. In evaluating Bids, OWNER will consider whether or not the Bids comply with the prescribed requirements, and with such alternatives, unit prices, and other data as may be requested in the Bid Form or prior to the Notice of Award. 19.04. OWNER may conduct such investigations as OWNER deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, and other individuals or entities to perform and furnish the Work in accordance with the Contract Documents. 19.05. If the Contract is to be awarded, it will be awarded to the lowest responsive, responsible Bidder whose evaluation by OWNER indicates to OWNER that the award will be in the best interests of OWNER. City of Yakima, Washington 00100 Instructions to Bidders PN 132965 -11- Bid No. 2182 Ultraviolet Disinfection Project November 2007 19.06. At the time of Bid submittal, Bidders must meet the following responsibility criteria in order to be considered a responsible bidder and qualified to be awarded the project: A. Have a certificate of registration in compliance with 18.27 RCW; and B. Have a current state unified business identifier number; and C. If applicable, have industrial insurance coverage for the bidder's employees working in Washington as required in Title 51 ROW; an employment security department number as required in Title 50 RCW; and a state excise tax registration number as required in Title 82 RCW; and D. Not be disqualified from bidding on any public works contract under ROW 39.06.010 or 39.12.065. Evidence of satisfaction of the above criteria shall be submitted at the time requested by the Owner. ARTICLE 20++- CONTRACT SECURITY AND INSURANCE 20.01. The Supplementary Conditions set forth OWNER's requirements as to Performance and Payment Bonds and insurance. When the Successful Bidder delivers the executed Agreement to OWNER, it shall be accompanied by such Bonds. ARTICLE 21 - SIGNING OF AGREEMENT 21.01. When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied by four unsigned counterparts of the Agreement, with all other Contract Documents which are identified in the Agreement as attached thereto. Within the number of days set forth in the Bid Form, the Successful Bidder shall sign, leaving the dates blank, and deliver the required number of counterparts of the Agreement and attached documents to OWNER with the required Bonds and power of attorney. Within 10 days thereafter, OWNER shall execute all copies of the Agreement and other Contract Documents submitted by CONTRACTOR (Successful Bidder); shall insert the date of contract on the Agreement, Bonds, and power of attorney; and shall return all copies to ENGINEER for review and distribution. Distribution of signed copies shall be as stipulated in the Agreement. ARTICLE 22 - SALES AND USE TAXES 22.01. Provisions for sales and use taxes, if any, are set forth in the Supplementary Conditions. City of Yakima, Washington 00100 Instructions to Bidders PN 132965 -12- Bid No. 2182 Ultraviolet Disinfection Project November 2007 ARTICLE 23 - RETAINAGE 23.01. Provisions concerning retainage and are set forth in the Agreement. ARTICLE 24 — STIPULATED PRICE FOR THE ULTRAVIOLET DISINFECTION SYSTEM 24.01. The OWNER has negotiated a price for the Ultraviolet Disinfection System. This price covers all goods and services as specified in Section 11905 Ultravoilet Disinfection System. ARTICLE 25 - LAWS AND REGULATIONS 25.01. Modifications, if any, to the General Conditions concerning Laws and Regulations are set forth in the Supplementary Conditions. Additional provisions, if any, concerning Laws and Regulations are set forth in the Agreement and the Supplementary Conditions. ARTICLE 26 - PARTNERING 26.01. OWNER intends to enter into a partnering relationship with CONTRACTOR. The objectives of the partnering arrangement will be to achieve effective and efficient performance of the Work, and completion of the Work within the agreed Contract Times and at the agreed Contract Price, all in accordance with the Contract Documents. 26.02. Partnering is deemed a constructive management and implementation component of this Project. Partnering will be effective only if all parties willingly enter into a cooperative arrangement which is supported by all entities at the highest level in their organizations. Partnering is considered important to the overall success of this Project by OWNER. It is desired that CONTRACTOR will be equally concerned with quality, performance, budget, and schedule, and will endorse and adopt partnering as an effective tool for achieving these objectives. 26.03. It is recognized that safety, profit, liability limitation, avoidance of litigation, reputation, goodwill, and other factors are of significant importance to all parties involved in the Project. These goals can be achieved most readily if OWNER and CONTRACTOR join together in a mutually beneficial alliance which recognizes the issues that each considers of greatest importance and work to accomplish them. 26.04. Participation in the partnering relationship will be voluntary. Through partnering, the parties shall agree among themselves regarding the primary goals for the Project and the methods that will be used to accomplish them. This will require development of a trust relationship, not an adversarial one, among these parties who will be working closely and cooperatively for the duration of the Project. City of Yakima, Washington 00100 Instructions to Bidders PN 132965 -13- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Commitment, communication, and conflict resolution must be of highest importance for this relationship to succeed. The parties mutually will develop a communication framework and a conflict resolution system to be used throughout the Project. 26.05. CONTRACTOR shall include its major subcontractors and suppliers in partnering so that these participants may understand and accept the concept and work cooperatively with other parties on the Project. 26.06. To initiate the partnering process, a workshop of maximum 1 day duration will be held in which the basic requirements for the partnering relationship will be established and a partnering agreement developed. The workshop will be held within 15 days of issuance of the Notice to Proceed at a time and date agreed upon by all parties, at a location in the vicinity of the Project. 26.07. A partnering Facilitator, acceptable to OWNER shall be employed by OWNER to conduct the initial workshop and to help establish and monitor the partnering relationship. OWNER shall pay all costs associated with employing the Facilitator and shall pay all costs for facilities and food services at the initial workshop. Thereafter, all Facilitator - related and facilities costs shall be shared equally by OWNER and CONTRACTOR with no change in the Contract Price. Each party to the partnering relationship shall pay all costs associated with the participation of its own personnel. 26.08. Quarterly half -day partnering sessions also shall be held throughout the Project in order to confirm the relationship and assure that the partnering effort continues to be successful. 26.09. A primary objective of the partnering process is to maximize the potential for the resolution of disputes in a timely and non - adversarial manner. The use of 'I+ornn +k, ,1 ic ■r u i +o roonI. i +inn /e r1D\ mn +hnrlo rn +hor +h•n fnrrvmnl anGI I 1C41.1 V uI 1J Lc I cov1u1.w1 I kr Xi I I I LI ivua, 1 au I I a IGII I I I I I ICU ui resolution procedures, will be encouraged in order to promote and maintain amicable working relationships among the parties. Within the scope of the partnering agreement, ADR will be a voluntary, nonbinding procedure available to both OWNER and CONTRACTOR for resolving any dispute that may arise. In the event that ADR procedures are unsuccessful, the dispute resolution provisions set forth in the Contract Documents will be employed. 26.10. These provisions express the intent and spirit of the partnering relationship, and nothing stipulated herein or in the partnering agreement shall change in any way the rights, responsibilities, and obligations of the several parties as set forth in the Contract Documents. The partnering agreement itself shall not be a part of the Contract Documents, and the provisions of the partnering agreement shall not affect any defense, claim, or other right available to any of the parties under the Contract Documents. End of Section City of Yakima, Washington 00100 Instructions to Bidders PN 132965 -14- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 00400 BID FORM PROJECT IDENTIFICATION: Yakima Regional Wastewater Treatment Plant Ultraviolet Disinfection Project THIS BID IS SUBMITTED TO: City of Yakima 129 North Second Street Yakima, WA 98901 1.01. 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. 2.01. Bidder accepts all of the terms and conditions of the Invitation to Bid and 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 day of Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER. Bidder will sign and submit the Agreement with the Bonds and other documents required by the Bidding Documents within 15 days after the date of OWNER's Notice of Award. 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 acknowled•ed. No. / Dated /Z- No. Z- Dated /2 No. Dated No. Dated No. Dated City of Yakima, Washington 00400 Bid Form PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 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 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) which have been identified in the Supplementary Conditions as provided in Paragraph 4.02 of the General Conditions, and reports and drawings of a Hazardous Environmental Condition, if any, which has been identified in the Supplementary Conditions as provided in Paragraph 4.06 of the General Conditions E. Bidder has obtained and carefully studied (or assumes responsibility for having done 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, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction 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 or 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 has carefully studied Specification Section 11905 Ultraviolet Disinfection System and is familiar with the scope of goods and services. Bidder will accept the stipulated price in accordance with the provisions of the Bidding Documents. H. Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work indicated in the Bidding Documents. City of Yakima, Washington 00400 Bid Form PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 I. 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. J. 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. K. 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. 4.01. Bidder further represents that this Bid is genuine and is 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; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. 5.01. Bidder will complete the Work for the following price: Lump Sum Bids: Base Contract $ 52-10 I O Ultraviolet Disinfection System $ 938,545.00 Subtotal Base Bid (Total Contract Price) $ ' (e4/ / ' State Sales Tax at 8.2% of Subtotal $ 16 `7 p (? A ) � b TOTAL BASE BID $ g r 50 , • 5.02. Bidder understands and agrees that the monetary amount of the stipulated price for the Ultraviolet Disinfection System is $938,545.00. Bidder agrees that all costs occasioned by the installation of the Ultraviolet Light Disinfection System are included in the Bid set forth in Paragraph 5.01. 6.01. Bidder agrees that the Work will be substantially completed as follows: a. All work as defined by the Contract Documents to be substantially complete by October 15, 2008. City of Yakima, Washington 00400 Bid Form PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 b. Completed and ready for final payment in accordance with Paragraph 14.07.B of the General Conditions on or before November 29, 2008. 6.02. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above. 7.01. Communications concerning this Bid shall be sent to Bidder at the following address: S aoc_c- /ye__ _433 G✓ . i o - A41/6 -- / �� Sf 6 //. 8.01. The terms used in this Bid have the meanings indicated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. SIGNATURE OF BIDDER CONTRACTOR's License Number ,gi4_L1*06 /{ License Expiration Date 0 '"0 �( If an Individual By (cinnati ira of inriivirli call doing business as Business address Phone No. Date City of Yakima, Washington 00400 Bid Form PN 132965 -4- Bid No. 2182 t lltravinlet Disinfection Project . November ��ovember 2007 If a Partnership By (firm name) (signature of general partner) Business address Phone No. Date If a Corporation B y /2pc, /k./ (4orporation name) BY Laic ignature of authorized person) (title) Business address /133 AJ u'-ii , Drz_ ,EA/it/ A.) 4,1/4 933-5 Phone No. 4;q Date 1z /7 l If a Joint Venture (Other party must sign below.) CONTRACTOR'S License Number License Expiration Date City of Yakima, Washington 00400 Bid Form PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 If an Individual By • (signature of individual) doing business as Business address Phone No. Date If a Partnership By (firm name) (signature of general partner) Business address Phone No. Date If a Corporation ph, (corporation name) By (signature of authorized person) (title) Business address Phone No. Date End of Section City of Yakima, Washington 00400 Bid Form PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 PENAL. SUM FORM (. BID BOND 1 I ARixt1 imaand Address): As.11. I _J131 inf _ Columbia Dr. KantP[_7i r-k, IATA L3Aa1Fi SURETY (Name and Address of Principal Place of Business): Travelers Casualty and Surety Company of America 1501 Fourth Ave... Su. 1650 — Seattle, WA 98101 OWNER (Name and Address). . City of Yakima 129 N. -2ncL S1 _ Yakima. WA 98901 BID Bit DUE DATE: , — 12/17/07 PROJECT (Brief Description Including Location): Yakima Regional WWTP Ultraviolet Disintection Project • Bid No. 2182 '" .BOND . BOND NUMBER: _ _ _ DATE (Not later than'Bid due dace ): _ 12 / 17 /07 PENAL SUM: F' - P -r -s • T. :'. :u. ,t , 5% of Total Bid Amount - (Words) UPigures) IN WITNESS WHEREOF, Surety and Bidder, intending to be Legally bound hereby, subject to the terns pruned on the reverse side hereof, do each cause this Bid Bond to be duly executed on its behalf by its authorized officer, agent, or representative. BIDDER SURETY ��•ollo, Inc. Travelers Casualty and Surety (Seal) Company o _Amer ( Bid., acne and Corporate � at • Surety's N = + • and Corporate Seal s i • thy; .tom' .. / tiy: J . , . S o- / , �. ' , t a nature an Title � W�52C -� C$�I�enne th J . �g Frick At PowerofAttorney) in -Fact Attest: ../i /:e/ Attest: \ - Signature arid Title g yrU GZ Signature and This Attorney -in -Fact Note: (I) Above addresses are to be used far giving required notice. (2) Any singular reference to Bidder, Surety, OWNER or other party shall be considered plural where applicable_ CDC NO. 1910-2&-C (1996 Edition) 01100,1 PENAL. SUM FORM I . Bidder and Surety, jointly and severalty, bind Registered or Certified Mail, mom' receipt requested, diemselvta, their heirs, executors, administrators, postage pre.paid, and shell be deemed to be dative suss tsars and assigns to pay in O v£R upon ddlatit of uFw receipt by ft prey r - e rne A , Bidder penal sum set on the face of this Bond. 9. Surety shall crime to be attached to this Bond a 2. mutt of Bidder shell occur upon the it n of c rrel% end effective Power CM Attorney evidencing the Biddef to deliver within the time required by the Bidding authority of the °Hies, agent or reprerrgo4Live who Documents (or any e,ararstee thereof agreed to in writing executed this Bond out behalf of Surety to execute, seal by OWNER) the executed Agreement required by the end deliver such Bond and burl the Surety thereby. Bidding Documents is and sty performmrc and payment 10. This Bond 13 intended to conform m all applicable 8ond7 requited by the Bidding DncuRtersts statutory requirements. Any applicable milkweed of 3. This obligation shall be null and void lf: any applicable statute that has been omhted from this 3.1. OWNER accepts Bidder's Bid and Bidder Bond shall be deemed to be inched herein as if eat forth delivers within the t i m e required b y the Bidding at length. If any pr ovisiona of thia Bored counte s with any Documents (or any extension thereof agreed to in writing applicable std, that the provision of said statute rill by OWNER) the executed Agreement required by the govern and the rer*nainder of this Bond that is not In Bidding Decumaarts ,and any Performance and payment conflict therewith shall ;amino in full force end of ct. Benue iequir ed by the Bidding Documents, or 3.2. All Bids ate rejected by OWNER, or II. The term 'Bid" as used herein includes a Bid, offer 33. OWNER fails to Win a Notice of Award to rhr proposal as epplireble. Bidder within the time specified in the Bidding Docanttents (or any extension thereof agreed to In wilting by Bidder end, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond Will be due and payable upon delbult by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default Born OWNER. which notice will be given with reasonable promptness, identifying this Boyd and the Project and including a. istaternam of the amount due. 5. Surly waives notice of and arty and all defenses based an or arising and of any time et a d on to issue Notice of Award agreed to in writing by OWNER and Bidder. provided that the total dine for issuing Notice of Award including extensions shell not in the signsgete exceed 130 days from 1314 due date without Surety's written consent. 6. Nci suit or action shall be commenced under this Bonn prier to 30 calendar days after the notice of default required in paragraph 4 above Is received by Bidder and Surety and In no ease Utter than one year after Bid due date. 7. Any suit or =tied under tins Bond shall be aommencod only in a court of cot tent jurisdiction located in the state in which the Projee't Is located. 8_ Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective ad&mses shown on the face of this Bay.'. Such dotgees may be sent by per! de ivy. aommtAI*uitl courier or by United States Elm NO. 1910-28-C (1996 Edition) 00410 - • WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER e TPAVELERS POWER OF ATTORNEY R Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney -In Fact No. 214753 Certificate No. 001510181 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint Donna S. Martinez, Kenneth J. Frick, and Kelly A. Marble of the City of Yakima , State of Washington , their true and lawful Attomey(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their.husiness of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitiesf-in any -actions ox- prgceedings allowed by law. WITNESS HEREOF, the Companies have caused this ins nint;tobe si gned.and lh irr co `orate seals to be hereto affixed, this 12th W March p 2007 g ' .y of ' iw nU,o_ Farmington Casualty Company . S. ' .:' - St. Paul Guardian Insurance Company Fidelity and Guaranty ',InsnranceCoinpany_`<. ' St. Paul Mercury Insurance Company Fidelity and Guaranty Insuranceljnderwrieers, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company 2' pA Qu„,, . u.1 I,, _ SURETyo c4:s \�'N � ... 74 Q - ;: . „., , c ;: G .p cOacm1f W.'GORPORATt;: m` 9 a 1 927 { _ f -.- . : t or < s I :�i 'os �CON% dr...� a 1 ... N FN � s �F y S . AN 1. . ... r�.f , �, • '4 I ' - 7/�' / State of Connecticut By: - City of Hartford ss. Georg Thompson, 'en or ice President On this the 12th day of March 2007 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. tO• T Witness Whereof, I hereunto set my hand and official seal. IAA C . �■�� I :ommission expires the 30th day of June, 2011. * PUMA �/ u v� Marie C. Tetreault, Notary Public 4 9( GIP 58440 - - 06 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, . St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority.to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St, Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety _of America =and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power ttorney�executed b-y.saM Companies, which is in full force and effect and has not been revoked. - _ 1 a ' . IN TESTIMONY WHEREOF, I have hereunto set my hand and -hxeil the saa of said=:Cbinpanies this l2 day of O Pte+ , 20 0 V4j 4 • Kori M. Johanso A ssistant Secretary n SUREr �n 4IYn #a�FE ",N, f +{ NS. JP tY q/ �U °ti n� �TY p 2 ° p.P: R* Tt tc°axw °tp G g * 4 J i Q�.•.......,6; JP..........Rq ., s Q O 0 '- fi PiCOAPORATED v 4 ! pL of e , : � : E - � 9 � z; �1 e avoaar' �= t v e z o 1977 19 7 �.• _ ` s a _ • - _ HART y HnxrFaROI 1951 N a lbw _ �' SEA[ O n s �; o; CDN N. ° ` CIXJN. /£ in 1896 b ey . 0 9 d T� �. '' 44. o, � s �FnNC x f a1.. d:,.. : �a ' \ � a r 1 ...� �,E+ �1 AN( NcW "wn�.,,H s . AH .r � •....... r 1 a s To verify the authenticity of this Power of Attorney, call 1- 800 - 421 -3880 or contact us at www.stpaultravelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Section 00430 LIST OF SUBCONTRACTORS In compliance with RCW 39.30.060, the Instructions to Bidders and other Contract Documents, the undersigned submits the following names of Subcontractors to be used in performing the Work for 9,t- A _ ,0 — /] I/. Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Subcontractor's Name Electrical In addition to the proposed Subcontractors listed above, the following Subcontractors are proposed for use in performing the Work on subcontracts which will exceed 10 percent of the Contract Price. Subcontractor's Work Subcontractor's Name NOTE: This form must be su fitted with the Bid in accordance with the Instructions to Bidders. ,Bidder's ignature „ End of Section City of Yakima, Washington 00430 List of Subcontractors PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 00500 AGREEMENT THIS AGREEMENT is by and between the City of Yakima, Washington (herein called OWNER) and Apollo, Inc. (herein called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants herein set forth, agree as follows: ARTICLE 1 - WORK. 1.01. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents based on the acceptance by OWNER of CONTRACTOR's Bid as follows: The Work is generally described as follows: New ultraviolet disinfection system installed in an existing chlorine contact chamber, new concrete diversion structure, new UV basin influent piping, a new pre- fabricated reinforced concrete electrical enclosure and associated electrical and instrumentation and controls improvements. ARTICLE 2 - ENGINEER. 2.01. The Project has been designed by Black & Veatch Corporation, 4800 SW Meadows Road, Suite 200, Lake Oswego, Oregon 97035, who is referred to in the Contract Documents as ENGINEER. ENGINEER, and its duly authorized agents, are to act as OWNER's representatives, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3 - CONTRACT TIMES , LIQUIDATED DAMAGES , DELAYS AND DAMAGES. 3.01. Time of the Essence. A. All time limits for Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02. Contract Times. A. The Contract Times shall be as indicated in the CONTRACTOR's Bid. The Work shall be substantially completed on or before the date indicated in the CONTRACTOR's Bid, and completed and ready for final payment in accordance with Paragraph 14.07.B of the General Conditions on or before the date indicated in the CONTRACTOR's Bid. City of Yakima, Washington 00500 Agreement PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3.03. Liquidated Damages. A. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER according to the following formula for each day that expires after the time specified in Paragraph 3.02 for Substantial Completion until the Work is substantially completed. After Substantial Completion, if CONTRACTOR shall neglect, refuse, or fail to complete the remaining Work within the Contract Times or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER according to the following formula for each day that expires after the time specified in Paragraph 3.02 for completion and readiness for final payment until the Work is completed and ready for final payment. B. Liquidated Damages Formula LD= 0.15C /T where: LD = liquidated damages per day (rounded to the nearest dollar) C = Original Contract Price T = Original Contract Time C. OWNER shall have the right to deduct the liquidated damages from any money in its hands, otherwise due, or to become due, to CONTRACTOR, or to initiate applicable dispute resolution procedures and to recover liquidated damages for nonperformance of this Contract within the time stipulated. These liquidated damages are not an exclusive remedy to the OWNER, who retains all rights and privileges to pursue such remedies for damages and losses and claims that are not solely attributable to delay in Substantial Completion. 3.04. Delays and Damages. A. In the event CONTRACTOR is delayed in the prosecution and completion of the Work because of any delays caused by OWNER or ENGINEER and, except as set forth in Paragraph 4.01 of the General Conditions and as provided by Washington law, CONTRACTOR shall have no claim against OWNER or ENGINEER for damages or contract City of Yakima, Washington 00500 Agreement PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 adjustment other than an extension of the Contract Times and the waiving of liquidated damages during the period occasioned by the delay. ARTICLE 4 - CONTRACT PRICE. 4.01. OWNER shall pay. CONTRACTOR in current funds, for completion of the Work designated in Article 1 in accordance with the Contract Documents, an amount tabulated as follows: Base Bid $2,264,641.18 Ultraviolet Disinfection System Subtotal (Total Contract Price) Two million hundred sixty-four thousand,six hundred forty - onedollars and eighteen cents (words) (figures) State Sales Tax at 8.2% of Subtotal $ 185,700.58 Total Price Two million,four hundred fifty thousand,three hundred forty -one dollars and senty -six cents (words) (figures) ARTICLE 5 = PAYMENT PROCEDURES. 5.01. Submittal and Processing of Payments. A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.02. Progress Payments; Retainage. A. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, within thirty (30) days of receiving the Application for Payment. All progress payments will be on the basis of the progress of the Work measured by . the schedule of values established in Paragraph 2.07.A of the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in Division.1,General Requirements. B. Prior to Substantial Completion, OWNER will retain from progress payments, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine or OWNER may withhold in accordance with Paragraph 14.02.B.5 of the. General Conditions, an amount equal to the following percentages: • City of Yakima, Washington 00500 Agreement PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 1. Retainage will be 5 percent. of Work completed. 2. Retainage will include 5 percent of the value of materials and equipment that are not incorporated in the Work but are delivered, suitably stored, and accompanied by documentation satisfactory to OWNER as provided in Paragraph 14.02.A.1 of the General Conditions. Stored materials and equipment retainage will be released when the materials and equipment are incorporated in the Work. C. Upon Substantial Completion and subject to RCW 60,28 et al, OWNER may release a portion of the retainage to CONTRACTOR, retaining at all times an amount sufficient to cover the cost of the Work remaining to be completed. D. Consent of the Surety shall be obtained before any retainage is paid by OWNER. Consent of the Surety, signed by an agent, must be accompanied by a certified copy of such agent's authority to act for the Surety. 5.03. Final Payment. A. Upon completion and acceptance of the Work in accordance with Paragraph 14.07.A of the General Conditions and the law of the State of Washington, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in Paragraph 14.07.B. ARTICLE 6 -_ CONTRACTOR'S REPRESENTATIONS. 6.01. In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents and enters into a relationship of trust upon which the OWNER may rely. B. CONTRACTOR 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. CONTRACTOR 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. CONTRACTOR has studied all 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) City of Yakima, Washington 00500 Agreement PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 which have been identified in the Supplementary Conditions as provided in Paragraph 4.02 of the General Conditions and reports and drawings of a Hazardous Environmental Condition, if any, at the Site which has been identified in the Supplementary Conditions as provided in Paragraph 4.06 of the General Conditions. E. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done 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, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including application of the specific means, methods, techniques, sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by CONTRACTOR, and safety precautions and programs incident thereto. F. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. CONTRACTOR 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 Contract Documents. H. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Drawings, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. K. Bidder has carefully studied Specification Section 11905 Ultraviolet Disinfection System and is familiar with the scope of goods and services. City of Yakima, Washington 00500 Agreement PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Bidder will accept the stipulated price in accordance with the provisions of the bidding documents. ARTICLE 7 - CONTRACT DOCUMENTS. A. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 1. This Agreement. 2. Performance and Payment Bonds. 3. General Conditions. 4. Supplementary Conditions and attachment A through E. 5. Specifications. 6. Drawings consisting of 54 sheets, with each sheet bearing the following general title: City of Yakima, Yakima Regional WWTP, Ultraviolet Disinfection Project. Sheet titles are listed on Sheet 2. 7. Addenda 8. Exhibits to this Agreement, enumerated as fnllnws• a. CONTRACTOR's Bid. b. Notice to Proceed. c. Documentation submitted by CONTRACTOR prior to Notice of Award, marked Exhibit 9. List of Subcontractors 10. The following, which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: a. Written Amendments. b. Work Change Directives. c. Change Orders City of Yakima, Washington 00500 Agreement PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 B. There are no Contract Documents other than those listed in this Article. C. The Contract Documents may be amended, modified, or supplemented only as provided in Paragraph 3.04 of the General Conditions. ARTICLE 8 - MISCELLANEOUS. 8.01. Terms. A. Terms used in this Agreement will have the meanings indicated in the General Conditions. 8.02. Assignment of Contract. A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law); and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.03. Successors and Assigns. A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04. Severability. A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.05. Business Addresses. A. The business address of CONTRACTOR given herein and the address of CONTRACTOR's office in the vicinity of the Work are both hereby designated as the places to which all notices, letters, and other communication to CONTRACTOR will be mailed or delivered. The address of OWNER appearing herein is hereby designated as the place to which all notices, letters, and other communication to OWNER shall be City of Yakima, Washington 00500 Agreement PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 mailed or delivered. Either party may change its address at any time by an instrument in writing delivered to ENGINEER and to the other party. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement. One counterpart each has been delivered to OWNER, CONTRACTOR, Surety, and ENGINEER. This Agreement will be effective on ,lontiart,i i 2,008 OWNER: , -i c> \ / Cc I r CTS' • pol Inc. p By z it Jesse VanSchoiack Title: Title: Corp. Vice President Address for giving n ®tices 1 Address for giving notices `°' c 1133 West Columbia Drive F ift � L o A 989 / Kennewick, WA 99336 Approved as to Form CONTRACTOR'S License No. APOLLI *061 KB Expiration Date 8 /25/07 /// Attorney fol OWNER Joint Venture CONTRACTOR: By Title: Address for giving notices CONTRACTOR's License No. Expiration Date End of Section City of Yakima, Washington 00500 Agreement PN 132965 -8- Bid No. 2182 Ultraviolet Disinfection Project November 2007 • • Performance Bond #105020938 Any singular reference to Contractor, Surety. Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): SURETY (Name and Address of Principal Apollo, Inc. Place of Business): 1133 'f. Columbia Dr. Travelers Casualty and Surety Kennewick, v 99336 Company of America OWNER (Name and d Address )_ 1501 Fourth Ave., Su. 1650 City of Yakima Seattle, WA 98101 129 N. Second St. Yakima udA 98901 Date: Jan . 2008 Amount: $2,45 Description (Name and Location): Ultraviolet Disinfection Project Yakima Regional WWTP - Yakima, WA BOND Date (Not earlier than Contract Date): Jan . _ , 2008 Amount: $2,450,341.76 Modifications to' this Bond Form: None Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. CONTRACTOR AS PRINCIPAL SURETY Company / (Cor Seal) Company: (Corp. Seal) 2 7.1e47A---,-4,4 -441 Signature. --I" Signature: Name a 'P itle: Name and Title: Kenneth J. Frick Jess . VanSchoiack (Attach Power of Attorney) Att orney -in -Fact Corp. Vice President (Space is provided below for signatures of additional parties, If required.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corp. Seal) Company. (Corp. Seal) Signature: Signature: Name and Title: Name and Title: EJCDC No. 191 028-A (1995 Edition) Originally prepared through the joint efforts of the Surety Association of America, Engineers Joint Contract Documents Committee. the Associated General Contractors of America. and the American Institute of Architects. City of Yakima, Washington 00510 Performance Bond PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 r 1. Tf CONTRACTOR wend 1ha Starry, jolritty and tte•rifaby, Barred 0. Attar tfr0 OWNER naa terminated the CX ITR7b."'IOR'i right bus themaatwe, U lr MOM errro tern. admtMrSratsrr, etsce wwrr end onions oatvloat the Garda* wd Iftot 5 i .40 to ou totter wive*, 6.i to the Owner tbr the performed* Of dm Cruise, w`HN+ t•3 heogigrated 41, or 43 eboeri, than Co . - r: <: s W the $u to E!e DINNER Ninth! by ro�cirtco nok ba greeter than elm of the C tarhTftACitLet in the CarrUse, IV Ifte ti • 10f EN CffiNER b tit! &may ably rat be If 2, N the COMPACTOR pretense the Centred, the Bares end Fite khan dcrr W eta t3W1NER under atw Coilyatt, To • gee al the imoimt err =TRACTOR fay Pc ?± wad Rea Brio, o>is+rPt t0 avant is tJrb Pend, cut Repel to cemMbnert by 80 £YNtt0R of to Marne of the le sentiment as provided In pnrograph 21. Cookies Peke la mitigation of Darla and d uttpa! o i the Contact tale Stony Is,,: -: stall without diesicenn fon S it dank le fee COWER tartans. 8a Sonny's oit'rtiO4n orate Br's soon shall use ibim". 9.1. The of the OtrerNRAs '? ray t>? ! r, nit ttek iheWorkwedtunpl tion ottheConie* 3,1. The OWNER tem nettle the CONTRACTOR OM the Surer a tM IMMO Wlc>Ihed In , 10 beloe that dra OWNOR Ir OA AddL9nel Yemen tnotasdunu and dray emu mule° aondd. dry daeledry a ••• , _ • " Oared art hio natimetyd rind from do i tray S' Under r Debra n boy the neon or ldie ettgmptdd to arrange 0 1..e armee'R i Per ertd the Sorely Et CIO to Co Med n61 tato Otte Been dopes . _.,_ 0f toe rroQ:a to 5150.41 method' of pi►ks111It I n . Cenci *the • Oa C C a f t R A C CR 6.9. Upuldr6W & [d, or f€ no founded Own s aro - to NO the Stirtlly egtee. the CONTRACTOR thin ba behead ■ reesurulda tea Conrad, WWI drupe drC by diii a POttottletwe os now elms o n try C � but awn an tj}rwett MO tat waive titre perfannerra tete UWNTi1's reir, If satyr, suboacuarttty to eu a CONTRACTOR Delault eM F. The Bunety eel rat be aabla to om OwagiN or caws sr . , ems of the CONTRACTOR beet are unrelated to the CCrw1Ct, and the Deem at 12. The OWNER has declared a CONTRACTOR Default and the Contract PrIce tttf#h IS4 be r0th bd Or eel off on termed of any such fterdithr tererrsled the 1TfJNMACIORY rltttF to Corded tM Centred arelli ell abBoi lela, Na neit of wtelan she acme on Fla Bend to soy Gish CONTRACTOR • °;.`;'tit eni» re be dsctered ewer then twenty parson or entity otter than the OWNER or Its hone ereemaana dap jour the CONTRACTOR sec the Surely here resehid nubo of orMireeters.or . . provided In poi a}prldt 2,i; and t. The Surety Welty oat* e/ wry chats, tocksoinp Changes or 3.3. Ter caNNFR an weed to ray the eats ra ref tho CnrSm 1 5mr. to tits P rior ticc COMM or reed "Yea nerds, gierchino totem sad coat wcapsshins, 3.&1. The Sure/ Si woodmen with the Om of the 0. Any procasdbii.1eya1 ts' MAW* towtor bolo 9ond rusty os IndlA bed in COI= awl acusiadcomost ettetadladen In to tele et WW1 IVsWantorpen Of the WO II t9oNg OOP WWI PO bn..lid ottavt too attar 3.9.2 Arteer iefllicibr atlattad pvrettant to prregnpliol,E CONTRACTOR Deed or wino too pan oflaff the TOLogiCm la pm Mee Fe COMM oaesad or Mein two year elter taw Suety refuse or . = :_: is perform Pis • r• = ,,, ,: under beds Mod, Attlee Bd. N Iha hen Ire C 4. WIVNaR has satitilad the of pirtgtuptt 3, IBM Powiti9tw CR 1' +r • >F woo eta WC Or gataiaasa ay Iii ere eilne m Salty abler prranoey 500 at tie S,ustyle rapenam trite ern or the taoawnp Forbad of biliatko uwFr to le Bart's as w ea ere in the heleillotton of amlomr OS suit still to apprrsabfr. 4.1. Arrange br tow CONTRACTOR. with aarrurd of the CWNEift. 10, NOdoe t0 the Surrey. the OWNER or tit COWIRACiOR diet be to pogrom wed compf•ta the C9311oet; or mailed or deaverwf la ei• eddres% shown on the Yonne page. 44. Codin#tt4 to mien red oompesto the Conned Stull. Vials 111 11_ TO NI Oda Rend has ben Wooed to tom* with a Margery or other Its egrets of through imlu000dord tnntrsat9M of login requtrtanint It Cite locate where the Coned was be rlarftulatt r, any provlesen In Sill Band annerc$rq ;Oh said aleatr or beef 4.5. tenet bide or regrnidad pupate* then nudged rontrard[us regirerreel eddied to NOM hem thwo and p nfoos o Dalian Iry ptaDla to By OWNER fhr a Wind for it rtannsnaa and t1333Uedtm to shah Meer, or other tepid ►etbirwnsrt atoll he dewed tirntpot of the Comsat mop Per a c0ttrtat to to mere for wz*utlon Was twain. The lima he Ihil Oh Bond atoll ha cone matt as a aitotory torah t9WNIR earl the contractor ■stttotad with the °W hen corldurrind, to and not se a odrnrne New taxed. I-.. .. —... -, ... w..f� ww�wnm .r,5 r.n,.mor! Inrntb ru•saad a m lW�d ilea to 1M fAOttda aySrod art Its t"tlrtrmt W W e f0 tFra 12 BirytNtace, ire =GNAW ttirrtigis as MOW In partgreyh Sin awes of bile Salem or Of Conrad Mai tnrturrscr by ere Wb'NEst elleue r➢ nova 12.1 Rohm or the CrIrMtstt Woo: Tow me mount psynblr by the oneG ottyllatToR Mee a OWNER to tow CONiRA VOR molar owl l:vrestd May art prayer aajuanarea nave bean meta trxttzarn elbeacce to the CONTRACTOR 4A, Wither Se VS to podium arts mom tssba, ansrtp* br campDine. of any ernatwtle resolve of to be MI MS by Obi OWNER in uiiwnant Or Cr ryhbde a now oontrectes rind wit) repaMi4 papmptneas ureter -the lneunae Or OW Claims For dornag a to %PAM Sm CCN1'TRItCtOR I9 do.rroottreesi melded, nelmeed by el vital oat proper payments made to er on behalf of the CONTRACTOR rear art COMBO. 4.4.1 Mat ineeetpatian, IMiirrnee the amount kr ;hirer II may be Gable to to OWNSR ell. as roe on prectim ate Oar the battens 12.2. compact The sganmerf behreen the OWNER and the Ii asterrnhrerl.I oelrrpaymentt onsiortotaw°WPMR;or CONTRAC1OR Okra*: on the atpntttiu pegs. Malady el Contest Doour sal$ aro oftif ale 1H0160. 4A2 t tlwbllEp b trhnra or a part end the OWNER 11 w. CONTRACTOR O!f>eret Psalm a? No Ct.9NTRACT� "° .... fur rnitsr been remedied nor - wetvsd, In perfone or ottreswEm to damply a 0 thu etowyy doss rte pruned ® p•D*Mhd W par•gnprr 4 wile) %%M ow tom otuw Crimea rwioarebli rratnotoosa, he Steely shat dl deMlad io Di to tNnitR Cli OW Wei Haden dip ails Ieaelpt of an eddltuel wstasn node. fnirnlihe 12.4. OWNER iOuRjSSE Fella' of the OWNER what're fear neither ■ (MIKA to as Stash ,r ;.,. that Ow SUMO/ Mt= Ih ottlittgoos been roweled nor wee*, to tray as CQr4TRACTOR as Millet by the urger wham tad t OWN n: Nee Da ended So sabred arty woody comma or to earionn era covnatl% or oc orey elan taw other arms evai lose le ere OWNER. if aim Surety primate es pro lied In waive* thrwut . 4 q and the WREN *pm the pepxem under) or the Sooty oas dated olietelly, M who* or In part, wheel/ further erica rho OWNER 5ran be entitled to errrbrte any remade' avahrhw kt the tTWNEH (FOR INFO ' : •.TION ONLY - -Name, Address arid Telephone) AGENT or BROKER: OWNER'S REP ENTATIVE (ENGINEER or other party): City of Yakima, Washington 00510 Perfirxmance Bond PN 13298 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Payment Bond #105020938 Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): SURETY (Name and Address of Principal Apollo, Inc. Place of Business): 1133 W. Columbia Dr. Kennewick, KA -99336 Travelers Casualty and Surety OWNER (Name and Address): Company of America City of Yakima 1501 Fourth Ave., Su. 1650 129 N. Second St. Seattle, WA 98101 Yakima, WA 98901 CONTRACT Date: Jan. _, 2008 Amount: $ 2, 4 5 0, 3 41.7 6 Description (Name and Location): Ultraviolet Disinfection Project -Yakima Regional WWTP Yakima, WA BOND Date (Not earlier than Contract Date): Jan . _ , 2008 Amount: $ 2, 450,341.76 Modifications to this Bond Form: None Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Performance Bond to be duly executed on its behalf by Its authorized officer, agent or representative. CONTRACTOR AS PRINCIPAL SURETY - Company (Corp. Seal) Company. (Co Seal) „Ag Signature: Signatures. I Name - J - f -r itle: Name and Title: Kenneth J. Frick Jess. VanSchoiack . (Attach Power of Attorney) Attorney -in -Fact Corp. Vice President (Space is provided below for signatures of additional parties, if required.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corp. Seal) Company: (Corp. Seal) Signature: Signature: _ ..... Name and Tills: Name and Tide: _ _ _ - EJCDC No. 1910 28-A (1996 Edition) Originally prepared through the joint efforts of the Surety Association of America, Engineers Joint Contract Documents Committee, the Associated General Contractors of America, and the American Institute of Architects. City of Yakima, Washington 00520 Payment Bond PN 132965 -1- Bid No. 2162 Ultraviolet Disinfection Project November 2007 1, The CONTRACTOR and the Surety, jaauty and asvernly, bind S. Artrstetta awed by do OWNER to ac CONTRACTOR other the their het eemu tdmi . Sins Contrast shall be lead fur the palrarrarroGe r% ere Cttrl ar gil to moth, 1139rrl�t�, hen, ttsm, Sall resigns to the OWNER hr pry For labor, medals end /Opined dolma if arty, under any Performeno Bond. By firs Coh1Y1@ACTOA flathead Ter use IA the performance M tin* Corenset, which to flmitela g and the OWNER • • Mk it, they egroa gnat tibt {rrGatl#ated Mn iw+ by rehrsnw are led earl d nil* Eton of he � end ft 2. WW1 MEOW to the OWNER. Mr &Won shah be had and void It &f.ty raider ttta Pont, okgew to the owomirs taleri{y to use the the CONTRACTOR: hulde for the completion of the Work. 2.1. Pmmpty makes payment diroully or ktdiresly, for eV owns 9. Te e aalai nut be SEE to the OWNER. C.Tatm�b or others for WW1= rr..,.e trig .C w � ofad rtrrj t� ©tf7 , i'inE� �!9 Cw,�, ,o i trig wr�a,r+�it'.o� ru :irav�++3 eRr, lie. The OWNER shall nut be liable for payment of any auto or were= of 2,2. Defande. Inciter...iMMOS acrd WO hemline the OWNER Irom any Mime umber this Rona end shalt have urger Ova mind no all Gums, *Meets. thane or aRe by any per it or entity veto rrhllWtbrw to make Portents to. gtvi roper on toted of, or atomize fundehed labor. materials or equiprrtklt for use In the pe nerve rice of hive: obitgai rnu to Melting veneer Mfg gang_ the tantrum po rlded the OWNER 'h prentally rtauAed tiro CONTRACTOR and the &army (It the addresses Cesar hod hi 10. The Sunny hereby we rem noise of arty ant n e, kiducenl changes paragraph 12) of my dot*, demand. {Lena or awls and tendered at lime, to the Carla ono Pained Su0Cdrtstts, purtxlaae eiders and defense of emote dare, demands, Hone or.ufae to the CCNTRAC7fnR other obi , me Surety, end provided there to no OWNER Ciltatill. 11. No ILA or Cleo etol be oornmertped by a Clienent under Vita mend 3. With reopsot to Ctakmnle, Ole ~kin in ON* be null an veld If me °that theft In a torsi of tompaSent turledictial Y1 the location In wrath fare ACTOR pre mpily makes pnyrrlant dErecby or hicitrer*Y. for .2 Work or pert Of the Work is located or Miter the eneetten of cos yew neon sunte due, the (1) on l the Clalnia a pave the note mouthed by per mph 4.1 or pnmgraph 4.14. or (2) on which ow hoe, tabor or Smoke uses 4. The Surety shag hero no vtt2$kon l3 Calmer* under di Bend unylk perf its d n b ar a n G o r me Coon neonate t equip w of r D i or } by first 0.1 Clairtainte wtto are Employed by or have a otuect contract vase. d the prorlalons of Vie the void or pronto*, by taw, with the CONTRACTOR ACTOti harm given ream to the Rudy (110 Rte era mkdrrwm period of fennelEn► arwriebtt to araetten sea downs to the addmen% described In paragraph 12) end sent a c o p y , or nudge ludielrlco of the witettal! be app tr. thereof, to the OWNS , Wog that a rim to beteg made tatow Vie Mod and, with 'wholemeal aosumev, the amount or the elan. 12. Padden to Ow Surely. the OWNER or the coreiv CTOR Shill Os rrtabed or dntivered to t1e addresses sheen on the etgnatere page. 41. Clohiiante who do nOt have 3 direct sontrset with the Mot revef$t of Mate, by Surety. the OWNER or the CONTRACTOR, CONTRACT CONTRACTOk Memento a+centpfahed. Ghee eo etitit:tent corm:llanee to of the dale received et the address shown on the algrglhrre page. 1. Heys !meted wllrnn notice to the CONTRACTOR and sent a copy, ter nogoo lfond, to the OWHet rortn at deye sli= having is When trig Send hoe been funNehed eo comply with a MON or lest performed toter or last furnished nrdntere or math bent IlteCriea In Other legal r.creirattatn In the location mitten the Oentrrret rum: to be the Calm Meng, with steamed axwIeya the imnrnt of tea dean and perh.htted, any provteipn In die Bond aardlkdr,p with sand ate = . or In Same 010111 party to whom 11w Modes were flintigiEd or supplied or Naml requirement Saul) be deed end ° doomed herehom arts . for whom Yea Leber roes done or esnforthteri: m ud tr stall r n T he IttMrr other asks Soho shall lea =maxi 1 b s a 3. Here tither Meshed a rieJecoon In whole or In part from stellar, tares met not as a cancan tsar Pont the CONTRACTOR, or not received wain SQ clays df (crowing the shove rstyfae eery aammutlrattarh from the CONTRACTOR by wtech the 14., Upon retinal of any person or entity appeertre to tee prep! coortmcropt had iorftelnd the tin wlfl be pail nrrsolly troneholity Of INS Bernd. the C'a7Fi7RRt.TWI shill pimply Ftrr lah a Indirectly; snit copy of this Sand or atoll permit a copy to Its owe*. 8 m.. yd l,.. un a 20 s v ere 1A rmETIeIW1!4S Vr V; IMru� �pif � frog, W s � i setts a written nat to the Sruatr and sad a copy, or Mate thereof. in the OWNER, stating that to alarm le belrntt node Under MS tout and 15.1 Ctehnent An tediv{dud or aridly c a direel embed Skit enalol leg a copy of the pimento Won notice %Mashed to the the COMTRAL or wen • btAoanmmrd ter C.. CTON ea Nadel l CONTRACTORL Mtn, ereteilala a. ar t ®d k- h, IN* y,ga.,,frrow vt era ti.onasc. 1Ye !Mira at the SOnd ohne he to tottAi messes# etdyatcn b the twine i7. 11 a notes rogtired by paragraph a to elven by me OW NSR to me for. rrrnenua or ease nirlr Mann of wile. gm pew 'loft deal ot, CONTRACTOR or to the Surety. that to out/ ern oompeernce, war tetershrow ewehe or rental thtgpment uorwi In g.0 Carina rtiliodurii gnd Morro ewvkm maid fc r perfttlACu of 8m Work e. met the Caffiiell his seifahted tlia osntkre of porigraphr 4, faint Surety of the .. 3i -'% - a mi ODNTRACTGra tgacorelbtret re 1fg strail crolopoy isle at The Suigky'S eXpe iaa •: the ke4wh's adlam AIM henna to Vetch a mediaratil cwt may he Minded to the tiotalblion Mere iha Iabor, matertata or etpganwv krndstted. g_t. Send en ertyrear 10 the Cl hia % with a copy CO tit OW wain 45 +'-'- =� sear NC01p1 C ale fin, meg the mourn/ he are 13.o. Gunboat The agreement between the OMER end Ins uhdi.ptied ended tees for erikeiging any renarrrty liter are diapraad CONTRACTOR Idti. oral e: inv olgrr]8ua nano, urdint rail Coiireoi Ooctemenls arid Changes thereto. 6.2, Pay or throngs) for payment of any undisputed amounts. 15.3- OWNER Wale: Falltno of the OWNER. w!OOh hoe Wow 7. The Sir e;ye Total dill§ °r - =. it shall rot exceed the envoi ci this bean remedied liar waved. to pay ihs C ONIRACTen as regtfytd by Bared, end she endued of toe Sand ONO the Cr.Oted for wry paylrltmte the contr.% or to perform and cornptelq Or comply yea, Bye other limo maid In goed faith by the Surety. wareal. (FOR INFO ` x , :T(ON ONLY —Nome, Address and Telephone) AGENT or BROKER; OWNER'S REPRESENTATIVE (ENGINEER or other party): } City of Yakirtv. Washington 00520 Payment PN 1328136 ®2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER TRAVELERS POWER OF ATTORNEY Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company . Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney -In Fact No. 214753 Certificate No. 001510197 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine hnsurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint Donna S. Martinez, Kenneth J. Frick, and Kelly A. Marble of the City of Yakima , State of Washington , their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 12th day of March 2007 Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company crosU,� 1Y ; • 'k 1.0, stwEr .yar'4't, <,-",123:,,1,;\ ,..,.,w,.. -. q .., Jp tY A Nom. er tD m .'f \ \ � 5 • tr6R0.l � e TE 19 2 O m �, ' = „ - �il ; - ..SE AL P�.SEA141 . o r )£ ti o; b -rb•. i / * i I State of Connecticut By: Armor City of Hartford ss. Georg - J Thompson, 7enior ice President On this the 12th day of March 2007 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. t0: In Witness Whereof, I hereunto set my hand and official seal. *OW t w" C • V..l k' /`LA My Commission expires the 30th day of June, 2011. * P UB ` G * Marie C. Tetreault, Notary Public W G ' 4 • 58440 -8 -06 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER t WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice( • President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf ' of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature g g g" y Y P Y g or facsimile seal shall g be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. ( IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of V .4 , 20 or Kori M. JohansoAssistant Secretary 1 U _ T nxw_gr C C� + ° 0 �'y 2 ¢ li C 622 g� O PiCQ9 tl �_ 1977 ACE w g Y '� 195 s !�, a „�nNCF.a° \ AN.P s " r � . s` 4,4 e' '% APN To verify the authenticity of this Power of Attorney, call 1 -800- 421 -3880 or contact us at www.stpaultravelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. • t .. • WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER i Section 00530 NOTICE OF AWARD Dated December 27, 2007 [Certified Mail -- Return Receipt Requested] TO: Angie Hauser, Corp Sec/CFO ADDRESS: Apollo,Inc. 1133 W. Columbia Drive Contract: Yakima Regional Wastewater Treatment Plant Project: Ultra Violet Disenfection Project OWNER's Contract No. 2182 You are notified that your Bid dated December 17, 2007 for the above Contract has been considered. You are the apparent Successful Bidder and have been awarded a Contract for the Base Contract, Addendum No. 1 and No.2 The Contract Price of your Contract is Two Million, Two Hundred Sixty Four Thousand, Six Hundred Forty One Dollars and Eighteen Cents ($2,264,641.18) plus any applicable taxes. Four (4) copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. The specified number of sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within 15 days of the date you receive this Notice of Award. 1. Deliver to the OWNER Four (4) fully executed counterparts of the Contract Documents. Each of the Contract Documents must bear your signature on Page 00500 -8. 2. Deliver with the executed Contract Documents the Contract security (Bonds) as specified in the Instructions to Bidders (Article 20), [and] General Conditions (Paragraph 5.01) [and Supplementary Conditions (Paragraph SC- 5.01).] EJCDC No. 1910 -22 (1996 Edition) Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors of America and the Construction Specifications Institute. Failure to comply with these conditions within the time specified will entitle OWNER City of Yakima, Washington 00530 Notice of Award Yakima Regional Wastewater Treatment -1- Plant — Ultra Violet Disenfection Project to consider your Bid in default to annul this Notice of Award and to declare your Bid . security forfeited. Within ten days after you comply with the above conditions, OWNER will return to you one fully executed counterpart of the Contract Documents. C i CST ' /e, orIa. (OWNER) By: (AUTHORIZED SIGNATURE) (TITLE) Copy to ENGINEER (Use Certified Mail, Return Receipt Requested) City of Yakima, Washington 00530 Notice of Award Yakima Regional Wastewater Treatment -2- Plant — Ultra Violet Disenfection Project Section 00535 NOTICE TO PROCEED Dated .44 # "4-. , TO: 'pc:l i I IIL (CONTRACTOR) ADDRESS: ( j '3 - t V . r, rJ' i< 5r) e ls. 1 Contract: (�! °' t °ice / � e e-2 d ��-2 7r1 (Insert name of Contras it appears in the Contract Documents) Project: vLe)! t 5rf t . -' PKV 3 , OWNER'S CONTRACT NO. 27 2 ---- You are notified that the Contract Times under the above contract will commence to run on 4,9Koa, ey 2651 By that date, you are to start performing your obligations under tile Contract Documents. In accordance wi h Article 3 of the Agreement the date of Substantial Completion is /D/i.S- /og and the date of readiness for final payment is /0.5°14 Before you may start any Work at the Site, paragraph 2.05.0 of the General Conditions provides that you and OWNER must each deliver to the other (with copies to ENGINEER and other identified additional insureds) certificates of insurance which each is required to purchase and maintain in accordance with the Contract Documents. Also, before you may start any Work at the Site, you must (add other requirements) 3 2.1/ // c / �#' ! . 04 - Nr By: �� . \\ (AUTHORI E`6SIGNATURE) (TITLE) Copy to ENGINEER r , ; <,. CAIA (Use Certified Mail, Return Receipt Requested) EJCDC No.1910 - (1996 Edition) Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors of America and the Construction Specifications Institute. City of Yakima, Washington 00535 Notice to Proceed PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 . ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDONY) DATE PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE AGENT POLICIES BELOW. ADDRESS i INSURERS AFFORDING COVERAGE INSURED INSURER A: A VII or better admitted _ca _ CONTRACTOR ' A INSURER r better admitted dmitted carrier_ ADDRESS INSURER C INSURER O. I I INSURER E: COVERAGES 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 DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. — .. — MSR' - - - - - -- - - - - - - - -- - - _ - - POLICY EFFECTIVE • POLICY EXPIRATION - - - - — LTR__ TYPE OF INSURANCE POLICY NUMBER DATE IMM/DD)YYI DATE IMWDO/YY1 LIMITS A GENERALLIABIUTY ABC 123 1 01/01/99 01/01/00 EACH OCCURRENCE i SL 1000,000 I II COMMERCIAL GENERAL LIABILITY :FIRE DAMAGE (Any one fire) I $ 50,000 _- i I CLAIMS MADE L 1 OCCUR . ME° EXP (Any one person)—SS 5_1900 %t Per Job Aggregate I PERSONAL &AOV INJURY -S1,000,000 - ' - • _ GENERAL AGGREGATE S2, 0001000 GEN'L AGGREGATE LIMIT APPLIES PER: � PRODUCTS • COMP/OP AGG , Sl , OOO, 000 , POLICY JEa 1 -' LOG -_- -- _' -- - 1 - I B 1 AUTOMOBILE LIABIUTY DEF 456 i 01/01/99 J/1/01/00 COMBINED SINGLE LIMIT I S1 , 000 , 000 X ANY AUTO (Ea acaden) I ALL OWNED AVMOS I BODILY INJURY I S • L - I SCHEDULED AUTOS Per parson) I - -- 1 �o NON-OWNED IA i � �,j BODILY INJURY - - -- I NON -OWNED AUTOS 10 (Per acadenl) S N IP �/�Q PROPERTY DAMAGE S ,..__.y __ "_.- --_ °.. _ —' l`/`r11� (Per accident) GARAGE LIABILITY I , AUTO ONLY • EA ACCIDENT $ I - ANY AUTO - OTHER KHAN EA FCC . S . AUTO ONLY- AGG • S EXCESS LIABILITY_ _ ' ; . EACH OCCURRENCE ' S L -j OCCUR j CLAIMS MADE AGGREGATE % $ I DEDUCTIBLE . . _ . S .... ____ RETENTION 3 $ A I W WC STATU- iOTH- OOM : . ; TORY T —_) ER EMPLOYE R LIABILITY PENSATION AND ABC 123 I O1 /01 / 99 01101 /00 i - i ' -- - -- E.LEACHACCIDENT 1,5 4,099,000_ �� I E.L. DISEASE - EA EMPLOYE° S 1,900,000 N � Ci E.L. DISEASE - POLICY LIMIT S !OTHER -cO 1 1 sktiVi - DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES /EXCLUSIONS\ B ORSEMENT/SPECIAL PROVISIONS City of Yakima, its Agents, Employees, and elected or appointed officials as additional insured's for project # . • CERTIFICATE HOLDER ! ADDITIONAL INSURED; INSURER LETTER _ _ CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Yakima DATE THEREOF, THE ISSUING INSURER WILt MAIL 20 DAYS WRITTEN 129 N. 2nd Street NOTICE TO THE CERTIFICATE HOLDER NAME° TO THE LE , 1[>>AU XIMAXXXX>F Yakima, WA. 98901 7k141US C7I ,YXUW[YPb11 4IMItOl4MAU 1ISIPIz XIIIMMAMMIXIS AUTHORIZED REPRESENTATIVE ' Signed by Agens. ACORD 25 -S (7/97) O ACORD CORPORATION 1988 City of Yakima, Washington 00550 Certificate of Insurance PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 COMMERCIAL LIABILITY 1ST REPRINT CGL— ENDORSEMENTS JUNE 1991 POLICY NUMBER: ABC 123 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED- OWNERS, LESSEES OR CONTRACTORS (FORM B) C PQ This endorsement modifies insurance provided under the following: � COMMERCIAL GENERAL LIABILITY COVERAGE PART. ��� SCHEDULE �� Name of Person or Organization: CITY OF YAKIMA, ITS AGENTS, EMPLOYEES, AND ELECTED OR APPOINTED OFFICIALS (If no entry appears above, information required to complete this endorsement will be shown in the Declara- tions as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. C.C Nie d cl, Agent Signature � Date CG 20 10 11 85 Copyright, Insurance Services Office, Inc., 1984 CG 20 10 11 85 VI.H.208 City of Yakima, Washington 00550 Certificate of Insurance PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy( ° st be endorsed. A statement on this certificate does not confer rights to the certificate holder in () h endorsement(s). If SUBROGATION IS WAIVED, subject to the terms i.`.:ditions of the policy, certain policies may require an endorsement. A statement on this ce does not confer rights to the certificate holder in lieu of such endorsement(s). O C 0 , \.) DISCLAIMER os The Certificate of Ins ©bit the reverse side of this form does not constitute a contract between the issuing insur-r, .ut orized representative or producer, and the certificate holder, nor does it affirmatively or %e ■ ely amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (7/97) City of Yakima, Washington 00550 Certificate of Insurance PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly By Al National Society of ASCE Professional Engineers AMERICAN CONSULTING Professional Engineers in Private Practice AMERICAN SOCIETY OF ENGINEERS COUNCIL CIVIL ENGINEERS PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE a practice division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN CONSULTING ENGINEERS COUNCIL AMERICAN SOCIETY OF CIVIL ENGINEERS This document has been approved and endorsed by The Associated General Contractors of America F Construction a P u eaons Institute ' ► I Constiucfan Technology EJCDC No. 1910 -8 (1996 Edition) 00700 - 1 Copyright ©1996 National Society of Professional Engineers 1420 King Street, Alexandria, VA 22314 American Consulting Engineers Council 1015 15th Street N.W., Washington, DC 20005 American Society of Civil Engineers 345 East 47th Street, New York, NY 10017 00700 - 2 TABLE OF CONTENTS Page ARTICLE 1 - DEFINITIONS AND TERMINOLOGY 6 1.01 Defined Terms 6 1.02 Terminology 8 ARTICLE 2 - PRELIMINARY MATTERS 9 2.01 Delivery of Bonds 9 2.02 Copies of Documents 9 2.03 Commencement of Contract Times; Notice to Proceed 9 2.04 Starting the Work 9 2.05 Before Starting Construction 9 2.06 Preconstruction Conference 10 2.07 Initial Acceptance of Schedules 10 ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 10 3.01 Intent 10 3.02 Reference Standards 10 3.03 Reporting and Resolving Discrepancies 11 3.04 Amending and Supplementing Contract Documents 11 3.05 Reuse of Documents 11 ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 11 4.01 Availability of Lands 11 4.02 Subsurface and Physical Conditions 12 4.03 Differing Subsurface or Physical Conditions 12 4.04 Underground Facilities 13 4.05 Reference Points 14 4.06 Hazardous Environmental Condition at Site 14 ARTICLE 5 - BONDS AND INSURANCE 15 5.01 Performance, Payment, and Other Bonds 15 5.02 Licensed Sureties and Insurers 15 5.03 Certificates of Insurance 15 5.04 CONTRACTOR's Liability Insurance 15 5.05 OWNER's Liability Insurance 16 5.06 Property Insurance 16 5.07 Waiver of Rights 17 5.08 Receipt and Application of Insurance Proceeds 18 5.09 Acceptance of Bonds and Insurance; Option to Replace 18 5.10 Partial Utilization, Acknowledgment of Property Insurer 18 ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES 19 6.01 Supervision and Superintendence 19 6.02 Labor; Working Hours 19 6.03 Services, Materials, and Equipment 19 6.04 Progress Schedule 19 6.05 Substitutes and "Or- Equals" 19 6.06 Concerning Subcontractors, Suppliers, and Others 21 6.07 Patent Fees and Royalties 22 6.08 Permits 22 00700 - 3 6.09 Laws and Regulations 22 6.10 Taxes 22 6.11 Use of Site and Other Areas 22 6.12 Record Documents 23 6.13 Safety and Protection 23 6.14 Safety Representative 23 6.15 Hazard Communication Programs 24 6.16 Emergencies 24 6.17 Shop Drawings and Samples 24 6.18 Continuing the Work 25 6.19 CONTRACTOR's General Warranty and Guarantee 25 6.20 Indemnification 25 ARTICLE 7 - OTHER WORK 26 7.01 Related Work at Site 26 7.02 Coordination 27 ARTICLE 8 - OWNER'S RESPONSIBILITIES 27 8.01 Communications to Contractor 27 8.02 Replacement of ENGINEER 27 8.03 Furnish Data 27 8.04 Pay Promptly When Due 27 8.05 Lands and Easements; Reports and Tests 27 8.06 Insurance 27 8.07 Change Orders 27 8.08 Inspections, Tests, and Approvals 27 8.09 Limitations on OWNER's Responsibilities 27 8.10 Undisclosed Hazardous Environmental Condition 27 8.11 Evidence of Financial Arrangements 27 ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION 28 9.01 OWNER'S Representative 28 9.02 Visits to Site 28 9.03 Project Representative 28 9.04 Clarifications and Interpretations 28 9.05 Authorized Variations in Work 28 9.06 Rejecting Defective Work 28 9.07 Shop Drawings, Change Orders and Payments 28 9.08 Determinations for Unit Price Work 29 9.09 Decisions on Requirements of Contract Documents and Acceptability of Work 29 9.10 Limitations on ENGINEERSs Authority and Responsibilities 29 ARTICLE 10 - CHANGES IN THE WORK; CLAIMS 29 10.01 Authorized Changes in the Work 29 10.02 Unauthorized Changes in the Work 30 10.03 Execution of Change Orders 30 10.04 Notification to Surety 30 10.05 Claims and Disputes 30 ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK 31 11.01 Cost of the Work 31 11.02 Cash Allowances 32 11.03 Unit Price Work 33 00700 - 4 ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 33 12.01 Change of Contract Price 33 12.02 Change of Contract Times 34 12.03 Delays Beyond CONTRACTOR'S Control 34 12.04 Delays Within CONTRACTOR's Control 34 12.05 Delays Beyond OWNER's and CONTRACTOR'S Control 34 12.06 Delay Damages 34 ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 35 13.01 Notice of Defects 35 13.02 Access to Work 35 13.03 Tests and Inspections 35 13.04 Uncovering Work 35 13.05 OWNER May Stop the Work 36 13.06 Correction or Removal of Defective Work 36 13.07 Correction Period 36 13.08 Acceptance of Defective Work 36 13.09 OWNER May Correct Defective Work 36 ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION 37 14.01 Schedule of Values 37 14.02 Progress Payments 37 14.03 CONTRACTOR's Warranty of Title 39 14.04 Substantial Completion 39 14.05 Partial Utilization 39 14.06 Final Inspection 40 14.07 Final Payment 40 14.08 Final Completion Delayed 41 14.09 Waiver of Claims 41 ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION 41 15.01 OWNER May Suspend Work 41 15.02 OWNER May Terminate for Cause 41 15.03 OWNER May Terminate For Convenience 42 15.04 CONTRACTOR May Stop Work or Terminate 42 ARTICLE 16 - DISPUTE RESOLUTION 42 16.01 Methods and Procedures 42 ARTICLE 17 - MISCELLANEOUS 42 17.01 Giving Notice 42 17.02 Computation of Times 42 17.03 Cumulative Remedies 43 17.04 Survival of Obligations 43 17.05 Controlling Law 43 00700 - 5 GENERAL CONDITIONS ARTICLE 1 - DEFINITIONS AND TERMINOLOGY 10. Claim - -A demand or assertion by OWNER or CONTRACTOR seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respect to the 1.01 Defined Terms terms of the Contract. A demand for money or services by a third party is not a Claim. A. Wherever used in the Contract Documents and printed with initial or all capital letters, the terms listed 11. Contract - -The entire and integrated written below will have the meanings indicated which are agreement between the OWNER and CONTRACTOR applicable to both the singular and plural thereof. concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether 1. Addenda -- Written or graphic instruments written or oral. issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the Contract 12. Contract Documents - -The Contract Documents. Documents establish the rights and obligations of the parties and include the Agreement, Addenda (which pertain to the 2. Agreement- -The written instrument which is Contract Documents), CONTRACTOR's Bid (including evidence of the agreement between OWNER and documentation accompanying the Bid and any post Bid CONTRACTOR covering the Work. documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to 3. Application for Payment- -The form Proceed, the Bonds, these General Conditions, the acceptable to ENGINEER which is to be used by Supplementary Conditions, the Specifications and the CONTRACTOR during the course of the Work in Drawings as the same are more specifically identified in the requesting progress or final payments and which is to be Agreement, together with all Written Amendments, Change accompanied by such supporting documentation as is Orders, Work Change Directives, Field Orders, and required by the Contract Documents. ENGINEER's written interpretations and clarifications issued on or after the Effective Date of the Agreement. 4. Asbestos - -Any material that contains more Approved Shop Drawings and the reports and drawings of than one percent asbestos and is friable or is releasing subsurface and physical conditions are not Contract asbestos fibers into the air above current action levels Documents. Only printed or hard copies of the items listed established by the United States Occupational Safety and in this paragraph are Contract Documents. Files in Health Administration. electronic media format of text, data, graphics, and the like that may be furnished by OWNER to CONTRACTOR are 5. Bid- -The offer or proposal of a bidder not Contract Documents. submitted on the prescribed form setting forth the prices for the Work to be performed. 13. Contract Price- -The moneys payable by OWNER to CONTRACTOR for completion of the Work in 6. Bidding Documents- -The Bidding accordance with the Contract Documents as stated in the Requirements and the proposed Contract Documents Agreement (subject to the provisions of paragraph 11.03 in (including all Addenda issued prior to receipt of Bids). the case of Unit Price Work). 7. Bidding Requirements- -The Advertisement or 14. Contract Times - -The number of days or the Invitation to Bid, Instructions to Bidders, Bid security form, dates stated in the Agreement to: (i) achieve Substantial if any, and the Bid form with any supplements. Completion; and (ii) complete the Work so that it is ready for final payment as evidenced by ENGINEER's written 8. Bonds -- Performance and payment bonds and recommendation of final payment. other instruments of security. 15. CONTRACTOR- -The individual or entity with 9. Change Order - -A document recommended by whom OWNER has entered into the Agreement. ENGINEER which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion, or revision in 16. Cost of the Work- -See paragraph 11.01.A for the Work or an adjustment in the Contract Price or the definition. Contract Times, issued on or after the Effective Date of the Agreement. 17. Drawings- -That part of the Contract Documents prepared or approved by ENGINEER which 00700 - 6 graphically shows the scope, extent, and character of the timely compliance by the apparent successful bidder with Work to be performed by CONTRACTOR. Shop the conditions precedent listed therein, OWNER will sign Drawings and other CONTRACTOR submittals are not and deliver the Agreement. Drawings as so defined. 29. Notice to Proceed- -A written notice given by 18. Effective Date of the Agreement- -The date OWNER to CONTRACTOR fixing the date on which the indicated in the Agreement on which it becomes effective, Contract Times will commence to run and on which but if no such date is indicated, it means the date on which CONTRACTOR shall start to perform the Work under the the Agreement is signed and delivered by the last of the two Contract Documents. parties to sign and deliver. 30. OWNER - -The individual, entity, public body, 19. ENGINEER - -The individual or entity named or authority with whom CONTRACTOR has entered into as such in the Agreement. the Agreement and for whom the Work is to be performed. 20. ENGINEER'S Consultant - -An individual or 31. Partial Utilization- -Use by OWNER of a entity having a contract with ENGINEER to furnish substantially completed part of the Work for the purpose for services as ENGINEER's independent professional which it is intended (or a related purpose) prior to associate or consultant with respect to the Project and who Substantial Completion of all the Work. is identified as such in the Supplementary Conditions. 32. PCBs -- Polychlorinated biphenyls. 21. Field Order - -A written order issued by ENGINEER which requires minor changes in the Work but 33. Petroleum -- Petroleum, including crude oil or which does not involve a change in the Contract Price or the any fraction thereof which is liquid at standard conditions of Contract Times. temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, 22. General Requirements -- Sections of Division fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil 1 of the Specifications. The General Requirements pertain mixed with other non - Hazardous Waste and crude oils. to all sections of the Specifications. 34. Project- -The total construction of which the 23. Hazardous Environmental Condition - -The Work to be performed under the Contract Documents may presence at the Site of Asbestos, PCBs, Petroleum, be the whole, or a part as may be indicated elsewhere in the Hazardous Waste, or Radioactive Material in such Contract Documents. quantities or circumstances that may present a substantial danger to persons or property exposed thereto in connection 35. Project Manual - -The bound documentary with the Work. information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual, vi n. i h t t h n u orw s of uw wtiwuw of un. Project iviuuuu 24. Hazardous Waste - -The term Hazardous which may be bound in one or more volumes, is contained Waste shall have the meaning provided in Section 1004 of in the table(s) of contents. the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 36. Radioactive Material -- Source, special nuclear, or byproduct material as defined by the Atomic 25. Laws and Regulations; Laws or Regulations -- Energy Act of 1954 (42 USC Section 2011 et seq.) as Any and all applicable laws, rules, regulations, ordinances, amended from time to time. codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 37. Resident Project Representative- -The authorized representative of ENGINEER who may be 26. Liens -- Charges, security interests, or assigned to the Site or any part thereof. encumbrances upon Project funds, real property, or personal property. 38. Samples -- Physical examples of materials, equipment, or workmanship that are representative of some 27. Milestone - -A principal event specified in the portion of the Work and which establish the standards by Contract Documents relating to an intermediate completion which such portion of the Work will be judged. date or time prior to Substantial Completion of all the Work. 39. Shop Drawings - -All drawings, diagrams, illustrations, schedules, and other data or information which 28. Notice of Award! -The written notice by are specifically prepared or assembled by or for OWNER to the apparent successful bidder stating that upon 00700 - 7 • CONTRACTOR and submitted by CONTRACTOR to services, and documentation necessary to produce such illustrate some portion of the Work. construction, and furnishing, installing, and incorporating all materials and equipment into such construction, all as 40. Site - -Lands or areas indicated in the Contract required by the Contract Documents. Documents as being furnished, by OWNER upon which the Work is to be performed, including rights -of -way and 49. Work Change Directive - -A written statement easements for access thereto, and such other lands furnished to CONTRACTOR issued on or after the Effective Date of by OWNER which are designated for the use of the Agreement and signed by OWNER and recommended CONTRACTOR. by ENGINEER ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen 41. Specifications- -That part of the Contract subsurface or physical conditions under which the Work is Documents consisting of written technical descriptions of to be performed or to emergencies. A Work Change materials, equipment, systems, standards, and workmanship Directive will not change the Contract Price or the Contract as applied to the Work and certain administrative details Times but is evidence that the parties expect that the change applicable thereto. ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order 42. Subcontractor - -An individual or entity having following negotiations by the parties as to its effect, if any, a direct contract with CONTRACTOR or with any other on the Contract Price or Contract Times. Subcontractor for the performance of a part of the Work at the Site. 50. Written Amendment - -A written statement modifying the Contract Documents, signed by OWNER and 43. Substantial Completion- -The time at which CONTRACTOR on or after the Effective Date of the the Work (or a specified part thereof) has progressed to the Agreement and normally dealing with the nonengineering or point where, in the opinion of ENGINEER, the Work (or a nontechnical rather than strictly construction - related aspects specified part thereof) is sufficiently complete, in of the Contract Documents. accordance with the Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes 1.02 Terminology for which it is intended. The terms "substantially complete" and "substantially completed" as applied to all or part of the A. Intent of Certain Terms or Adjectives Work refer to Substantial Completion thereof. 1. Whenever in the Contract Documents the 44. Supplementa,y Conditions - -That part of the terms "as allowed," "as approved," or terms of like Contract Documents which amends or supplements these effect or import are used, or the adjectives "reasonable," General Conditions. "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe 45. Supplier - -A manufacturer, fabricator, an action or determination of ENGINEER as to the supplier, distributor, materialman, or vendor having a direct Work, it is intended that such action or determination contract with CONTRACTOR or with any Subcontractor to will be solely to evaluate, in general, the completed furnish materials or equipment to be incorporated in the Work for compliance with the requirements of and Work by CONTRACTOR or any Subcontractor. information in the Contract Documents and conformance with the design concept of the completed 46. Underground Facilities - -All underground Project as a functioning whole as shown or indicated in pipelines, conduits, ducts, cables, wires, manholes, vaults, the Contract Documents (unless there is a specific tanks, tunnels, or other such facilities or attachments, and statement indicating otherwise). The use of any such any encasements containing such facilities, including those term or adjective shall not be effective to assign to that convey electricity, gases, steam, liquid petroleum ENGINEER any duty or authority to supervise or direct products, telephone or other communications, cable the performance of the Work or any duty or authority to television, water, wastewater, storm water, other liquids or undertake responsibility contrary to the provisions of chemicals, or traffic or other control systems. paragraph 9.10 or any other provision of the Contract Documents. 47. Unit Price Work- -Work to be paid for on the basis of unit prices. B. Day 48. Work - -The entire completed construction or 1. The word "day" shall constitute a the various separately identifiable parts thereof required to calendar day of 24 hours measured from midnight to be provided under the Contract Documents. Work includes the next midnight. and is the result of performing or providing all labor, 00700 - 8 C. Defective 2.02 Copies of Documents 1. The word "defective," when modifying the word "Work," refers to Work that is A. OWNER shall furnish to CONTRACTOR up to unsatisfactory, faulty, or deficient in that it does not ten copies of the Contract Documents. Additional copies conform to the Contract Documents or does not will be furnished upon request at the cost of reproduction. meet the requirements of any inspection, reference standard, test, or approval referred to in the Contract 2.03 Commencement of Contract Times; Notice to Documents, or has been damaged prior to Proceed ENGINEER's recommendation of final payment (unless responsibility for the protection thereof has A. The Contract Times will commence to run on the been assumed by OWNER at Substantial thirtieth day after the Effective Date of the Agreement or, if Completion in accordance with paragraph 14.04 or a Notice to Proceed is given, on the day indicated in the 14.05). Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of the D. Furnish, Install, Perform, Provide Agreement. In no event will the Contract Times commence to run later than the sixtieth day after the day of Bid opening 1. The word "furnish," when used in or the thirtieth day after the Effective Date of the connection with services, materials, or equipment, Agreement, whichever date is earlier. shall mean to supply and deliver said services, materials, or equipment to the Site (or some other 2.04Starting the Work specified location) ready for use or installation and in usable or operable condition. A. CONTRACTOR shall start to perform the Work on the date when the Contract Times commence to run. No 2. The word "install," when used in Work shall be done at the Site prior to the date on which the connection with services, materials, or equipment, Contract Times commence to run. shall mean to put into use or place in final position said services, materials, or equipment complete and 2.05 Before Starting Construction ready for intended use. A. CONTRACTOR 's Review of Contract Documents: 3. The words "perform" or "provide," when Before undertaking each part of the Work, used in connection with services, materials, or CONTRACTOR shall carefully study and compare the equipment, shall mean to furnish and install said Contract Documents and check and verify pertinent figures services, materials, or equipment complete and therein and all applicable field measurements. ready for intended use. CONTRACTOR shall promptly report in writing to r.�rrrrrrrn ten:,,. .....w:,...:... a :.................. urvvuNuu.X airy COuuit,l, Ciivr, atlw %uLIy, Gr urat.rw"uS.y 4. When "furnish," "install," "perform," or which CONTRACTOR may discover and shall obtain a "provide" is not used in connection with services, written interpretation or clarification from ENGINEER materials, or equipment in a context clearly requiring an before proceeding with any Work affected thereby; obligation of CONTRACTOR, "provide" is implied. however, CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any conflict, error, E. Unless stated otherwise in the Contract ambiguity, or discrepancy in the Contract Documents unless Documents, words or phrases which have a well -known CONTRACTOR knew or reasonably should have known technical or construction industry or trade meaning are used thereof. in the Contract Documents in accordance with such recognized meaning. B. Preliminary Schedules: Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall ARTICLE 2 - PRELIMINARY MATTERS submit to ENGINEER for its timely review: 1. a preliminary progress schedule 2.01 Delivery of Bonds indicating the times (numbers of days or dates) for starting and completing the various stages of the A. When CONTRACTOR delivers the executed Work, including any Milestones specified in the Agreements to OWNER, CONTRACTOR shall also deliver Contract Documents; to OWNER such Bonds as CONTRACTOR may be required to furnish. 00700 - 9 2. a preliminary schedule of Shop Drawing sequencing, scheduling, or progress of the Work nor and Sample submittals which will list each required interfere with or relieve CONTRACTOR from submittal and the times for submitting, reviewing, CONTRACTOR's full responsibility therefor. and processing such submittal; and 2. CONTRACTOR's schedule of Shop 3. a preliminary schedule of values for all of Drawing and Sample submittals will be acceptable the Work which includes quantities and prices of to ENGINEER if it provides a workable items which when added together equal the Contract arrangement for reviewing and processing the Price and subdivides the Work into component parts required submittals. in sufficient detail to serve as the basis for progress payments during performance of the Work. Such 3. CONTRACTOR's schedule of values prices will include an appropriate amount of will be acceptable to ENGINEER as to form and overhead and profit applicable to each item of substance if it provides a reasonable allocation of the Work. Contract Price to component parts of the Work. C. Evidence of Insurance: Before any Work at the Site is started, CONTRACTOR and OWNER shall each ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, deliver to the other, with copies to each additional insured AMENDING, REUSE identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance which either of them or any additional insured may reasonably request) 3.01lntent which CONTRACTOR and OWNER respectively are required to purchase and maintain in accordance with A. The Contract Documents are complementary; Article 5. what is called for by one is as binding as if called for by all. 2.06Preconstruction Conference B. It is the intent of the Contract Documents to A. Within 20 days after the Contract Times start to describe a functionally complete Project (or part thereof) to run, but before any Work at the Site is started, a conference be constructed in accordance with the Contract Documents. attended by CONTRACTOR, ENGINEER, and others as Any labor, documentation, services, materials, or appropriate will be held to establish a working equipment that may reasonably be inferred from the understanding among the parties as to the Work and to Contract Documents or from prevailing custom or trade discuss the schedules referred to in paragraph 2.05.B, usage as being required to produce the intended result will procedures for handling Shop Drawings and other be provided whether or not specifically called for at no submittals, processing Applications for Payment, and additional cost to OWNER. maintaining required records. • C. Clarifications and interpretations of the Contract 2.07 Initial Acceptance of Schedules Documents shall be issued by ENGINEER as provided in Article 9. A. Unless otherwise provided in the Contract Documents, at least ten days before submission of the first 3.02Reference Standards Application for Payment a conference attended by CONTRACTOR, ENGINEER, and others as appropriate A. Standards, Specifications, Codes, Laws, and will be held to review for acceptability to ENGINEER as Regulations provided below the schedules submitted in accordance with paragraph 2.05.B. CONTRACTOR shall have an 1. Reference to standards, specifications, additional ten days to make corrections and adjustments and manuals, or codes of any technical society, to complete and resubmit the schedules. No progress organization, or association, or to Laws or payment shall be made to CONTRACTOR until acceptable Regulations, whether such reference be specific or schedules are submitted to ENGINEER. by implication, shall mean the standard, specification, manual, code, or Laws or Regulations 1. The progress schedule will be acceptable in effect at the time of opening of Bids (or on the to ENGINEER if it provides an orderly progression Effective Date of the Agreement if there were no of the Work to completion within any specified Bids), except as may be otherwise specifically stated Milestones and the Contract Times. Such in the Contract Documents. • acceptance will not impose on ENGINEER responsibility for the progress schedule, for 00700 - 10 2. No provision of any such standard, provisions of the Contract Documents would specification, manual or code, or any instruction of a result in violation of such Law or Regulation). Supplier shall be effective to change the duties or responsibilities of OWNER, CONTRACTOR, or 3.04Amending and Supplementing Contract Documents ENGINEER, or any of their subcontractors, consultants, agents, or employees from those set A. The Contract Documents may be amended to forth in the Contract Documents, nor shall any such provide for additions, deletions, and revisions in the Work provision or instruction be effective to assign to or to modify the terms and conditions thereof in one or OWNER, ENGINEER, or any of ENGINEER's more of the following ways: (i) a Written Amendment; (ii) a Consultants, agents, or employees any duty or Change Order; or (iii) a Work Change Directive. authority to supervise or direct the performance of the Work or any duty or authority to undertake B. The requirements of the Contract Documents may responsibility inconsistent with the provisions of the be supplemented, and minor variations and deviations in the Contract Documents. Work may be authorized, by one or more of the following ways: (i) a Field Order; (ii) ENGINEER's approval of a 3.03 Reporting and Resolving Discrepancies Shop Drawing or Sample; or (iii) ENGINEER's written interpretation or clarification. A. Reporting Discrepancies 3.05Reuse of Documents 1. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, A. CONTRACTOR and any Subcontractor or ambiguity, or discrepancy within the Contract Supplier or other individual or entity performing or Documents or between the Contract Documents and furnishing any of the Work under a direct or indirect any provision of any Law or Regulation applicable contract with OWNER: (i) shall not have or acquire any title to the performance of the Work or of any standard, to or ownership rights in any of the Drawings, specification, manual or code, or of any instruction Specifications, or other documents (or copies of any of any Supplier, CONTRACTOR shall report it to thereof) prepared by or bearing the seal of ENGINEER or ENGINEER in writing at once. CONTRACTOR ENGINEER's Consultant, including electronic media shall not proceed with the Work affected thereby editions; and (ii) shall not reuse any of such Drawings, (except in an emergency as required by paragraph Specifications, other documents, or copies thereof on 6.16.A) until an amendment or supplement to the extensions of the Project or any other project without Contract Documents has been issued by one of the written consent of OWNER and ENGINEER and specific methods indicated in paragraph 3.04; provided, written verification or adaption by ENGINEER. This however, that CONTRACTOR shall not be liable to prohibition will survive final payment, completion, and OWNER or ENGINEER for failure to report any acceptance of the Work, or termination or completion of the suc co nflict error ambi or discrepancy unlace f nntrant •Tnthinn herein shall n Prhirb. (YINTR A('TfR CONTRACTOR knew or reasonably should have from retaining copies of the Contract Documents for record known thereof. purposes. B. Resolving Discrepancies ARTICLE 4 - AVAILABILITY OF LANDS; 1. Except as may be otherwise specifically SUBSURFACE AND PHYSICAL CONDITIONS; stated in the Contract Documents, the provisions of REFERENCE POINTS the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract 4.01Availability of Lands Documents and: A. OWNER shall furnish the Site. OWNER shall a. the provisions of any standard, notify CONTRACTOR of any encumbrances or restrictions specification, manual, code, or instruction not of general application but specifically related to use of (whether or not specifically incorporated by the Site with which CONTRACTOR must comply in reference in the Contract Documents); or performing the Work. OWNER will obtain in a timely manner and pay for easements for permanent structures or b. the provisions of any Laws or permanent changes in existing facilities. If Regulations applicable to the performance of the CONTRACTOR and OWNER are unable to agree on Work (unless such an interpretation of the entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, 00700 - 11 as a result of any delay in OWNER's furnishing the Site, such other data, interpretations, opinions, or CONTRACTOR may make a Claim therefor as provided in information. paragraph 10.05. 4.03Diiffering Subsurface or Physical Conditions B. Upon reasonable written request, OWNER shall furnish CONTRACTOR with a current statement of record A. Notice: If CONTRACTOR believes that any legal title and legal description of the lands upon which the subsurface or physical condition at or contiguous to the Site Work is to be performed and OWNER's interest therein as that is uncovered or revealed either: necessary for giving notice of or filing a mechanic's or construction lien against such lands in accordance with 1. is of such a nature as to establish that any applicable Laws and Regulations. "technical data" on which CONTRACTOR is entitled to rely as provided in paragraph 4.02 is C. CONTRACTOR shall provide for all additional materially inaccurate; or lands and access thereto that may be required for temporary construction facilities or storage of materials and 2. is of such a nature as to require a change equipment. in the Contract Documents; or 4.02Subsurface and Physical Conditions 3. differs materially from that shown or indicated in the Contract Documents; or A. Reports and Drawings: The Supplementary Conditions identify: 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized 1. those reports of explorations and tests of as inherent in work of the character provided for in the subsurface conditions at or contiguous to the Site Contract Documents; that ENGINEER has used in preparing the Contract Documents; and then CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing the subsurface or 2. those drawings of physical conditions in physical conditions or performing any Work in connection or relating to existing surface or subsurface therewith (except in an emergency as required by paragraph structures at or contiguous to the Site (except 6.16.A), notify OWNER and ENGINEER in writing about Underground Facilities) that ENGINEER has used such condition. CONTRACTOR shall not further disturb in preparing the Contract Documents. such condition or perform any Work in connection therewith (except as aforesaid) until receipt of written order B. Limited Reliance by CONTRACTOR on Technical to do so. Data AuthorLed: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such B. ENGINEER's Review: After receipt of written reports and drawings, but such reports and drawings are not notice as required by paragraph 4.03.A, ENGINEER will Contract Documents. Such "technical data" is identified in promptly review the pertinent condition, determine the the Supplementary Conditions. Except for such reliance on necessity of OWNER's obtaining additional exploration or such "technical data," CONTRACTOR may not rely upon tests with respect thereto, and advise OWNER in writing or make any Claim against OWNER, ENGINEER, or any (with a copy to CONTRACTOR) of ENGINEER's findings of ENGINEER's Consultants with respect to: and conclusions. 1. the completeness of such reports and C. Possible Price and Times Adjustments drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, 1. The Contract Price or the Contract methods, techniques, sequences, and procedures of Times, or both, will be equitably adjusted to the construction to be employed by CONTRACTOR, extent that the existence of such differing subsurface and safety precautions and programs incident or physical condition causes an increase or decrease thereto; or in CONTRACTOR's cost of, or time required for, performance of the Work; subject, however, to the 2. other data, interpretations, opinions, and following: information contained in such reports or shown or indicated in such drawings; or a. such condition must meet any one or more of the categories described in paragraph 3. any CONTRACTOR interpretation of or 4.03.A; and conclusion drawn from any "technical data" or any 00700 - 12 b. with respect to Work that is paid for on a 1. OWNER and ENGINEER shall not be Unit Price Basis, any adjustment in Contract responsible for the accuracy or completeness of any Price will be subject to the provisions of such information or data; and paragraphs 9.08 and 11.03. 2. the cost of all of the following will be 2. CONTRACTOR shall not be entitled to included in the Contract Price, and CONTRACTOR any adjustment in the Contract Price or Contract shall have full responsibility for: Times if: a. reviewing and checking all such a. CONTRACTOR- knew of the existence information and data, of such conditions at the time CONTRACTOR made a final commitment to OWNER in respect b. locating all Underground Facilities of Contract Price and Contract limes by the shown or indicated in the Contract Documents, submission of a Bid or becoming bound under a negotiated contract; or c. coordination of the Work with the owners of such Underground Facilities, b. the existence of such condition could including OWNER, during construction, and reasonably have been discovered or revealed as a result of any examination, investigation, d. the safety and protection of all such • exploration, test, or study of the Site and Underground Facilities and repairing any contiguous areas required by the Bidding damage thereto resulting from the Work. Requirements or Contract Documents to be conducted by or for CONTRACTOR prior to B. Not Shown or Indicated CONTRACTOR's making such final commitment; or 1. If an Underground Facility is uncovered or revealed at or contiguous to the Site which was c. CONTRACTOR failed to give the not shown or indicated, or not shown or indicated written notice within the time and as required by with reasonable accuracy in the Contract paragraph 4.03.A. Documents, CONTRACTOR shall, promptly after becoming aware thereof and before further 3. If OWNER and CONTRACTOR are disturbing conditions affected thereby or performing unable to agree on entitlement to or on the amount any Work in connection therewith (except in an or extent, if any, of any adjustment in the Contract emergency as required by paragraph 6.16.A), Price or Contract Times, or both, a Claim may be identify the owner of such Underground Facility and made therefor as provided in paragraph 10.05. give written notice to that owner and to OWNER However, OWNER ENGINEER and and ENGINEER ENGINEER will promptly revie ENGINEER's Consultants shall not be liable to the Underground Facility and determine the extent, CONTRACTOR for any claims, costs, losses, or if any, to which a change is required in the Contract damages (including but not limited to all fees and Documents to reflect and document the charges of engineers, architects, attorneys, and other consequences of the existence or location of the professionals and all court or arbitration or other Underground Facility. During such time, dispute resolution costs) sustained by CONTRACTOR shall be responsible for the safety CONTRACTOR on or in connection with any other and protection of such Underground Facility. project or anticipated project. 2. If ENGINEER concludes that a change in 4.04 Underground Facilities the Contract Documents is required, a Work Change Directive or a Change Order will be issued to reflect A. Shown or Indicated The information and data and document such consequences. An equitable shown or indicated in the Contract Documents with respect adjustment shall be made in the Contract Price of to existing Underground Facilities at or contiguous to the Contract Times, or both, to the extent that they are Site is based on information and data furnished to OWNER attributable to the existence or location of any or ENGINEER by the owners of such Underground Underground Facility that was not shown or Facilities, including OWNER, or by others. Unless it is indicated or not shown or indicated with reasonable otherwise expressly provided in the Supplementary accuracy in the Contract Documents and that Conditions: CONTRACTOR did not know of and could not reasonably have been expected to be aware of or to have anticipated. If OWNER and CONTRACTOR 00700 - 13 are unable to agree on entitlement to or on the such other data, interpretations, opinions or amount or extent, if any, of any such adjustment in information. Contract Price or Contract Times, OWNER or CONTRACTOR may make a Claim therefor as C. CONTRACTOR shall not be responsible for any provided in paragraph 10.05. Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or 4.05Reference Points Specifications or identified in the Contract Documents to be within the scope of the Work. CONTRACTOR shall be A. OWNER shall provide engineering surveys to responsible for a Hazardous Environmental Condition establish reference points for construction which in created with any materials brought to the Site by ENGINEER's judgment are necessary to enable CONTRACTOR, Subcontractors, Suppliers, or anyone else CONTRACTOR to proceed with the Work. for whom CONTRACTOR is responsible. CONTRACTOR shall be responsible for laying out the Work, shall protect and preserve the established reference D. If CONTRACTOR encounters a Hazardous points and property monuments, and shall make no changes Environmental Condition or if CONTRACTOR or anyone or relocations without the prior written approval of for whom CONTRACTOR is responsible creates a OWNER. CONTRACTOR shall report to ENGINEER Hazardous Environmental Condition, CONTRACTOR whenever any reference point or property monument is lost shall immediately: (i) secure or otherwise isolate such or destroyed or requires relocation because of necessary condition; (ii) stop all Work in connection with such changes in grades or locations, and shall be responsible for condition and in any area affected thereby (except in an the accurate replacement or relocation of such reference emergency as required by paragraph 6.16); and (iii) notify points or property monuments by professionally qualified OWNER and ENGINEER (and promptly thereafter confirm personnel. such notice in writing). OWNER shall promptly consult with ENGINEER concerning the necessity for OWNER to 4.06Hazardous Environmental Condition at Site retain a qualified expert to evaluate such condition or take corrective action, if any. A. Reports and Drawings: Reference is made to the Supplementary Conditions for the identification of those E. CONTRACTOR shall not be required to resume reports and drawings relating to a Hazardous Environmental Work in connection with such condition or in any affected Condition identified at the Site, if any, that have been area until after OWNER has obtained any required permits utilized by the ENGINEER in the preparation of the related thereto and delivered to CONTRACTOR written Contract Documents. notice: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of B. Limited Reliance by CONTRACTOR on Technical Work; or (ii) specifying any special conditions under which Data Authori -ed.: CONTRACTOR may rely upon the such Work may be resumed safely. If OWNER and general accuracy of the "technical data" contained in such CONTRACTOR cannot agree as to entitlement to or on the reports and drawings, but such reports and drawings are not amount or extent, if any, of any adjustment in Contract Price Contract Documents. Such "technical data" is identified in or Contract Times, or both, as a result of such Work the Supplementary Conditions. Except for such reliance on stoppage or such special conditions under which Work is such "technical data," CONTRACTOR may not rely upon agreed to be resumed by CONTRACTOR, either party may or make any Claim against OWNER, ENGINEER or any of make a Claim therefor as provided in paragraph 10.05. ENGINEER's Consultants with respect to: F. If after receipt of such written notice 1. the completeness of such reports and CONTRACTOR does not agree to resume such Work drawings for CONTRACTOR's purposes, including, based on a reasonable belief it is unsafe, or does not agree but not limited to, any aspects of the means, to resume such Work under such special conditions, then methods, techniques, sequences and procedures of OWNER may order the portion of the Work that is in the construction to be employed by CONTRACTOR area affected by such condition to be deleted from the and safety precautions and programs incident Work. If OWNER and CONTRACTOR cannot agree as to thereto; or entitlement to or on the amount or extent, if any, of an adjustment in Contract Price or Contract Times as a result 2. other data, interpretations, opinions and of deleting such portion of the Work, then either party may information contained in such reports or shown or make a Claim therefor as provided in paragraph 10.05. indicated in such drawings; or OWNER may have such deleted portion of the Work performed by OWNER's own forces or others in 3. any CONTRACTOR interpretation of or accordance with Article 7. conclusion drawn from any "technical data" or any 00700 - 14 G. To the fullest extent permitted by Laws and CONTRACTOR shall also furnish such other Bonds as are Regulations, OWNER shall indemnify and hold harmless required by the Contract Documents. CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants and the officers, directors, B. All Bonds shall be in the form prescribed by the partners, employees, agents, other consultants, and Contract Documents except as provided otherwise by Laws subcontractors of each and any of them from and against all or Regulations, and shall be executed by such sureties as are claims, costs, losses, and damages (including but not limited named in the current list of "Companies Holding to all fees and charges of engineers, architects, attorneys, Certificates of Authority as Acceptable Sureties on Federal and other professionals and all court or arbitration or other Bonds and as Acceptable Companies" p Reinsuring .�ompanies " as dispute resolution costs) arising out of or relating to a published in Circular 570 (amended) by the Financial Hazardous Environmental Condition, provided that such Management Service, Surety Bond Branch, U.S. Hazardous Environmental Condition: (i) was not shown or Department of the Treasury. All Bonds signed by an agent indicated in the Drawings or Specifications or identified in must be accompanied by a certified copy of such agent's the Contract Documents to be included within the scope of authority to act. the Work, and (ii) was not created by CONTRACTOR or by anyone for whom CONTRACTOR is responsible. C. If the surety on any Bond furnished by Nothing in this paragraph 4.06.E shall obligate OWNER to CONTRACTOR is declared bankrupt or becomes insolvent indemnify any individual or entity from and against the or its right to do business is terminated in any state where consequences of that individual's or entity's own any part of the Project is located or it ceases to meet the negligence. requirements of paragraph 5.01.B, CONTRACTOR shall within 20 days thereafter substitute another Bond and H. To the fullest extent permitted by Laws and surety, both of which shall comply with the requirements of Regulations, CONTRACTOR shall indemnify and hold paragraphs 5.01.B and 5.02. harmless OWNER, ENGINEER, ENGINEER's Consultants, and the officers, directors, partners, employees, 5.02Licensed Sureties and Insurers agents, other consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and A. All Bonds and insurance required by the Contract damages (including but not limited to all fees and charges of Documents to be purchased and maintained by OWNER or engineers, architects, attorneys, and other professionals and CONTRACTOR shall be obtained from surety or insurance all court or arbitration or other dispute resolution costs) companies that are duly licensed or authorized in the arising out of or relating to a Hazardous Environmental jurisdiction in which the Project is located to issue Bonds or Condition created by CONTRACTOR or by anyone for insurance policies for the limits and coverages so required. whom CONTRACTOR is responsible. Nothing in this Such surety and insurance companies shall also meet such paragraph 4.06.F shall obligate CONTRACTOR to additional requirements and qualifications as may be indemnify any individual or entity from and against the provided in the Supplementary Conditions. „f that individual's entity's consequences " u.....a ". O ,,. e.,._.1 O UVV1l negligence. 5.03Certifrcates of Insurance I. The provisions of paragraphs 4.02, 4.03, and 4.04 A. CONTRACTOR shall deliver to OWNER, with are not intended to apply to a Hazardous Environmental copies to each additional insured identified in the Condition uncovered or revealed at the Site. Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required ARTICLE 5 - BONDS AND INSURANCE to purchase and maintain. OWNER shall deliver to CONTRACTOR, with copies to each additional insured identified in the Supplementary Conditions, certificates of 5.01 Performance, Payment, and Other Bonds insurance (and other evidence of insurance requested by CONTRACTOR or any other additional insured) which A. CONTRACTOR shall furnish performance and OWNER is required to purchase and maintain. payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and 5.04CONTRACTOR's Liability Insurance payment of all CONTRACTOR's obligations under the Contract Documents. These Bonds shall remain in effect at A. CONTRACTOR shall purchase and maintain such least until one year after the date when final payment liability and other insurance as is appropriate for the Work becomes due, except as provided otherwise by Laws or being performed and as will provide protection from claims Regulations or by the Contract Documents. set forth below which may arise out of or result from CONTRACTOR's performance of the Work and 00700 - 15 CONTRACTOR's other obligations under the Contract required by Laws or Regulations, whichever is Documents, whether it is to be performed by greater; CONTRACTOR, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to 3. include completed operations insurance; perform any of the Work, or by anyone for whose acts any of them may be liable: 4. include contractual liability insurance covering CONTRACTOR's indemnity obligations 1. claims under workers' compensation, under paragraphs 6.07, 6.11, and 6.20; disability benefits, and other similar employee benefit acts; 5. contain a provision or endorsement that the coverage afforded will not be canceled, 2. claims for damages because of bodily materially changed or renewal refused until at least injury, occupational sickness or disease, or death of thirty days prior written notice has been given to CONTRACTOR's employees; OWNER and CONTRACTOR and to each other additional insured identified in the Supplementary 3. claims for damages because of bodily Conditions to whom a certificate of insurance has injury, sickness or disease, or death of any person been issued (and the certificates of insurance other than CONTRACTOR's employees; furnished by the CONTRACTOR pursuant to paragraph 5.03 will so provide); 4. claims for damages insured by reasonably available personal injury liability 6. remain in effect at least until final coverage which are sustained: (i) by any person as a payment and , at all times thereafter when result of an offense directly or indirectly related to CONTRACTOR may be correcting, removing, or the employment of such person by CONTRACTOR, replacing defective Work in accordance with or (ii) by any other person for any other reason; paragraph 13.07; and 5. claims for damages, other than to the 7. with respect to completed operations Work itself, because of injury to or destruction of insurance, and any insurance coverage written on a tangible property wherever located, including loss of claims -made basis, remain in effect for at least two use resulting therefrom; and years after final payment (and CONTRACTOR shall furnish OWNER and each other additional insured 6. claims for damages because of bodily identified in the Supplementary Conditions, to injury or death of any person or property damage whom a certificate of insurance has been issued, arising out of the ownership, maintenance or use of evidence satisfactory to OWNER and any such any motor vehicle. additional insured of continuation of such insurance at final payment and one year thereafter). B. The policies of insurance so required by this paragraph 5.04 to be purchased and maintained shall: 5.05OWNER's Liability Insurance 1. with respect to insurance required by A. In addition to the insurance required to be paragraphs 5.04.A.3 through 5.04.A.6 inclusive, provided by CONTRACTOR under paragraph 5.04, include as additional insureds (subject to any OWNER, at OWNER's option, may purchase and maintain customary exclusion in respect of professional at OWNER's expense OWNER's own liability insurance as liability) OWNER, ENGINEER, ENGINEER's will protect OWNER against claims which may arise from Consultants, and any other individuals or entities operations under the Contract Documents. identified in the Supplementary Conditions, all of whom shall be listed as additional insureds, and 5.06Property Insurance include coverage for the respective officers, directors, partners, employees, agents, and other A. Unless otherwise provided in the Supplementary consultants and subcontractors of each and any of all Conditions, OWNER shall purchase and maintain property such additional insureds, and the insurance afforded insurance upon the Work at the Site in the amount of the to these additional insureds shall provide primary full replacement cost thereof (subject to such deductible coverage for all claims covered thereby; amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This 2. include at least the specific coverages and insurance shall: be written for not less than the limits of liability provided in the Supplementary Conditions or 00700 - 16 1. include the interests of OWNER, CONTRACTOR, Subcontractors, ENGINEER, C. All the policies of insurance (and the certificates or ENGINEER's Consultants, and any other other evidence thereof) required to be purchased and individuals or entities identified in the maintained in accordance with paragraph 5.06 will contain a Supplementary Conditions, and the officers, provision or endorsement that the coverage afforded will directors, partners, employees, agents, and other not be canceled or materially changed or renewal refused consultants and subcontractors of each and any of until at least 30 days prior written notice has been given to them, each of whom is deemed to have an insurable OWNER and CONTRACTOR and to each other additional interest and shall be listed as an additional insured; insured to whom a certificate of insurance has tas been issued and will contain waiver provisions in accordance with 2. be written on a Builder's Risk "all- risk" paragraph 5.07. or open peril or special causes of loss policy form that shall at least include insurance for physical loss D. OWNER shall not be responsible for purchasing or damage to the Work, temporary buildings, false and maintaining any property insurance specified in this work, and materials and equipment in transit, and paragraph 5.06 to protect the interests of CONTRACTOR, shall insure against at least the following perils or Subcontractors, or others in the Work to the extent of any causes of loss: fire, lightning, extended coverage, deductible amounts that are identified in the Supplementary theft, vandalism and malicious mischief, earthquake, Conditions. The risk of loss within such identified collapse, debris removal, demolition occasioned by deductible amount will be borne by CONTRACTOR, enforcement of Laws and Regulations, water Subcontractors, or others suffering any such loss, and if any damage, and such other perils or causes of loss as of them wishes property insurance coverage within the may be specifically required by the Supplementary limits of such amounts, each may purchase and maintain it Conditions; at the purchaser's own expense. 3. include expenses incurred in the repair or E. If CONTRACTOR requests in writing that other replacement of any insured property (including but special insurance be included in the property insurance not limited to fees and charges of engineers and policies provided under paragraph 5.06, OWNER shall, if architects); possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order 4. cover materials and equipment stored at or Written Amendment. Prior to commencement of the the Site or at another location that was agreed to in Work at the Site, OWNER shall in writing advise writing by OWNER prior to being incorporated in CONTRACTOR whether or not such other insurance has the Work, provided that such materials and been procured by OWNER. equipment have been included in an Application for Payment recommended by ENGINEER; 5.07 Waiver of Rights 5. allow for partial utilization of the Work A. OWNER and CONTRACTOR intend that all by OWNER; policies purchased in accordance with paragraph 5.06 will protect OWNER, CONTRACTOR, Subcontractors, 6. include testing and startup; and ENGINEER, ENGINEER's Consultants, and all other individuals or entities identified in the Supplementary 7. be maintained in effect until final Conditions to be listed as insureds or additional insureds payment is made unless otherwise agreed to in (and the officers, directors, partners, employees, agents, and writing by OWNER, CONTRACTOR, and other consultants and subcontractors of each and any of ENGINEER with 30 days written notice to each them) in such policies and will provide primary coverage other additional insured to whom a certificate of for all losses and damages caused by the perils or causes of insurance has been issued. loss covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any B. OWNER shall purchase and maintain such boiler loss or damage the insurers will have no rights of recovery and machinery insurance or additional property insurance as against any of the insureds or additional insureds may be required by the Supplementary Conditions or Laws thereunder. OWNER and CONTRACTOR waive all rights and Regulations which will include the interests of against each other and their respective officers, directors, OWNER, CONTRACTOR, Subcontractors, ENGINEER, partners, employees, agents, and other consultants and ENGINEER's Consultants, and any other individuals or subcontractors of each and any of them for all losses and entities identified in the Supplementary Conditions, each of damages caused by, arising out of or resulting from any of whom is deemed to have an insurable interest and shall be the perils or causes of loss covered by such policies and any listed as an insured or additional insured. other property insurance applicable to the Work; and, in 00700 - 17 addition, waive all such rights against Subcontractors, account thereof, and the Work and the cost thereof covered ENGINEER, ENGINEER's Consultants, and all other by an appropriate Change Order or Written Amendment. individuals or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds B. OWNER as fiduciary shall have power to adjust (and the officers, directors, partners, employees, agents, and and settle any loss with the insurers unless one of the parties other consultants and subcontractors of each and any of in interest shall object in writing within 15 days after the them) under such policies for losses and damages so caused. occurrence of loss to OWNER's exercise of this power. If None of the above waivers shall extend to the rights that such objection be made, OWNER as fiduciary shall make any party making such waiver may have to the proceeds of settlement with the insurers in accordance with such insurance held by OWNER as trustee or otherwise payable agreement as the parties in interest may reach. If no such under any policy so issued. agreement among the parties in interest is reached, OWNER as fiduciary shall adjust and settle the loss with the insurers B. OWNER waives all rights against and, if required in writing by any party in interest, OWNER CONTRACTOR, Subcontractors, ENGINEER, as fiduciary shall give bond for the proper performance of ENGINEER's Consultants, and the officers, directors, such duties. partners, employees, agents, and other consultants and subcontractors of each and any of them for: 5.09Acceptance of Bonds and Insurance; Option to Replace 1. loss due to business interruption, loss of use, or other consequential loss extending beyond A. If either OWNER or CONTRACTOR has any direct physical loss or damage to OWNER's objection to the coverage afforded by or other provisions of property or the Work caused by, arising out of, or the Bonds or insurance required to be purchased and resulting from fire or other peril whether or not maintained by the other party in accordance with Article 5 insured by OWNER; and on the basis of non - conformance with the Contract Documents, the objecting party shall so notify the other 2. loss or damage to the completed Project party in writing within 10 days after receipt of the or part thereof caused by, arising out of, or resulting certificates (or other evidence requested) required by from fire or other insured peril or cause of loss paragraph 2.05.C. OWNER and CONTRACTOR shall covered by any property insurance maintained on the each provide to the other such additional information in completed Project or part thereof by OWNER respect of insurance provided as the other may reasonably during partial utilization pursuant to paragraph request. If either party does not purchase or maintain all of 14.05, after Substantial Completion pursuant to the Bonds and insurance required of such party by the paragraph 14.04, or after final payment pursuant to Contract Documents, such party shall notify the other party paragraph 14.07. in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in C. Any insurance policy maintained by OWNER the required coverage. Without prejudice to any other right covering any loss, damage or consequential loss referred to or remedy, the other party may elect to obtain equivalent in paragraph 5.07.B shall contain provisions to the effect Bonds or insurance to protect such other party's interests at that in the event of payment of any such loss, damage, or the expense of the party who was required to provide such consequential loss, the insurers will have no rights of coverage, and a Change Order shall be issued to adjust the recovery against CONTRACTOR, Subcontractors, Contract Price accordingly. ENGINEER, or ENGINEER's Consultants and the officers, directors, partners, employees, agents, and other consultants 5.10Partial Utilization, Acknowledgment of Property and subcontractors of each and any of them. Insurer 5.08Receipt and Application of Insurance Proceeds A. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial A. Any insured loss under the policies of insurance Completion of all the Work as provided in paragraph 14.05, required by paragraph 5.06 will be adjusted with OWNER no such use or occupancy shall commence before the and made payable to OWNER as fiduciary for the insureds, insurers providing the property insurance pursuant to as their interests may appear, subject to the requirements of paragraph 5.06 have acknowledged notice thereof and in any applicable mortgage clause and of paragraph 5.08.B. writing effected any changes in coverage necessitated OWNER shall deposit in a separate account any money so thereby. The insurers providing the property insurance shall received and shall distribute it in accordance with such consent by endorsement on the policy or policies, but the agreement as the parties in interest may reach. If no other property insurance shall not be canceled or permitted to special agreement is reached, the damaged Work shall be lapse on account of any such partial use or occupancy. repaired or replaced, the moneys so received applied on 00700 - 18 machinery, tools, appliances, fuel, power, light, heat, ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work. 6.01 Supervision and Superintendence B. All materials and equipment incorporated into the A. CONTRACTOR shall supervise, inspect, and Work shall be as specified or, if not specified, shall be of direct the Work competently and efficiently, devoting such good quality and new, except as otherwise provided in the attention thereto and applying such skills and expertise as Contract Documents. All warranties and guarantees may be necessary to perform the Work in accordance with specifically called for by the Specifications shall expressly the Contract Documents. CONTRACTOR shall be solely run to the benefit of OWNER. If required by ENGINEER, responsible for the means, methods, techniques, sequences, CONTRACTOR shall furnish satisfactory evidence and procedures of construction, but CONTRACTOR shall (including reports of required tests) as to the source, kind, not be responsible for the negligence of OWNER or and quality of materials and equipment. All materials and ENGINEER in the design or specification of a specific equipment shall be stored, applied, installed, connected, means, method, technique, sequence, or procedure of erected, protected, used, cleaned, and conditioned in construction which is shown or indicated in and expressly accordance with instructions of the applicable Supplier, required by the Contract Documents. CONTRACTOR except as otherwise may be provided in the Contract shall be responsible to see that the completed Work Documents. complies accurately with the Contract Documents. 6.04Progress Schedule B. At all times during the progress of the Work, CONTRACTOR shall assign a competent resident A. CONTRACTOR shall adhere to the progress superintendent thereto who shall not be replaced without schedule established in accordance with paragraph 2.07 as it written notice to OWNER and ENGINEER except under may be adjusted from time to time as provided below. extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the Site and shall have 1. CONTRACTOR shall submit to authority to act on behalf of CONTRACTOR. All ENGINEER for acceptance (to the extent indicated communications given to or received from the in paragraph 2.07) proposed adjustments in the superintendent shall be binding on CONTRACTOR. progress schedule that will not result in changing the Contract Times (or Milestones). Such adjustments 6.02 Labor; Working Hours will conform generally to the progress schedule then in effect and additionally will comply with any A. CONTRACTOR shall provide competent, suitably provisions of the General Requirements applicable qualified personnel to survey, lay out, and construct the thereto. Work as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline 2. Proposed adjustments in the progress and order at the Site. schedule that will change the Contract Times (or Milestones) shall be submitted in accordance with B. Except as otherwise required for the safety or the requirements of Article 12. Such adjustments protection of persons or the Work or property at the Site or may only be made by a Change Order or Written adjacent thereto, and except as otherwise stated in the Amendment in accordance with Article 12. Contract Documents, all Work at the Site shall be performed during regular working hours, and 6.05Substitutes and "Or- Equals" CONTRACTOR will not permit overtime work or the performance of Work on Saturday, Sunday, or any legal A. Whenever an item of material or equipment is holiday without OWNER's written consent (which will not specified or described in the Contract Documents by using be unreasonably withheld) given after prior written notice to the name of a proprietary item or the name of a particular ENGINEER. Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or 6.03Services, Materials, and Equipment is followed by words reading that no like, equivalent, or "or- equal" item or no substitution is permitted, other items A. Unless otherwise specified in the General of material or equipment or material or equipment of other Requirements, CONTRACTOR shall provide and assume Suppliers may be submitted to ENGINEER for review full responsibility for all services, materials, equipment, under the circumstances described below. labor, transportation, construction equipment and 00700 - 19 I. "Or- Equal" Items: If in ENGINEER's or use. The application shall certify that the sole discretion an item of material or equipment proposed substitute item will perform adequately proposed by CONTRACTOR is functionally equal the functions and achieve the results called for to that named and sufficiently similar so that no by the general design, be similar in substance to change in related Work will be required, it may be that specified, and be suited to the same use as considered by ENGINEER as an "or- equal" item, in that specified. The application will state the which case review and approval of the proposed extent, if any, to which the use of the proposed item may, in ENGINEER's sole discretion, be substitute item will prejudice CONTRACTOR's accomplished without compliance with some or all achievement of Substantial Completion on time, of the requirements for approval of proposed whether or not use of the proposed substitute substitute items. For the purposes of this paragraph item in the Work will require a change in any of 6.05.A.1, a proposed item of material or equipment the Contract Documents (or in the provisions of will be considered functionally equal to an item so any other direct contract with OWNER for work named if: on the Project) to adapt the design to the proposed substitute item and whether or not a. in the exercise of reasonable judgment incorporation or use of the proposed substitute ENGINEER determines that: (i) it is at least item in connection with the Work is subject to equal in quality, durability, appearance, strength, payment of any license fee or royalty. All and design characteristics; (ii) it will reliably variations of the proposed substitute item from perform at least equally well the function that specified will be identified in the imposed by the design concept of the completed application, and available engineering, sales, Project as a functioning whole, and; maintenance, repair, and replacement services will be indicated. The application will also b. CONTRACTOR certifies that: (i) there is contain an itemized estimate of all costs or no increase in cost to the OWNER; and (ii) it credits that will result directly or indirectly from will conform substantially, even with deviations, use of such substitute item, including costs of to the detailed requirements of the item named in redesign and claims of other contractors affected the Contract Documents. by any resulting change, all of which will be considered by ENGINEER in evaluating the 2. Substitute Items proposed substitute item. ENGINEER may require CONTRACTOR to furnish additional a. If in ENGINEER's sole discretion an data about the proposed substitute item. item of material or equipment proposed by CONTRACTOR does not qualify as an B. Substitute Construction Methods or Procedures: "or- equal" item under paragraph 6.05.A.1, it will If a specific means, method, technique, sequence, or be considered a proposed substitute item. procedure of construction is shown or indicated in and expressly required by the Contract Documents, b. CONTRACTOR shall submit sufficient CONTRACTOR may furnish or utilize a substitute means, information as provided below to allow method, technique, sequence, or procedure of construction ENGINEER to determine that the item of approved by ENGINEER. CONTRACTOR shall submit material or equipment proposed is essentially sufficient information to allow ENGINEER, in equivalent to that named and an acceptable ENGINEER's sole discretion, to determine that the substitute therefor. Requests for review of substitute proposed is equivalent to that expressly called for proposed substitute items of material or by the Contract Documents. The procedure for review by equipment will not be accepted by ENGINEER ENGINEER will be similar to that provided in from anyone other than CONTRACTOR. subparagraph 6.05.A.2. c. The procedure for review by C. Engineer's Evaluation: ENGINEER will be ENGINEER will be as set forth in paragraph allowed a reasonable time within which to evaluate each 6.05.A.2.d, as supplemented in the General proposal or submittal made pursuant to paragraphs 6.05.A Requirements and as ENGINEER may decide is and 6.05.B. ENGINEER will be the sole judge of appropriate under the circumstances. acceptability. No "or- equal" or substitute will be ordered, installed or utilized until ENGINEER's review is complete, d. CONTRACTOR shall first make written which will be evidenced by either a Change Order for a application to ENGINEER for review of a substitute or an approved Shop Drawing for an "or equal." proposed substitute item of material or ENGINEER will advise CONTRACTOR in writing of any equipment that CONTRACTOR seeks to furnish negative determination. 00700 - 20 D. Special Guarantee: OWNER may require C. CONTRACTOR shall be fully responsible to CONTRACTOR to furnish at CONTRACTOR's expense a OWNER and ENGINEER for all acts and omissions of the special performance guarantee or other surety with respect Subcontractors, Suppliers, and other individuals or entities to any substitute. performing or furnishing any of the Work just as CONTRACTOR is responsible for CONTRACTOR's own E. ENGINEER's Cost Reimbursement: ENGINEER acts and omissions. Nothing in the Contract Documents will record time required by ENGINEER and shall create for the benefit of any such Subcontractor, ENGINEER's Consultants in evaluating substitute proposed Supplier, or other individual or entity any contractual or submitted by CONTRACTOR pursuant to paragraphs relationship between OWNER or ENGINEER and any such 6.05.A.2 and 6.05.B and in making changes in the Contract Subcontractor, Supplier or other individual or entity, nor Documents (or in the provisions of any other direct contract shall it create any obligation on the part of OWNER or with OWNER for work on the Project) occasioned thereby. ENGINEER to pay or to see to the payment of any moneys Whether or not ENGINEER approves a substitute item so due any such Subcontractor, Supplier, or other individual or proposed or submitted by CONTRACTOR, entity except as may otherwise be required by Laws and CONTRACTOR shall reimburse OWNER for the charges Regulations. of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute. D. CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors, F. CONTRACTOR's Expense: CONTRACTOR shall Suppliers, and other individuals or entities performing or provide all data in support of any proposed substitute or furnishing any of the Work under a direct or indirect "or- equal" at CONTRACTOR's expense. contract with CONTRACTOR. 6.06Concerning Subcontractors, Suppliers, and Others E. CONTRACTOR shall require all Subcontractors, Suppliers, and such other individuals or entities performing A. CONTRACTOR shall not employ any or furnishing any of the Work to communicate with Subcontractor, Supplier, or other individual or entity ENGINEER through CONTRACTOR. (including those acceptable to OWNER as indicated in paragraph 6.06.B), whether initially or as a replacement, F. The divisions and sections of the Specifications against whom OWNER may have reasonable objection. and the identifications of any Drawings shall not control CONTRACTOR shall not be required to employ any CONTRACTOR in dividing the Work among Subcontractor, Supplier, or other individual or entity to Subcontractors or Suppliers or delineating the Work to be furnish or perform any of the Work against whom performed by any specific trade. CONTRACTOR has reasonable objection. G. All Work performed for CONTRACTOR by a B. If the Supplementary Conditions require the Subcontractor or Supplier will be pursuant to an appropriate identity of certain Subcontractors, Suppliers, ' or other agreement between CONTRACTOR and the Subcontractor individuals or entities to be submitted to OWNER in or Supplier which specifically binds the Subcontractor or advance for acceptance by OWNER by a specified date Supplier to the applicable terms and conditions of the prior to the Effective Date of the Agreement, and if Contract Documents for the benefit of OWNER and CONTRACTOR has submitted a list thereof in accordance ENGINEER. Whenever any such agreement is with a with the Supplementary Conditions, OWNER's acceptance Subcontractor or Supplier who is listed as an additional (either in writing or by failing to make written objection insured on the property insurance provided in paragraph thereto by the date indicated for acceptance or objection in 5.06, the agreement between the CONTRACTOR and the the Bidding Documents or the Contract Documents) of any Subcontractor or Supplier will contain provisions whereby such Subcontractor, Supplier, or other individual or entity the Subcontractor or Supplier waives all rights against so identified may be revoked on the basis of reasonable OWNER, CONTRACTOR, ENGINEER, ENGINEER's objection after due investigation. CONTRACTOR shall Consultants, and all other individuals or entities identified in submit an acceptable replacement for the rejected the Supplementary Conditions to be listed as insureds or Subcontractor, Supplier, or other individual or entity, and additional insureds (and the officers, directors, partners, the Contract Price will be adjusted by the difference in the employees, agents, and other consultants and subcontractors cost occasioned by such replacement, and an appropriate of each and any of them) for all losses and damages caused Change Order will be issued or Written Amendment signed. by, arising out of, relating to, or resulting from any of the No acceptance by OWNER of any such Subcontractor, perils or causes of loss covered by such policies and any Supplier, or other individual or entity, whether initially or as other property insurance applicable to the Work. If the a replacement, shall constitute a waiver of any right of insurers on any such policies require separate waiver forms OWNER or ENGINEER to reject defective Work. 00700 - 21 to be signed by any Subcontractor or Supplier, B. If CONTRACTOR performs any Work knowing CONTRACTOR will obtain the same. or having reason to know that it is contrary to Laws or Regulations, CONTRACTOR shall bear all claims, costs, 6.07Patent Fees and Royalties losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other A. CONTRACTOR shall pay all license fees and professionals and all court or arbitration or other dispute royalties and assume all costs incident to the use in the resolution costs) arising out of or relating to such Work; performance of the Work or the incorporation in the Work however, it shall not be CONTRACTOR's primary of any invention, design, process, product, or device which responsibility to make certain that the Specifications and is the subject of patent rights or copyrights held by others. Drawings are in accordance with Laws and Regulations, but If a particular invention, design, process, product, or device this shall not relieve CONTRACTOR of CONTRACTOR's is specified in the Contract Documents for use in the obligations under paragraph 3.03. performance of the Work and if to the actual knowledge of OWNER or ENGINEER its use is subject to patent rights or C. Changes in Laws or Regulations not known at the copyrights calling for the payment of any license fee or time of opening of Bids (or, on the Effective Date of the royalty to others, the existence of such rights shall be Agreement if there were no Bids) having an effect on the disclosed by OWNER in the Contract Documents. To the cost or time of performance of the Work may be the subject fullest extent permitted by Laws and Regulations, of an adjustment in Contract Price or Contract Times. If CONTRACTOR shall indemnify and hold harmless OWNER and CONTRACTOR are unable to agree on OWNER, ENGINEER, ENGINEER's Consultants, and the entitlement to or on the amount or extent, if any, of any such officers, directors, partners, employees or agents, and other adjustment, a Claim may be made therefor as provided in consultants of each and any of them from and against all paragraph 10.05. claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, 6.10 Taxes and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any A. CONTRACTOR shall pay all sales, consumer, infringement of patent rights or copyrights incident to the use, and other similar taxes required to be paid by use in the performance of the Work or resulting from the CONTRACTOR in accordance with the Laws and incorporation in the Work of any invention, design, process, Regulations of the place of the Project which are applicable product, or device not specified in the Contract Documents. during the performance of the Work. 6.08Permits 6.11 Use of Site and Other Areas A. Unless otherwise provided in the Supplementary A. Limitation on Use of Site and Other Areas Conditions, CONTRACTOR shall obtain and pay for all construction permits and licenses. OWNER shall assist 1. CONTRACTOR shall confine CONTRACTOR, when necessary, in obtaining such construction equipment, the storage of materials and permits and licenses. CONTRACTOR shall pay all equipment, and the operations of workers to the Site governmental charges and inspection fees necessary for the and other areas permitted by Laws and Regulations, prosecution of the Work which are applicable at the time of and shall not unreasonably encumber the Site and opening of Bids, or, if there are no Bids, on the Effective other areas with construction equipment or other Date of the Agreement. CONTRACTOR shall pay all materials or equipment. CONTRACTOR shall charges of utility owners for connections to the Work, and assume full responsibility for any damage to any OWNER shall pay all charges of such utility owners for such land or area, or to the owner or occupant capital costs related thereto, such as plant investment fees. thereof, or of any adjacent land or areas resulting from the performance of the Work. 6.09 Laws and Regulations 2. Should any claim be made by any such A. CONTRACTOR shall give all notices and comply owner or occupant because of the performance of with all Laws and Regulations applicable to the the Work, CONTRACTOR shall promptly settle performance of the Work. Except where otherwise with such other party by negotiation or otherwise expressly required by applicable Laws and Regulations, resolve the claim by arbitration or other dispute neither OWNER nor ENGINEER shall be responsible for resolution proceeding or at law. monitoring CONTRACTOR's compliance with any Laws or Regulations. 3. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, 00700 - 22 ENGINEER's Consultant, and the officers, safety of, and shall provide the necessary protection to • directors, partners, employees, agents, and other prevent damage, injury or loss to: consultants of each and any of them from and against all claims, costs, losses, and damages 1. all persons on the Site or who may be (including but not limited to all fees and charges of affected by the Work; engineers, architects, attorneys, and other professionals and all court or arbitration or other 2. all the Work and materials and dispute resolution costs) arising out of or relating to equipment to be incorporated therein, whether in any claim or action, legal or equitable, brought by storage on or off the Site; and any such owner or occupant against OWNER, ENGINEER, or any other party indemnified 3. other property at the Site or adjacent hereunder to the extent caused by or based upon thereto, including trees, shrubs, lawns, walks, CONTRACTOR's performance of the Work. pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, B. Removal of Debris During Performance of the relocation, or replacement in the course of Work: During the progress of the Work CONTRACTOR construction. shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and B. CONTRACTOR shall comply with all applicable disposal of such waste materials, rubbish, and other debris Laws and Regulations relating to the safety of persons or shall conform to applicable Laws and Regulations. property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all C. Cleaning: Prior to Substantial Completion of the necessary safeguards for such safety and protection. Work CONTRACTOR shall clean the Site and make it CONTRACTOR shall notify owners of adjacent property ready for utilization by OWNER. At the completion of the and of Underground Facilities and other utility owners when Work CONTRACTOR shall remove from the Site all tools, prosecution of the Work may affect them, and shall appliances, construction equipment and machinery, and cooperate with them in the protection, removal, relocation, surplus materials and shall restore to original condition all and replacement of their property. All damage, injury, or property not designated for alteration by the Contract loss to any property referred to in paragraph 6.13.A.2 or Documents. 6.13.A.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier, or any D. Loading Structures: CONTRACTOR shall not other individual or entity directly or indirectly employed by load nor permit any part of any structure to be loaded in any any of them to perform any of the Work, or anyone for manner that will endanger the structure, nor shall whose acts any of them may be liable, shall be remedied by CONTRACTOR subject any part of the Work or adjacent CONTRACTOR (except damage or loss attributable to the property to stresses or pressures that will endanger it. fault of Drawings or Specifications or to the acts or omissions of OWNER or ENGINEER or ENGINEER'S 6.12Record Documents Consultant, or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not A. CONTRACTOR shall maintain in a safe place at attributable, directly or indirectly, in whole or in part, to the the Site one record copy of all Drawings, Specifications, fault or negligence of CONTRACTOR or any Addenda, Written Amendments, Change Orders, Work Subcontractor, Supplier, or other individual or entity Change Directives, Field Orders, and written interpretations directly or indirectly employed by any of them). and clarifications in good order and annotated to show CONTRACTOR's duties and responsibilities for safety and changes made during construction. These record for protection of the Work shall continue until such time as documents together with all approved Samples and a all the Work is completed and ENGINEER has issued a counterpart of all approved Shop Drawings will be available notice to OWNER and CONTRACTOR in accordance with to ENGINEER for reference. Upon completion of the paragraph 14.07.B that the Work is acceptable (except as Work, these record documents, Samples, and Shop otherwise expressly provided in connection with Substantial Drawings will be delivered to ENGINEER for OWNER. Completion). 6.13 Safety and Protection 6.14Safety Representative A. CONTRACTOR shall be solely responsible for A. CONTRACTOR shall designate a qualified and initiating, maintaining and supervising all safety precautions experienced safety representative at the Site whose duties and programs in connection with the Work. and responsibilities shall be the prevention of accidents and CONTRACTOR shall take all necessary precautions for the the maintaining and supervising of safety precautions and programs. 00700 - 23 submittal will be at the sole expense and responsibility of 6.15 Hazard Communication Programs CONTRACTOR. A. CONTRACTOR shall be responsible for D. Submittal Procedures coordinating any exchange of material safety data sheets or other hazard communication information required to be 1. Before submitting each Shop Drawing or made available to or exchanged between or among Sample, CONTRACTOR shall have determined and employers at the Site in accordance with Laws or verified: Regulations. a. all field measurements, quantities, 6.16Emergencies dimensions, specified performance criteria, installation requirements, materials, catalog A. In emergencies affecting the safety or protection of numbers, and similar information with respect persons or the Work or property at the Site or adjacent thereto; thereto, CONTRACTOR is obligated to act to prevent threatened damage, injury, or loss. CONTRACTOR shall b. all materials with respect to intended use, give ENGINEER prompt written notice if CONTRACTOR fabrication, shipping, handling, storage, believes that any significant changes in the Work or assembly, and installation pertaining to the variations from the Contract Documents have been caused performance of the Work; thereby or are required as a result thereof. If ENGINEER determines that a change in the Contract Documents is c. all information relative to means, required because of the action taken by CONTRACTOR in methods, techniques, sequences, and procedures response to such an emergency, a Work Change Directive of construction and safety precautions and or Change Order will be issued. programs incident thereto; and 6.17 Shop Drawings and Samples d. CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or A. CONTRACTOR shall submit Shop Drawings to Sample with other Shop Drawings and Samples ENGINEER for review and approval in accordance with the and with the requirements of the Work and the acceptable schedule of Shop Drawings and Sample Contract Documents. submittals. All submittals will be identified as ENGINEER may require and in the number of copies specified in the 2. Each submittal shall bear a stamp or General Requirements. The data shown on the Shop specific written indication that CONTRACTOR has Drawings will be complete with respect to quantities, satisfied CONTRACTOR's obligations under the dimensions, specified performance and design criteria, Contract Documents with respect to materials, and similar data to show ENGINEER the CONTRACTOR's review and approval of that services, materials, and equipment CONTRACTOR submittal. proposes to provide and to enable ENGINEER to review the information for the limited purposes required by 3. At the time of each submittal, paragraph 6.17.E. CONTRACTOR shall give ENGINEER specific written notice of such variations, if any, that the B. CONTRACTOR shall also submit Samples to Shop Drawing or Sample submitted may have from ENGINEER for review and approval in accordance with the the requirements of the Contract Documents, such acceptable schedule of Shop Drawings and Sample notice to be in a written communication separate submittals. Each Sample will be identified clearly as to from the submittal; and, in addition, shall cause a material, Supplier, pertinent data such as catalog numbers, specific notation to be made on each Shop Drawing and the use for which intended and otherwise as and Sample submitted to ENGINEER for review ENGINEER may require to enable ENGINEER to review and approval of each such variation. the submittal for the limited purposes required by paragraph 6.17.E. The numbers of each Sample to be submitted will E. ENGINEER's Review be as specified in the Specifications. 1. ENGINEER will timely review and C. Where a Shop Drawing or Sample is required by approve Shop Drawings and Samples in accordance the Contract Documents or the schedule of Shop Drawings with the schedule of Shop Drawings and Sample and Sample submittals acceptable to ENGINEER as submittals acceptable to ENGINEER. required by paragraph 2.07, any related Work performed ENGINEER's review and approval will be only to prior to ENGINEER's review and approval of the pertinent determine if the items covered by the submittals will, 00700 - 24 after installation or incorporation in the Work, 6.19CONTRACTOR's General Warranty and Guarantee conform to the information given in the Contract Documents and be compatible with the design A. CONTRACTOR warrants and guarantees to concept of the completed Project as a functioning OWNER, ENGINEER, and ENGINEER's Consultants that whole as indicated by the Contract Documents. all Work will be in accordance with the Contract Documents and will not be defective. CONTRACTOR's 2. ENGINEER's review and approval will warranty and guarantee hereunder excludes defects or not extend to means, methods, techniques, damage caused by: sequences, or procedures of construction (except where a particular means, method, technique, 1. abuse, modification, or improper sequence, or procedure of construction is maintenance or operation by persons other than specifically and expressly called for by the Contract CONTRACTOR, Subcontractors, Suppliers, or any Documents) or to safety precautions or programs other individual or entity for whom CONTRACTOR incident thereto. The review and approval of a is responsible; or separate item as such will not indicate approval of the assembly in which the item functions. 2. normal wear and tear under normal usage. 3. ENGINEER's review and approval of Shop Drawings or Samples shall not relieve B. CONTRACTOR's obligation to perform and CONTRACTOR from responsibility for any complete the Work in accordance with the Contract variation from the requirements of the Contract Documents shall be absolute. None of the following will Documents unless CONTRACTOR has in writing constitute an acceptance of Work that is not in accordance called ENGINEER's attention to each such variation with the Contract Documents or a release of at the time of each submittal as required by CONTRACTOR's obligation to perform the Work in paragraph 6.17.D.3 and ENGINEER has given accordance with the Contract Documents: written approval of each such variation by specific written notation thereof incorporated in or 1. observations by ENGINEER; accompanying the Shop Drawing or Sample approval; nor will any approval by ENGINEER 2. recommendation by ENGINEER or relieve CONTRACTOR from responsibility for payment by OWNER of any progress or final complying with the requirements of paragraph payment; 6.17.D.1. 3. the issuance of a certificate of Substantial F. Resubmittal Procedures Completion by ENGINEER or any payment related thereto by OWNER; 1 CONTRACTOR h 1... 1. ,IIQ11 make corrections required by ENGINEER and shall return the 4. use or occupancy of the Work or any part required number of corrected copies of Shop thereof by OWNER; Drawings and submit as required new Samples for review and approval. CONTRACTOR shall direct 5. any acceptance by OWNER or any specific attention in writing to revisions other than failure to do so; the corrections called for by ENGINEER on previous submittals. 6. any review and approval of a Shop Drawing or Sample submittal or the issuance of a 6.18Continuing the Work notice of acceptability by ENGINEER; A. CONTRACTOR shall carry on the Work and 7. any inspection, test, or approval by adhere to the progress schedule during all disputes or others; or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or 8. any correction of defective Work by disagreements, except as permitted by paragraph 15.04 or as OWNER. OWNER and CONTRACTOR may otherwise agree in writing. 6.20Indemnification A. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's 00700 - 25 Consultants, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them from and against all claims, costs, losses, and ARTICLE 7 - OTHER WORK damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) 7.01 Related Work at Site arising out of or relating to the performance of the Work, provided that any such claim, cost, loss, or damage: A. OWNER may perform other work related to the Project at the Site by OWNER's employees, or let other 1. is attributable to bodily injury, sickness, direct contracts therefor, or have other work performed by disease, or death, or to injury to or destruction of utility owners. If such other work is not noted in the tangible property (other than the Work itself), Contract Documents, then: including the loss of use resulting therefrom; and 1. written notice thereof will be given to 2. is caused in whole or in part by any CONTRACTOR prior to starting any such other negligent act or omission of CONTRACTOR, any work; and Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them 2. if OWNER and CONTRACTOR are to perform any of the Work or anyone for whose unable to agree on entitlement to or on the amount acts any of them may be liable, regardless of or extent, if any, of any adjustment in the Contract whether or not caused in part by any negligence or Price or Contract Times that should be allowed as a omission of an individual or entity indemnified result of such other work, a Claim may be made hereunder or whether liability is imposed upon such therefor as provided in paragraph 10.05. indemnified party by Laws and Regulations regardless of the negligence of any such individual B. CONTRACTOR shall afford each other contractor or entity. who is a party to such a direct contract and each utility owner (and OWNER, if OWNER is performing the other B. In any and all claims against OWNER or work with OWNER's employees) proper and safe access to ENGINEER or any of their respective consultants, agents, the Site and a reasonable opportunity for the introduction officers, directors, partners, or employees by any employee and storage of materials and equipment and the execution of (or the survivor or personal representative of such such other work and shall properly coordinate the Work employee) of CONTRACTOR, any Subcontractor, any with theirs. Unless otherwise provided in the Contract Supplier, or any individual or entity directly or indirectly Documents, CONTRACTOR shall do all cutting, fitting, employed by any of them to perform any of the Work, or and patching of the Work that may be required to properly anyone for whose acts any of them may be liable, the connect or otherwise make its several parts come together indemnification obligation under paragraph 6.20.A shall not and properly integrate with such other work. be limited in any way by any limitation on the amount or CONTRACTOR shall not endanger any work of others by type of damages, compensation, or benefits payable by or cutting, excavating, or otherwise altering their work and will for CONTRACTOR or any such Subcontractor, Supplier, only cut or alter their work with the written consent of or other individual or entity under workers' compensation ENGINEER and the others whose work will be affected. acts, disability benefit acts, or other employee benefit acts. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility owners and C. The indemnification obligations of other contractors to the extent that there are comparable CONTRACTOR under paragraph 6.20.A shall not extend provisions for the benefit of CONTRACTOR in said direct to the liability of ENGINEER and ENGINEER's contracts between OWNER and such utility owners and Consultants or to the officers, directors, partners, other contractors. employees, agents, and other consultants and subcontractors of each and any of them arising out of: C. If the proper execution or results of any part of CONTRACTOR's Work depends upon work performed by 1. the preparation or approval of, or the others under this Article 7, CONTRACTOR shall inspect failure to prepare or approve, maps, Drawings, such other work and promptly report to ENGINEER in opinions, reports, surveys, Change Orders, designs, writing any delays, defects, or deficiencies in such other or Specifications; or work that render it unavailable or unsuitable for the proper execution and results of CONTRACTOR's Work. 2. giving directions or instructions, or CONTRACTOR's failure to so report will constitute an failing to give them, if that is the primary cause of acceptance of such other work as fit and proper for the injury or damage. 00700 - 26 integration with CONTRACTOR's Work except for latent reference points are set forth in paragraphs 4.01 and 4.05. defects and deficiencies in such other work. Paragraph 4.02 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of 7.02 Coordination explorations and tests of subsurface conditions and drawings of physical conditions in or relating to existing A. If OWNER intends to contract with others for the surface or subsurface structures at or contiguous to the Site performance of other work on the Project at the Site, the that have been utilized by ENGINEER in preparing the following will be set forth in Supplementary Conditions: Contract Documents. 1. the individual or entity who will have 8.06lnsurance authority and responsibility for coordination of the activities among the various contractors will be A. OWNER's responsibilities, if any, in respect to identified; purchasing and maintaining liability and property insurance are set forth in Article 5. 2. the specific matters to be covered by such authority and responsibility will be itemized; and 8.07 Change Orders 3. the extent of such authority and A. OWNER is obligated to execute Change Orders as responsibilities will be provided. indicated in paragraph 10.03. B. Unless otherwise provided in the Supplementary 8.08lnspections, Tests, and Approvals Conditions, OWNER shall have sole authority and responsibility for such coordination. A. OWNER's responsibility in respect to certain inspections, tests, and approvals is set forth in paragraph 13.03.B. ARTICLE 8 - OWNER'S RESPONSIBILITIES 8.09Limitations on OWNER's Responsibilities 8.01 Communications to Contractor A. The OWNER shall not supervise, direct, or have control or authority over, nor be responsible for, A. Except as otherwise provided in these General CONTRACTOR's means, methods, techniques, sequences, Conditions, OWNER shall issue all communications to or procedures of construction, or the safety precautions and CONTRACTOR through ENGINEER. programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations 8.02Replacement of ENGINEER applicable to the performance of the Work. OWNER will be for CONTRACTOR's not UG leresponsible LVl 1.O1`I T RA ' I. l VIC S lalllAPe to perfor A. In case of termination of the employment of the Work in accordance with the Contract Documents. ENGINEER, OWNER shall appoint an engineer to whom CONTRACTOR makes no reasonable objection, whose 8.10 Undisclosed Hazardous Environmental Condition status under the Contract Documents shall be that of the former ENGINEER. A. OWNER's responsibility in respect to an undisclosed Hazardous Environmental Condition is set forth 8.03 Furnish Data in paragraph 4.06. A. OWNER shall promptly furnish the data required 8.11 Evidence of Financial Arrangements of OWNER under the Contract Documents. A. If and to the extent OWNER has agreed to furnish 8.04Pay Promptly When Due CONTRACTOR reasonable evidence that financial arrangements have been made to satisfy OWNER's A. OWNER shall make payments to CONTRACTOR obligations under the Contract Documents, OWNER's promptly when they are due as provided in paragraphs responsibility in respect thereof will be as set forth in the 14.02.0 and 14.07.C. Supplementary Conditions. 8.05Lands and Easements; Reports and Tests A. OWNER's duties in respect of providing lands and easements and providing engineering surveys to establish 00700 - 27 ARTICLE 9 - ENGINEER'S STATUS DURING representative or agent to represent OWNER at the Site CONSTRUCTION who is not ENGINEER's Consultant, agent or employee, the responsibilities and authority and limitations thereon of such other individual or entity will be as provided in the 9.01 OWNER'S Representative Supplementary Conditions. A. ENGINEER will be OWNER's representative 9.04 Clarifications and Interpretations during the construction period. The duties and responsibilities and the limitations of authority of A. ENGINEER will issue with reasonable promptness ENGINEER as OWNER's representative during such written clarifications or interpretations of the construction are set forth in the Contract Documents and requirements of the Contract Documents as ENGINEER will not be changed without written consent of OWNER may determine necessary, which shall be consistent with the and ENGINEER. intent of and reasonably inferable from the Contract Documents. Such written clarifications and interpretations 9.02 Visits to Site will be binding on OWNER and CONTRACTOR. If OWNER and CONTRACTOR are unable to agree on A. ENGINEER will make visits to the Site at entitlement to or on the amount or extent, if any, of any intervals appropriate to the various stages of construction as adjustment in the Contract Price or Contract Times, or both, ENGINEER deems necessary in order to observe as an that should be allowed as a result of a written clarification experienced and qualified design professional the progress or interpretation, a Claim may be made therefor as provided that has been made and the quality of the various aspects of in paragraph 10.05. CONTRACTOR's executed Work. Based on information obtained during such visits and observations, ENGINEER, 9.05A uthorized Variations in Work for the benefit of OWNER, will determine, in general, if the Work is proceeding in accordance with the Contract A. ENGINEER may authorize minor variations in the Documents. ENGINEER will not be required to make Work from the requirements of the Contract Documents exhaustive or continuous inspections on the Site to check which do not involve an adjustment in the Contract Price or the quality or quantity of the Work. ENGINEER's efforts the Contract Times and are compatible with the design will be directed toward providing for OWNER a greater concept of the completed Project as a functioning whole as degree of confidence that the completed Work will conform indicated by the Contract Documents. These may be generally to the Contract Documents. On the basis of such accomplished by a Field Order and will be binding on visits and observations, ENGINEER will keep OWNER OWNER and also on CONTRACTOR, who shall perform informed of the progress of the Work and will endeavor to the Work involved promptly. If OWNER and guard OWNER against defective Work. CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the B. ENGINEER's visits and observations are subject Contract Price or Contract Times, or both, as a result of a to all the limitations on ENGINEER's authority and Field Order, a Claim may be made therefor as provided in responsibility set forth in paragraph 9.10, and particularly, paragraph 10.05. but without limitation, during or as a result of ENGINEER's visits or observations of CONTRACTOR's Work 9.06Rejecting Defective Work ENGINEER will not supervise, direct, control, or have authority over or be responsible for CONTRACTOR's A. ENGINEER will have authority to disapprove or means, methods, techniques, sequences, or procedures of reject Work which ENGINEER believes to be defective, or construction, or the safety precautions and programs that ENGINEER believes will not produce a completed incident thereto, or for any failure of CONTRACTOR to Project that conforms to the Contract Documents or that comply with Laws and Regulations applicable to the will prejudice the integrity of the design concept of the performance of the Work. completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER will also have 9.03 Project Representative authority to require special inspection or testing of the Work as provided in paragraph 13.04, whether or not the Work is A. If OWNER and ENGINEER agree, ENGINEER fabricated, installed, or completed. will furnish a Resident Project Representative to assist ENGINEER in providing more extensive observation of the 9.07Shop Drawings, Change Orders and Payments Work. The responsibilities and authority and limitations thereon of any such Resident Project Representative and A. In connection with ENGINEER's authority as to assistants will be as provided in paragraph 9.10 and in the Shop Drawings and Samples, see paragraph 6.17. Supplementary Conditions. If OWNER designates another 00700 - 28 B. In connection with ENGINEER's authority as to performance of any authority or responsibility by Change Orders, see Articles 10, 11, and 12. ENGINEER shall create, impose, or give rise to any duty in contract, tort, or otherwise owed by ENGINEER to C. In connection with ENGINEER's authority as to CONTRACTOR, any Subcontractor, any Supplier, any Applications for Payment, see Article 14. other individual or entity, or to any surety for or employee or agent of any of them. 9.08Determinations for Unit Price Work B. ENGINEER will not supervise, direct, control, or A. ENGINEER will determine the actual quantities have authority over or be responsible for CONTRACTOR's and classifications of Unit Price- Work performed by means, methods, techniques, sequences, or procedures of CONTRACTOR. ENGINEER will review with construction, or the safety precautions and programs CONTRACTOR the ENGINEER's preliminary incident thereto, or for any failure of CONTRACTOR to determinations on such matters before rendering a written comply with Laws and Regulations applicable to the decision thereon (by recommendation of an Application for performance of the Work. ENGINEER will not be Payment or otherwise). ENGINEER's written decision responsible for CONTRACTOR's failure to perform the thereon will be final and binding (except as modified by Work in accordance with the Contract Documents. ENGINEER to reflect changed factual conditions or more accurate data) upon OWNER and CONTRACTOR, subject C. ENGINEER will not be responsible for the acts or to the provisions of paragraph 10.05. omissions of CONTRACTOR or of any Subcontractor, any Supplier, or of any other individual or entity performing 9.09Decisions on Requirements of Contract Documents any of the Work. and Acceptability of Work D. ENGINEER's review of the final Application for A. ENGINEER will be the initial interpreter of the Payment and accompanying documentation and all requirements of the Contract Documents and judge of the maintenance and operating instructions, schedules, acceptability of the Work thereunder. Claims, disputes and guarantees, Bonds, certificates of inspection, tests and other matters relating to the acceptability of the Work, the approvals, and other documentation required to be delivered quantities and classifications of Unit Price Work, the by paragraph 14.07.A will only be to determine generally interpretation of the requirements of the Contract that their content complies with the requirements of, and in Documents pertaining to the performance of the Work, and the case of certificates of inspections, tests, and approvals Claims seeking changes in the Contract Price or Contract that the results certified indicate compliance with, the Times will be referred initially to ENGINEER in writing, in Contract Documents. accordance with the provisions of paragraph 10.05, with a request for a formal decision. E. The limitations upon authority and responsibility set forth in this paragraph 9.10 shall also apply to B. When functioning as interpreter and judge under ENGINEER'S Consultants, Resident Project this paragraph 9.09, ENGINEER will not show partiality to Representative, and assistants. OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in ARTICLE 10 - CHANGES IN THE WORK; CLAIMS good faith in such capacity. The rendering of a decision by ENGINEER pursuant to this paragraph 9.09 with respect to any such Claim, dispute, or other matter (except any which 10.01 Authorized Changes in the Work have been waived by the making or acceptance of final payment as provided in paragraph 14.07) will be a condition A. Without invalidating the Agreement and without precedent to any exercise by OWNER or CONTRACTOR notice to any surety, OWNER may, at any time or from time of such rights or remedies as either may otherwise have to time, order additions, deletions, or revisions in the Work under the Contract Documents or by Laws or Regulations in by a Written Amendment, a Change Order, or a Work respect of any such Claim, dispute, or other matter. Change Directive. Upon receipt of any such document, CONTRACTOR shall promptly proceed with the Work 9.l0Limitations on ENGINEER's Authority and involved which will be performed under the applicable Responsibilities conditions of the Contract Documents (except as otherwise specifically provided). A. Neither ENGINEER's authority or responsibility under this Article 9 or under any other provision of the B. If OWNER and CONTRACTOR are unable to Contract Documents nor any decision made by ENGINEER agree on entitlement to, or on the amount or extent, if any, in good faith either to exercise or not exercise such of an adjustment in the Contract Price or Contract Times, or authority or responsibility or the undertaking, exercise, or both, that should be allowed as a result of a Work Change 00700 - 29 Directive, a Claim may be made therefor as provided in 10.05 Claims and Disputes paragraph 10.05. A. Notice: Written notice stating the general nature 10.02 Unauthorised Changes in the Work of each Claim, dispute, or other matter shall be delivered by the claimant to ENGINEER and the other party to the A. CONTRACTOR shall not be entitled to an Contract promptly (but in no event later than 30 days) after increase in the Contract Price or an extension of the the start of the event giving rise thereto. Notice of the Contract Times with respect to any work performed that is amount or extent of the Claim, dispute, or other matter with not required by the Contract Documents as amended, supporting data shall be delivered to the ENGINEER and modified, or supplemented as provided in paragraph 3.04, the other party to the Contract within 60 days after the start except in the case of an emergency as provided in paragraph of such event (unless ENGINEER allows additional time 6.16 or in the case of uncovering Work as provided in for claimant to submit additional or more accurate data in paragraph 13.04.B. support of such Claim, dispute, or other matter). A Claim for an adjustment in Contract Price shall be prepared in 10.03 Execution of Change Orders accordance with the provisions of paragraph 12.01.B. A Claim for an adjustment in Contract Time shall be prepared A. OWNER and CONTRACTOR shall execute in accordance with the provisions of paragraph 12.02.B. appropriate Change Orders recommended by ENGINEER Each Claim shall be accompanied by claimant's written (or Written Amendments) covering: statement that the adjustment claimed is the entire adjustment to which the claimant believes it is entitled as a 1. changes in the Work which are: (i) result of said event. The opposing party shall submit any ordered by OWNER pursuant to paragraph 10.01.A, response to ENGINEER and the claimant within 30 days (ii) required because of acceptance of defective after receipt of the claimant's last submittal (unless Work under paragraph 13.08.A or OWNER's ENGINEER allows additional time). correction of defective Work under paragraph 13.09, or (iii) agreed to by the parties; B. ENGINEER's Decision: ENGINEER will render a formal decision in writing within 30 days after receipt of 2. changes in the Contract Price or Contract the last submittal of the claimant or the last submittal of the Times which are agreed to by the parties, including opposing party, if any. ENGINEER's written decision on any undisputed sum or amount of time for Work such Claim, dispute, or other matter will be final and actually performed in accordance with a Work binding upon OWNER and CONTRACTOR unless: Change Directive; and 1. an appeal from ENGINEER's decision is 3. changes in the Contract Price or Contract taken within the time limits and in accordance with Times which embody the substance of any written the dispute resolution procedures set forth in Article decision rendered by ENGINEER pursuant to 16; or paragraph 10.05; provided that, in lieu of executing any such Change Order, an appeal may be taken 2. if no such dispute resolution procedures from any such decision in accordance with the have been set forth in Article 16, a written notice of provisions of the Contract Documents and intention to appeal from ENGINEER's written applicable Laws and Regulations, but during any decision is delivered by OWNER or such appeal, CONTRACTOR shall carry on the CONTRACTOR to the other and to ENGINEER Work and adhere to the progress schedule as within 30 days after the date of such decision, and a provided in paragraph 6.18.A. formal proceeding is instituted by the appealing party in a forum of competent jurisdiction within 60 10.04 Notification to Surety days after the date of such decision or within 60 days after Substantial Completion, whichever is later A. If notice of any change affecting the general scope (unless otherwise agreed in writing by OWNER and of the Work or the provisions of the Contract Documents CONTRACTOR), to exercise such rights or (including, but not limited to, Contract Price or Contract remedies as the appealing party may have with Times) is required by the provisions of any Bond to be respect to such Claim, dispute, or other matter in given to a surety, the giving of any such notice will be accordance with applicable Laws and Regulations. CONTRACTOR's responsibility. The amount of each applicable Bond will be adjusted to reflect the effect of any C. If ENGINEER does not render a formal decision such change. in writing within the time stated in paragraph 10.05.B, a decision denying the Claim in its entirety shall be deemed to have been issued 31 days after receipt of the last submittal 00700 - 30 of the claimant or the last submittal of the opposing party, accrue to OWNER. All trade discounts, rebates and if any. refunds and returns from sale of surplus materials and equipment shall accrue to OWNER, and D. No Claim for an adjustment in Contract Price or CONTRACTOR shall make provisions so that they Contract Times (or Milestones) will be valid if not may be obtained. submitted in accordance with this paragraph 10.05. 3. Payments made by CONTRACTOR to Subcontractors for Work performed by ARTICLE I I - COST OF THE WORK; CASH Subcontractors. If required by OWNER, ALLOWANCES; UNIT PRICE WORK CONTRACTOR shall obtain competitive bids from subcontractors acceptable to OWNER and CONTRACTOR and shall deliver such bids to 11.01 Cost of the Work . OWNER, who will then determine, with the advice of ENGINEER, which bids, if any, will be A. Costs Included: The term Cost of the Work means acceptable. If any subcontract provides that the the sum of all costs necessarily incurred and paid by Subcontractor is to be paid on the basis of Cost of CONTRACTOR in the proper performance of the Work. the Work plus a fee, the Subcontractor's Cost of the When the value of any Work covered by a Change Order or Work and fee shall be determined in the same when a Claim for an adjustment in Contract Price is manner as CONTRACTOR's Cost of the Work and determined on the basis of Cost of the Work, the costs to be fee as provided in this paragraph 11.01. reimbursed to CONTRACTOR will be only those additional or incremental costs required because of the 4. Costs of special consultants (including change in the Work or because of the event giving rise to but not limited to engineers, architects, testing the Claim. Except as otherwise may be agreed to in writing laboratories, surveyors, attorneys, and accountants) by OWNER, such costs shall be in amounts no higher than employed for services specifically related to the those prevailing in the locality of the Project, shall include Work. only the following items, and shall not include any of the costs itemized in paragraph 11.01.B. 5. Supplemental costs including the following: 1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of a.The proportion of necessary transportation, the Work under schedules of job classifications travel, and subsistence expenses of agreed upon by OWNER and CONTRACTOR. CONTRACTOR's employees incurred in discharge Such employees shall include without limitation of duties connected with the Work. superintendents, foremen, and other personnel employed full time at the Site. Payroll costs for b. Cost, including transportation and employees not employed full time on the Work shall maintenance, of all materials, supplies, equipment, be apportioned on the basis of their time spent on the machinery, appliances, office, and temporary Work. Payroll costs shall include, but not be limited facilities at the Site, and hand tools not owned by the to, salaries and wages plus the cost of fringe workers, which are consumed in the performance of benefits, which shall include social security the Work, and cost, less market value, of such items contributions, unemployment, excise, and payroll used but not consumed which remain the property of taxes, workers' compensation, health and retirement CONTRACTOR. benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing c. Rentals of all construction equipment and Work outside of regular working hours, on Saturday, machinery, and the parts thereof whether rented Sunday, or legal holidays, shall be included in the from CONTRACTOR or others in accordance with above to the extent authorized by OWNER. rental agreements approved by OWNER with the advice of ENGINEER, and the costs of 2. Cost of all materials and equipment transportation, loading, unloading, assembly, furnished and incorporated in the Work, including dismantling, and removal thereof. All such costs costs of transportation and storage thereof, and shall be in accordance with the terms of said rental Suppliers' field services required in connection agreements. The rental of any such equipment, therewith. All cash discounts shall accrue to machinery, or parts shall cease when the use thereof CONTRACTOR unless OWNER deposits funds is no longer necessary for the Work. with CONTRACTOR with which to make payments, in which case the cash discounts shall 00700 - 31 d. Sales, consumer, use, and other similar attorneys, auditors, accountants, purchasing and taxes related to the Work, and for which contracting agents, expediters, timekeepers, clerks, CONTRACTOR is liable, imposed by Laws and and other personnel employed by CONTRACTOR, Regulations. whether at the Site or in CONTRACTOR's principal or branch office for general administration of the e . Deposits lost for causes other than Work and not specifically included in the agreed negligence of CONTRACTOR, any Subcontractor, upon schedule of job classifications referred to in or anyone directly or indirectly employed by any of paragraph 11.01.A.I or specifically covered by them or for whose acts any of them may be liable, paragraph 11.01.A.4, all of which are to be and royalty payments and. fees for permits and considered administrative costs covered by the licenses. CONTRACTOR's fee. f. Losses and damages (and related 2. Expenses of CONTRACTOR's principal expenses) caused by damage to the Work, not and branch offices other than CONTRACTOR's compensated by insurance or otherwise, sustained by office at the Site. CONTRACTOR in connection with the performance of the Work (except losses and 3. Any part of CONTRACTOR's capital damages within the deductible amounts of property expenses, including interest on CONTRACTOR's insurance established in accordance with paragraph capital employed for the Work and charges against 5.06.D), provided such losses and damages have CONTRACTOR for delinquent payments. resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone 4. Costs due to the negligence of directly or indirectly employed by any of them or for CONTRACTOR, any Subcontractor, or anyone whose acts any of them may be liable. Such losses directly or indirectly employed by any of them or for shall include settlements made with the written whose acts any of them may be liable, including but consent and approval of OWNER. No such losses, not limited to, the correction of defective Work, damages, and expenses shall be included in the Cost disposal of materials or equipment wrongly of the Work for the purpose of determining supplied, and making good any damage to property. CONTRACTOR's fee. 5. Other overhead or general expense costs g. The cost of utilities, fuel, and sanitary of any kind and the costs of any item not specifically facilities at the Site. and expressly included in paragraphs 11.01.A and 11.01.B. h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the C. CONTRACTOR's Fee: When all the Work is Site, expressage, and similar petty cash items in performed on the basis of cost -plus, CONTRACTOR's fee connection with the Work. shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order or when i. When the Cost of the Work is used to a Claim for an adjustment in Contract Price is determined determine the value of a Change Order or of a on the basis of Cost of the Work, CONTRACTOR's fee Claim, the cost of premiums for additional Bonds shall be determined as set forth in paragraph 12.01.C. and insurance required because of the changes in the Work or caused by the event giving rise to the D. Documentation: Whenever the Cost of the Work Claim. for any purpose is to be determined pursuant to paragraphs 11.01.A and 11.01.B, CONTRACTOR will establish and j. When all the Work is performed on the basis maintain records thereof in accordance with generally of cost -plus, the costs of premiums for all Bonds and accepted accounting practices and submit in a form insurance CONTRACTOR is required by the acceptable to ENGINEER an itemized cost breakdown Contract Documents to purchase and maintain. together with supporting data. B. Costs Excluded: The term Cost of the Work shall 11.02 Cash Allowances not include any of the following items: A. It is understood that CONTRACTOR has included 1. Payroll costs and other compensation of in the Contract Price all allowances so named in the CONTRACTOR's officers, executives, principals Contract Documents and shall cause the Work so covered to (of partnerships and sole proprietorships), general be performed for such sums as may be acceptable to managers, engineers, architects, estimators, OWNER and ENGINEER. CONTRACTOR agrees that: 00700 - 32 Contract Price as a result of having incurred 1. the allowances include the cost to additional expense or OWNER believes that CONTRACTOR (less any applicable trade OWNER is entitled to a decrease in Contract Price discounts) of materials and equipment required by and the parties are unable to agree as to the amount the allowances to be delivered at the Site, and all of any such increase or decrease. applicable taxes; and 2. CONTRACTOR's costs for unloading ARTICLE 12 - CHANGE OF CONTRACT PRICE; and handling on the Site, labor, installation costs, CHANGE OF CONTRACT TIMES overhead, profit, and other - expenses contemplated for the allowances have been included in the Contract Price and not in the allowances, and no 12.01 Change of Contract Price demand for additional payment on account of any of the foregoing will be valid. A. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any Claim for B. Prior to final payment, an appropriate Change an adjustment in the Contract Price shall be based on Order will be issued as recommended by ENGINEER to written notice submitted by the party making the Claim to reflect actual amounts due CONTRACTOR on account of the ENGINEER and the other party to the Contract in Work covered by allowances, and the Contract Price shall accordance with the provisions of paragraph 10.05. be correspondingly adjusted. B. The value of any Work covered by a Change 11.03 Unit Price Work Order or of any Claim for an adjustment in the Contract Price will be determined as follows: A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the 1. where the Work involved is covered by Contract Price will be deemed to include for all Unit Price unit prices contained in the Contract Documents, by Work an amount equal to the sum of the unit price for each application of such unit prices to the quantities of the separately identified item of Unit Price Work times the items involved (subject to the provisions of estimated quantity of each item as indicated in the paragraph 11.03 ); or Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of 2. where the Work involved is not covered comparison of Bids and determining an initial Contract by unit prices contained in the Contract Documents, Price. Determinations of the actual quantities and by a mutually agreed lump sum (which may include classifications of Unit Price Work performed by an allowance for overhead and profit not necessarily CONTRACTOR will be made by ENGINEER subject to in accordance with paragraph 12.01.C.2); or the p of paragraph 9.08. 3. where the Work involved is not covered B. Each unit price will be deemed to include an by unit prices contained in the Contract Documents amount considered by CONTRACTOR to be adequate to and agreement to a lump sum is not reached under cover CONTRACTOR's overhead and profit for each paragraph 12.01.B.2, on the basis of the Cost of the separately identified item. Work (determined as provided in paragraph 11.01) plus a CONTRACTOR's fee for overhead and profit C. OWNER or CONTRACTOR may make a Claim (determined as provided in paragraph 12.01.C). for an adjustment in the Contract Price in accordance with paragraph 10.05 if: C. CONTRACTOR's Fee: The CONTRACTOR's fee for overhead and profit shall be determined as follows: 1. the quantity of any item of Unit Price Work performed by CONTRACTOR differs 1. a mutually acceptable fixed fee; or materially and significantly from the estimated quantity of such item indicated in the Agreement; 2. if a fixed fee is not agreed upon, then a and fee based on the following percentages of the various portions of the Cost of the Work: 2. there is no corresponding adjustment with respect any other item of Work; and a. for costs incurred under paragraphs 11.01.A.1 and 11.01.A.2, the CONTRACTOR's 3. if CONTRACTOR believes that fee shall be 15 percent; CONTRACTOR is entitled to an increase in 00700 - 33 b. for costs incurred under paragraph be extended in an amount equal to the time lost due to such 11.01.A.3, the CONTRACTOR's fee shall be delay if a Claim is made therefor as provided in paragraph five percent; 12.02.A. Delays beyond the control of CONTRACTOR shall include, but not be limited to, acts or neglect by c. where one or more tiers of subcontracts OWNER, acts or neglect of utility owners or other are on the basis of Cost of the Work plus a fee contractors performing other work as contemplated by and no fixed fee is agreed upon, the intent of Article 7, fires, floods, epidemics, abnormal weather paragraph 12.01.C.2.a is that the Subcontractor conditions, or acts of God. who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs 12.04 Delays Within CONTRACTOR's Control incurred by such Subcontractor under paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier A. The Contract Times (or Milestones) will not be Subcontractor and CONTRACTOR will each be extended due to delays within the control of paid a fee of five percent of the amount paid to CONTRACTOR. Delays attributable to and within the the next lower tier Subcontractor; control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRACTOR. d. no fee shall be payable on the basis of costs itemized under paragraphs 11.01.A.4, 12.05 Delays Beyond OWNER's and CONTRACTOR's 11.01.A.5, and 11.01.B; Control e. the amount of credit to be allowed by A. Where CONTRACTOR is prevented from CONTRACTOR to OWNER for any change completing any part of the Work within the Contract Times which results in a net decrease in cost will be the (or Milestones) due to delay beyond the control of both amount of the actual net decrease in cost plus a OWNER and CONTRACTOR, an extension of the deduction in CONTRACTOR's fee by an Contract Times (or Milestones) in an amount equal to the amount equal to five percent of such net time lost due to such delay shall be CONTRACTOR's sole decrease; and and exclusive remedy for such delay. f. when both additions and credits are 12.06 Delay Damages involved in any one change, the adjustment in CONTRACTOR's fee shall be computed on the A. In no event shall OWNER or ENGINEER be basis of the net change in accordance with liable to CONTRACTOR, any Subcontractor, any Supplier, paragraphs 12.01.C.2.a through 12.01.C.2.e, or any other person or organization, or to any surety for or inclusive. employee or agent of any of them, for damages arising out of or resulting from: 12.02 Change of Contract Times 1. delays caused by or within the control of A. The Contract Times (or Milestones) may only be CONTRACTOR; or changed by a Change Order or by a Written Amendment. Any Claim for an adjustment in the Contract Times (or 2. delays beyond the control of both Milestones) shall be based on written notice submitted by OWNER and CONTRACTOR including but not the party making the claim to the ENGINEER and the other limited to fires, floods, epidemics, abnormal weather party to the Contract in accordance with the provisions of conditions, acts of God, or acts or neglect by utility paragraph 10.05. owners or other contractors performing other work as contemplated by Article 7. B. Any adjustment of the Contract Times (or Milestones) covered by a Change Order or of any Claim for B. Nothing in this paragraph 12.06 bars a change in an adjustment in the Contract Times (or Milestones) will be Contract Price pursuant to this Article 12 to compensate determined in accordance with the provisions of this CONTRACTOR due to delay, interference, or disruption Article 12. directly attributable to actions or inactions of OWNER or anyone for whom OWNER is responsible. 12.03 Delays Beyond CONTRACTOR's Control A. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of CONTRACTOR, the Contract Times (or Milestones) will 00700 - 34 ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF D. CONTRACTOR shall be responsible for DEFECTIVE WORK arranging and obtaining and shall pay all costs in connection with any inspections, tests, or approvals required for OWNER's and ENGINEER's acceptance of materials or 13.01 Notice of Defects equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval A. Prompt notice of all defective Work of which prior to CONTRACTOR's purchase thereof for OWNER ENGNEER h l knowledge be the or ENGINEER LLl\ ,�� actual �nowlcdge will vc incorporation in t�se Work. Such inspections, tests, or given to CONTRACTOR. All defective Work may be approvals shall be performed by organizations acceptable to rejected, corrected, or accepted as provided in this OWNER and ENGINEER. Article 13. E. If any Work (or the work of others) that is to be 13.02 Access to Work inspected, tested, or approved is covered by CONTRACTOR without written concurrence of A. OWNER, ENGINEER, ENGINEER's ENGINEER, it must, if requested by ENGINEER, be Consultants, other representatives and personnel of uncovered for observation. OWNER, independent testing laboratories, and governmental agencies with jurisdictional interests will have F. Uncovering Work as provided in paragraph access to the Site and the Work at reasonable times for their 13.03.E shall be at CONTRACTOR's expense unless observation, inspecting, and testing. CONTRACTOR shall CONTRACTOR has given ENGINEER timely notice of provide them proper and safe conditions for such access and CONTRACTOR's intention to cover the same and advise them of CONTRACTOR's Site safety procedures ENGINEER has not acted with reasonable promptness in and programs so that they may comply therewith as response to such notice. applicable. 13.04 Uncovering Work 13.03 Tests and Inspections A. If any Work is covered contrary to the written A. CONTRACTOR shall give ENGINEER timely request of ENGINEER, it must, if requested by notice of readiness of the Work for all required inspections, ENGINEER, be uncovered for ENGINEER's observation tests, or approvals and shall cooperate with inspection and and replaced at CONTRACTOR's expense. testing personnel to facilitate required inspections or tests. B. If ENGINEER considers it necessary or advisable B. OWNER shall employ and pay for the services of that covered Work be observed by ENGINEER or an independent testing laboratory to perform all inspections, inspected or tested by others, CONTRACTOR, at tests , or approvals required the Contract Documents ENGINEER'S request, shall uncover, expose, or otherwise .,, b y except: make available for observation, inspection, or testing as ENGINEER may require, that portion of the Work in 1. for inspections, tests, or approvals question, furnishing all necessary labor, material, and covered by paragraphs 13.03.0 and 13.03.D below; equipment. If it is found that such Work is defective, CONTRACTOR shall pay all Claims, costs, losses, and 2. that costs incurred in connection with damages (including but not limited to all fees and charges of tests or inspections conducted pursuant to paragraph engineers, architects, attorneys, and other professionals and 13.04.B shall be paid as provided in said paragraph all court or arbitration or other dispute resolution costs) 13.04.B; and arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory 3. as otherwise specifically provided in the replacement or reconstruction (including but not limited to Contract Documents. all costs of repair or replacement of work of others); and OWNER shall be entitled to an appropriate decrease in the C. If Laws or Regulations of any public body having Contract Price. If the parties are unable to agree as to the jurisdiction require any Work (or part thereof) specifically amount thereof, OWNER may make a Claim therefor as to be inspected, tested, or approved by an employee or other provided in paragraph 10.05. If, however, such Work is not representative of such public body, CONTRACTOR shall found to be defective, CONTRACTOR shall be allowed an assume full responsibility for arranging and obtaining such increase in the Contract Price or an extension of the inspections, tests, or approvals, pay all costs in connection Contract Times (or Milestones), or both, directly therewith, and furnish ENGINEER the required certificates attributable to such uncovering, exposure, observation, of inspection or approval, inspection, testing, replacement, and reconstruction. If the 00700 - 35 parties are unable to agree as to the amount or extent removed and replaced, and all Claims, costs, losses, and thereof, CONTRACTOR may make a Claim therefor as damages (including but not limited to all fees and charges of provided in paragraph 10.05. engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) 13.05 OWNER May Stop the Work arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all A. If the Work is defective, or CONTRACTOR fails costs of repair or replacement of work of others) will be to supply sufficient skilled workers or suitable materials or paid by CONTRACTOR. equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract B. In special circumstances where a particular item of Documents, OWNER may order CONTRACTOR to stop equipment is placed in continuous service before the Work, or any portion thereof, until the cause for such Substantial Completion of all the Work, the correction order has been eliminated; however, this right of OWNER period for that item may start to run from an earlier date if to stop the Work shall not give rise to any duty on the part so provided in the Specifications or by Written Amendment. of OWNER to exercise this right for the benefit of CONTRACTOR, any Subcontractor, any Supplier, any C. Where defective Work (and damage to other Work other individual or entity, or any surety for, or employee or resulting therefrom) has been corrected or removed and agent of any of them. replaced under this paragraph 13.07, the correction period hereunder with respect to such Work will be extended for 13.06 Correction or Removal of Defective Work an additional period of one year after such correction or removal and replacement has been satisfactorily completed. A. CONTRACTOR shall correct all defective Work, whether or not fabricated, installed, or completed, or, if the D. CONTRACTOR's obligations under this Work has been rejected by ENGINEER, remove it from the paragraph 13.07 are in addition to any other obligation or Project and replace it with Work that is not defective. warranty. The provisions of this paragraph 13.07 shall not CONTRACTOR shall pay all Claims, costs, losses, and be construed as a substitute for or a waiver of the provisions damages (including but not limited to all fees and charges of of any applicable statute of limitation or repose. engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) 13.08 Acceptance of Defective Work arising out of or relating to such correction or removal (including but not limited to all costs of repair or A. If, instead of requiring correction or removal and replacement of work of others). replacement of defective Work, OWNER (and, prior to ENGINEER's recommendation of final payment, 13.07 Correction Period ENGINEER) prefers to accept it, OWNER may do so. CONTRACTOR shall pay all Claims, costs, losses, and A. If within one year after the date of Substantial damages (including but not limited to all fees and charges of Completion or such longer period of time as may be engineers, architects, attorneys, and other professionals and prescribed by Laws or Regulations or by the terms of any all court or arbitration or other dispute resolution costs) applicable special guarantee required by the Contract attributable to OWNER's evaluation of and determination Documents or by any specific provision of the Contract to accept such defective Work (such costs to be approved Documents, any Work is found to be defective, or if the by ENGINEER as to reasonableness) and the diminished repair of any damages to the land or areas made available value of the Work to the extent not otherwise paid by for CONTRACTOR's use by OWNER or permitted by CONTRACTOR pursuant to this sentence. If any such Laws and Regulations as contemplated in paragraph 6.11.A acceptance occurs prior to ENGINEER's recommendation is found to be defective, CONTRACTOR shall promptly, of final payment, a Change Order will be issued without cost to OWNER and in accordance with OWNER's incorporating the necessary revisions in the Contract written instructions: (i) repair such defective land or areas, Documents with respect to the Work, and OWNER shall be or (ii) correct such defective Work or, if the defective Work entitled to an appropriate decrease in the Contract Price, has been rejected by OWNER, remove it from the Project reflecting the diminished value of Work so accepted. If the and replace it with Work that is not defective, and (iii) parties are unable to agree as to the amount thereof, satisfactorily correct or repair or remove and replace any OWNER may make a Claim therefor as provided in damage to other Work, to the work of others or other land paragraph 10.05. If the acceptance occurs after such or areas resulting therefrom. If CONTRACTOR does not recommendation, an appropriate amount will be paid by promptly comply with the terms of such instructions, or in CONTRACTOR to OWNER. an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work 13.09 OWNER May Correct Defective Work corrected or repaired or may have the rejected Work 00700 - 36 A. If CONTRACTOR fails within a reasonable time ARTICLE 14 - PAYMENTS TO CONTRACTOR AND after written notice from ENGINEER to correct defective COMPLETION Work or to remove and replace rejected Work as required by ENGINEER in accordance with paragraph 13.06.A, or if CONTRACTOR fails to perform the Work in accordance 14.01 Schedule of Values with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract A. The schedule of values established as provided in Documents, OWNER may, after seven days written notice paragraph 2.07.A will serve as the basis for progress to CONTRACTOR, co ect and remedy any such payments and will be incorporated into a form of deficiency. Application for Payment acceptable to ENGINEER. Progress payments on account of Unit Price Work will be B. In exercising the rights and remedies under this based on the number of units completed. paragraph, OWNER shall proceed expeditiously. In connection with such corrective and remedial action, 14.02 Progress Payments OWNER may exclude CONTRACTOR from all or part of the Site, take possession of all or part of the Work and A. Applications for Payments suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, 1. At least 20 days before the date construction equipment and machinery at the Site, and established for each progress payment (but not more incorporate in the Work all materials and equipment stored often than once a month), CONTRACTOR shall at the Site or for which OWNER has paid CONTRACTOR submit to ENGINEER for review an Application for but which are stored elsewhere. CONTRACTOR shall Payment filled out and signed by CONTRACTOR allow OWNER, OWNER's representatives, agents and covering the Work completed as of the date of the employees, OWNER's other contractors, and ENGINEER Application and accompanied by such supporting and ENGINEER's Consultants access to the Site to enable documentation as is required by the Contract OWNER to exercise the rights and remedies under this Documents. If payment is requested on the basis of paragraph. materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or C. All Claims, costs, losses, and damages (including at another location agreed to in writing, the but not limited to all fees and charges of engineers, Application for Payment shall also be accompanied architects, attorneys, and other professionals and all court or by a bill of sale, invoice, or other documentation arbitration or other dispute resolution costs) incurred or warranting that OWNER has received the materials sustained by OWNER in exercising the rights and remedies and equipment free and clear of all Liens and under this paragraph 13.09 will be charged against evidence that the materials and equipment are CONTRACTOR, and a Change Order will be issued covered by appropriate property insurance or other incorporating the necessary revisions in the Contract alian erneni) to protect OWNER' interest therein i s y g__ p > Documents with respect to the Work; and OWNER shall be all of which must be satisfactory to OWNER. entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount of the 2. Beginning with the second Application adjustment, OWNER may make a Claim therefor as for Payment, each Application shall include an provided in paragraph 10.05. Such claims, costs, losses and affidavit of CONTRACTOR stating that all previous damages will include but not be limited to all costs of progress payments received on account of the Work repair, or replacement of work of others destroyed or have been applied on account to discharge damaged by correction, removal, or replacement of CONTRACTOR's legitimate obligations associated CONTRACTOR's defective Work. with prior Applications for Payment. D. CONTRACTOR shall not be allowed an extension 3. The amount of retainage with respect to of the Contract Times (or Milestones) because of any delay pro -gress payments will be as stipulated in the in the performance of the Work attributable to the exercise Agreement. by OWNER of OWNER's rights and remedies under this paragraph 13.09. B. Review of Applications 1. ENGINEER will, within 10 days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to OWNER or return the Application to CONTRACTOR indicating in writing 00700 - 37 ENGINEER's reasons for refusing to recommend and programs incident thereto, or for payment. In the latter case, CONTRACTOR may CONTRACTOR's failure to comply with Laws and make the necessary corrections and resubmit the Regulations applicable to CONTRACTOR's Application. performance of the Work. Additionally, said review or recommendation will not impose responsibility on 2. ENGINEER's recommendation of any ENGINEER to make any examination to ascertain payment requested in an Application for Payment how or for what purposes CONTRACTOR has used will constitute a representation by ENGINEER to the moneys paid on account of the Contract Price, or OWNER, based on ENGINEER's observations on to determine that title to any of the Work, materials, the Site of the executed Work as an experienced and or equipment has passed to OWNER free and clear qualified design professional and on ENGINEER's of any Liens. review of the Application for Payment and the accompanying data and schedules, that to the best of 5. ENGINEER may refuse to recommend ENGINEER's knowledge, information and belief: the whole or any part of any payment if, in ENGINEER's opinion, it would be incorrect to a. the Work has progressed to the point make the representations to OWNER referred to in indicated; paragraph 14.02.B.2. ENGINEER may also refuse to recommend any such payment or, because of b. the quality of the Work is generally in subsequently discovered evidence or the results of accordance with the Contract Documents subsequent inspections or tests, revise or revoke any (subject to an evaluation of the Work as a such payment recommendation previously made, to functioning whole prior to or upon Substantial such extent as may be necessary in ENGINEER's Completion, to the results of any subsequent opinion to protect OWNER from loss because: tests called for in the Contract Documents, to a final determination of quantities and a. the Work is defective, or completed classifications for Unit Price Work under Work has been damaged, requiring correction or paragraph 9.08, and to any other qualifications replacement; stated in the recommendation); and b. the Contract Price has been reduced by c. the conditions precedent to Written Amendment or Change Orders; CONTRACTOR's being entitled to such payment appear to have been fulfilled in so far as c. OWNER has been required to correct it is ENGINEER's responsibility to observe the defective Work or complete Work in accordance Work. with paragraph 13.09; or 3. By recommending any such payment d. ENGINEER has actual knowledge of the ENGINEER will not thereby be deemed to have occurrence of any of the events enumerated in represented that: (i) inspections made to check the paragraph 15.02.A. quality or the quantity of the Work as it has been performed have been exhaustive, extended to every C. Payment Becomes Due aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities 1. Ten days after presentation of the specifically assigned to ENGINEER in the Contract Application for Payment to OWNER with Documents; or (ii) that there may not be other ENGINEER's recommendation, the amount matters or issues between the parties that might recommended will (subject to the provisions of entitle CONTRACTOR to be paid additionally by paragraph 14.02.D) become due, and when due will OWNER or entitle OWNER to withhold payment to be paid by OWNER to CONTRACTOR. CONTRACTOR. D. Reduction in Payment 4. Neither ENGINEER's review of CONTRACTOR's Work for the purposes of 1. OWNER may refuse to make payment of recommending payments nor ENGINEER's the full amount recommended by ENGINEER recommendation of any payment, including final because: payment, will impose responsibility on ENGINEER to supervise, direct, or control the Work or for the a. claims have been made against OWNER means, methods, techniques, sequences, or on account of CONTRACTOR's performance or procedures of construction, or the safety precautions furnishing of the Work; 00700 - 3.8 fix the date of Substantial Completion. There shall be • b. Liens have been filed in connection with attached to the certificate a tentative list of items to be the Work, except where CONTRACTOR has completed or corrected before final payment. OWNER delivered a specific Bond satisfactory to shall have seven days after receipt of the tentative certificate OWNER to secure the satisfaction and discharge during which to make written objection to ENGINEER as of such Liens; to any provisions of the certificate or attached list. If, after considering such objections, ENGINEER concludes that the c. there are other items entitling OWNER to Work is not substantially complete, ENGINEER will within a set -off against the amount recommended; or 14 days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing, stating the d. OWNER has actual knowledge of the reasons therefor. If, after consideration of OWNER's occurrence of any of the events enumerated in objections, ENGINEER considers the Work substantially paragraphs 14.02.B.5.a through 14.02.B.5.c or complete, ENGINEER will within said 14 days execute and paragraph 15.02.A. deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised 2. If OWNER refuses to make payment of tentative list of items to be completed or corrected) the full amount recommended by ENGINEER, reflecting such changes from the tentative certificate as OWNER must give CONTRACTOR immediate ENGINEER believes justified after consideration of any written notice (with a copy to ENGINEER) stating objections from OWNER. At the time of delivery of the the reasons for such action and promptly pay tentative certificate of Substantial Completion ENGINEER CONTRACTOR any amount remaining after will deliver to OWNER and CONTRACTOR a written deduction of the amount so withheld. OWNER shall recommendation as to division of responsibilities pending promptly pay CONTRACTOR the amount so final payment between OWNER and CONTRACTOR with withheld, or any adjustment thereto agreed to by respect to security, operation, safety, and protection of the OWNER and CONTRACTOR, when Work, maintenance, heat, utilities, insurance, and warranties CONTRACTOR corrects to OWNER's satisfaction and guarantees. Unless OWNER and CONTRACTOR the reasons for such action. agree otherwise in writing and so inform ENGINEER in writing prior to ENGINEER's issuing the definitive 3. If it is subsequently determined that certificate of Substantial Completion, ENGINEER's OWNER's refusal of payment was not justified, the aforesaid recommendation will be binding on OWNER and amount wrongfully withheld shall be treated as an CONTRACTOR until final payment. amount due as determined by paragraph 14.02.C.1. B. OWNER shall have the right to exclude 14.03 CONTRACTOR's Warranty of Title CONTRACTOR from the Site after the date of Substantial Completion, but OWNER shall allow CONTRACTOR A. CONTRACTOR warrants and guarantees that title reasonable access to complete or correct items on the to all Work, materials, and equipment covered by any tentative list. Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time 14.05 Partial Utilization of payment free and clear of all Liens. A. Use by OWNER at OWNER's option of any 14.04 Substantial Completion substantially completed part of the Work which has specifically been identified in the Contract Documents, or A. When CONTRACTOR considers the entire Work which OWNER, ENGINEER, and CONTRACTOR agree ready for its intended use CONTRACTOR shall notify constitutes a separately functioning and usable part of the OWNER and ENGINEER in writing that the entire Work is Work that can be used by OWNER for its intended purpose substantially complete (except for items specifically listed without significant interference with CONTRACTOR's by CONTRACTOR as incomplete) and request that performance of the remainder of the Work, may be ENGINEER issue a certificate of Substantial Completion. accomplished prior to Substantial Completion of all the Promptly thereafter, OWNER, CONTRACTOR, and Work subject to the following conditions. ENGINEER shall make an inspection of the Work to determine the status of completion. If ENGINEER does not 1. OWNER at any time may request consider the Work substantially complete, ENGINEER will CONTRACTOR in writing to permit OWNER to notify CONTRACTOR in writing giving the reasons use any such part of the Work which OWNER therefor. If ENGINEER considers the Work substantially believes to be ready for its intended use and complete, ENGINEER will prepare and deliver to OWNER substantially complete. If CONTRACTOR agrees a tentative certificate of Substantial Completion which shall that such part of the Work is substantially complete, 00700 - 39 CONTRACTOR will certify to OWNER and ENGINEER that such part of the Work is 2. The final Application for Payment shall substantially complete and request ENGINEER to be accompanied (except as previously delivered) by: issue a certificate of Substantial Completion for that (i) all documentation called for in the Contract part of the Work. CONTRACTOR at any time may Documents, including but not limited to the notify OWNER and ENGINEER in writing that evidence of insurance required by subparagraph CONTRACTOR considers any such part of the 5.04.B.7; (ii) consent of the surety, if any, to final Work ready for its intended use and substantially payment; and (iii) complete and legally effective complete and request ENGINEER to issue a releases or waivers (satisfactory to OWNER) of all certificate of Substantial Completion for that part of Lien rights arising out of or Liens filed in connection the Work. Within a reasonable time after either such with the Work. request, OWNER, CONTRACTOR, and ENGINEER shall make an inspection of that part of 3. In lieu of the releases or waivers of Liens the Work to determine its status of completion. If specified in paragraph 14.07.A.2 and as approved by ENGINEER does not consider that part of the Work OWNER, CONTRACTOR may furnish receipts or to be substantially complete, ENGINEER will notify releases in full and an affidavit of CONTRACTOR OWNER and CONTRACTOR in writing giving the that: (i) the releases and receipts include all labor, reasons therefor. If ENGINEER considers that part services, material, and equipment for which a Lien of the Work to be substantially complete, the could be filed; and (ii) all payrolls, material and provisions of paragraph 14.04 will apply with equipment bills, and other indebtedness connected respect to certification of Substantial Completion of with the Work for which OWNER or OWNER's that part of the Work and the division of property might in any way be responsible have been responsibility in respect thereof and access thereto. paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release or receipt in 2. No occupancy or separate operation of full, CONTRACTOR may furnish a Bond or other part of the Work may occur prior to compliance with collateral satisfactory to OWNER to indemnify the requirements of paragraph 5.10 regarding OWNER against any Lien. property insurance. B. Review of Application and Acceptance 14.06 Final Inspection 1. If, on the basis of ENGINEER's A. Upon written notice from CONTRACTOR that observation of the Work during construction and the entire Work or an agreed portion thereof is complete, final inspection, and ENGINEER's review of the ENGINEER will promptly make a final inspection with final Application for Payment and accompanying OWNER and CONTRACTOR and will notify documentation as required by the Contract CONTRACTOR in writing of all particulars in which this Documents, ENGINEER is satisfied that the Work inspection reveals that the Work is incomplete or defective. has been completed and CONTRACTOR's other CONTRACTOR shall immediately take such measures as obligations under the Contract Documents have been are necessary to complete such Work or remedy such fulfilled, ENGINEER will, within ten days after deficiencies. receipt of the final Application for Payment, indicate in writing ENGINEER's recommendation of 14.07 Final Payment payment and present the Application for Payment to OWNER for payment. At the same time A. Application for Payment ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work is 1. After CONTRACTOR has, in the acceptable subject to the provisions of paragraph opinion of ENGINEER, satisfactorily completed all 14.09. Otherwise, ENGINEER will return the corrections identified during the final inspection and Application for Payment to CONTRACTOR, has delivered, in accordance with the Contract indicating in writing the reasons for refusing to Documents, all maintenance and operating recommend final payment, in which case instructions, schedules, guarantees, Bonds, CONTRACTOR shall make the necessary certificates or other evidence of insurance corrections and resubmit the Application for certificates of inspection, marked -up record Payment. documents (as provided in paragraph 6.12), and other documents, CONTRACTOR may make application for final payment following the procedure for progress payments. 00700 - 40 C. Payment Becomes Due more than 90 consecutive days by notice in writing to CONTRACTOR and ENGINEER which will fix the date 1. Thirty days after the presentation to on which Work will be resumed. CONTRACTOR shall OWNER of the Application for Payment and resume the Work on the date so fixed. CONTRACTOR accompanying documentation, the amount shall be allowed an adjustment in the Contract Price or an recommended by ENGINEER will become due and, extension of the Contract Times, or both, directly when due, will be paid by OWNER to attributable to any such suspension if CONTRACTOR CONTRACTOR. makes a Claim therefor as provided in paragraph 10.05. 14.08 Final Completion Delayed 15.02 OWNER May Terminate for Cause A. If, through no fault of CONTRACTOR, final A. The occurrence of any one or more of the completion of the Work is significantly delayed, and if following events will justify termination for cause: ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and 1. CONTRACTOR's persistent failure to recommendation of ENGINEER, and without terminating perform the Work in accordance with the Contract the Agreement, make payment of the balance due for that Documents (including, but not limited to, failure to portion of the Work fully completed and accepted. If the supply sufficient skilled workers or suitable remaining balance to be held by OWNER for Work not materials or equipment or failure to adhere to the fully completed or corrected is less than the retainage progress schedule established under paragraph 2.07 stipulated in the Agreement, and if Bonds have been as adjusted from time to time pursuant to paragraph furnished as required in paragraph 5.01, the written consent 6.04); of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be 2. CONTRACTOR's disregard of Laws or submitted by CONTRACTOR to ENGINEER with the Regulations of any public body having jurisdiction; Application for such payment. Such payment shall be made under the terms and conditions governing final payment, 3. CONTRACTOR's disregard of the except that it shall not constitute a waiver of Claims. authority of ENGINEER; or 14.09 Waiver of Claims 4. CONTRACTOR's violation in any substantial way of any provisions of the Contract A. The making and acceptance of final payment will Documents. constitute: B. If one or more of the events identified in paragraph 1. a waiver of all Claims by OWNER 15.02.A occur, OWNER may, after giving CONTRACTOR aaainct PflNTR ACTOR evrent (Terms ari ci na (and the s if an seven days written nntire terminate ' from unsettled Liens, from defective Work the services of CONTRACTOR, exclude CONTRACTOR appearing after final inspection pursuant to from the Site, and take possession of the Work and of all paragraph 14.06, from failure to comply with the CONTRACTOR's tools, appliances, construction Contract Documents or the terms of any special equipment, and machinery at the Site, and use the same to guarantees specified therein, or from the full extent they could be used by CONTRACTOR CONTRACTOR's continuing obligations under the (without liability to CONTRACTOR for trespass or Contract Documents; and conversion), incorporate in the Work all materials and equipment stored at the Site or for which OWNER has paid 2. a waiver of all Claims by CONTRACTOR but which are stored elsewhere, and finish CONTRACTOR against OWNER other than those the Work as OWNER may deem expedient. In such case, previously made in writing which are still unsettled. CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and ARTICLE 15 - SUSPENSION OF WORK AND damages (including but not limited to all fees and charges of TERMINATION engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by OWNER arising out of or relating to 15.01 OWNER May Suspend Work completing the Work, such excess will be paid to CONTRACTOR. If such claims, costs, losses, and A. At any time and without cause, OWNER may damages exceed such unpaid balance, CONTRACTOR suspend the Work or any portion thereof for a period of not shall pay the difference to OWNER. Such claims, costs, 00700 - 41 losses, and damages incurred by OWNER will be reviewed Payment within 30 days after it is submitted, or OWNER by ENGINEER as to their reasonableness and, when so fails for 30 days to pay CONTRACTOR any sum finally approved by ENGINEER, incorporated in a Change Order. determined to be due, then CONTRACTOR may, upon When exercising any rights or remedies under this seven days written notice to OWNER and ENGINEER, and paragraph OWNER shall not be required to obtain the provided OWNER or ENGINEER do not remedy such lowest price for the Work performed. suspension or failure within that time, terminate the Contract and recover from OWNER payment on the same C. Where CONTRACTOR's services have been so terms as provided in paragraph 15.03. In lieu of terminating terminated by OWNER, the termination will not affect any the Contract and without prejudice to any other right or rights or remedies of OWNER against CONTRACTOR remedy, if ENGINEER has failed to act on an Application then existing or which may thereafter accrue. Any retention for Payment within 30 days after it is submitted, or or payment of moneys due CONTRACTOR by OWNER OWNER has failed for 30 days to pay CONTRACTOR any will not release CONTRACTOR from liability. sum finally determined to be due, CONTRACTOR may, seven days after written notice to OWNER and 15.03 OWNER May Terminate For Convenience ENGINEER, stop the Work until payment is made of all such amounts due CONTRACTOR, including interest A. Upon seven days written notice to thereon. The provisions of this paragraph 15.04 are not CONTRACTOR and ENGINEER, OWNER may, without intended to preclude CONTRACTOR from making a Claim cause and without prejudice to any other right or remedy of under paragraph 10.05 for an adjustment in Contract Price OWNER, elect to terminate the Contract. In such case, or Contract Times or otherwise for expenses or damage CONTRACTOR shall be paid (without duplication of any directly attributable to CONTRACTOR's stopping the items): Work as permitted by this paragraph. 1. for completed and acceptable Work executed in accordance with the Contract ARTICLE 16 - DISPUTE RESOLUTION Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 16.01 Methods and Procedures 2. for expenses sustained prior to the A. Dispute resolution methods and procedures, if any, effective date of termination in performing services shall be as set forth in the Supplementary Conditions. If no and furnishing labor, materials, or equipment as method and procedure has been set forth, and subject to the required by the Contract Documents in connection provisions of paragraphs 9.09 and 10.05, OWNER and with uncompleted Work, plus fair and reasonable CONTRACTOR may exercise such rights or remedies as sums for overhead and profit on such expenses; either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. 3. for all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other ARTICLE 17 - MISCELLANEOUS professionals and all court or arbitration or other dispute resolution costs) incurred in settlement of terminated contracts with Subcontractors, Suppliers, 17.01 Giving Notice and others; and A. Whenever any provision of the Contract 4. for reasonable expenses directly Documents requires the giving of written notice, it will be attributable to termination. deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of B. CONTRACTOR shall not be paid on account of the corporation for whom it is intended, or if delivered at or loss of anticipated profits or revenue or other economic loss sent by registered or certified mail, postage prepaid, to the arising out of or resulting from such termination. last business address known to the giver of the notice. 15.04 CONTRACTOR May Stop Work or Terminate 17.02 Computation of Times A. If, through no act or fault of CONTRACTOR, the A. When any period of time is referred to in the Work is suspended for more than 90 consecutive days by Contract Documents by days, it will be computed to exclude OWNER or under an order of court or other public the first and include the last day of such period. If the last authority, or ENGINEER fails to act on any Application for day of any such period falls on a Saturday or Sunday or on a 00700 - 42 day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.03 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 17.04 Survival of Obligations A. All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Agreement. 17.05 Controlling Law A. This Contract is to be governed by the law of the state in which the Project is located. 00700 - 43 Section 00800 SUPPLEMENTARY CONDITIONS SCOPE. These Supplementary Conditions amend or supplement the General Conditions and other provisions of the Contract Documents as indicated herein. All provisions which are not so amended or supplemented remain in full force and effect. SC -1. DEFINITIONS AND TERMINOLOGY. SC -1.01. Defined Terms. A. Add the following paragraph with reference to Paragraph 1.01.A.20 of the General Conditions: Supplementing Paragraph 1.01.A.20 of the General Conditions, ENGINEER's Consultant will be: a. Conley Engineering, Inc. 205 North 40 Avenue, Suite 201 Yakima, Washington 98808 B. Replace definitions 9 and 49 in Paragraph 1.01.A of the General Conditions with the following: 9. Change Order — A document which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 49. Work Change Directive — A written statement to CONTRACTOR issued on or after the Effective Date of the Agreement and signed by OWNER ordering an addition, deletion or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 C. Add the following definition to Paragraph 1.01.A of the General Conditions: 51. Bidder - The one who submits a Bid directly to OWNER, as distinct from a subbidder who submits a bid directly to a Bidder. 53. Float - The amount of time between the early start date and the late start date, or the early finish date and the late finish date, of any of the activities in the progress schedule. 54. Proposal - The terms "Proposal" and "Bid" are interchangeable and shall have the same meaning in the Contract Documents. 55. Without Exception - The term "without exception ", when used in the Contract Documents following the name of a Supplier or a proprietary item of equipment, product, or material, sha!l mean that the sources of the product are limited to the listed Suppliers or products and that no like, equivalent, or "or- equal" item and no substitution will be permitted. SC -2. PRELIMINARY MATTERS. SC -2.02. Copies of Documents. Delete Paragraph 2.02.A of the General Conditions, and replace it with the following new paragraph: A. The CONTRACTOR to whom a contract is awarded will be furnished, free of charge, 5 copies of the Project Manual and 5 sets of the Drawings, together with all Addenda thereto. Additionally, one copy of a CD containing the Drawings in Adobe Acrobat (PDF) format will be furnished free of charge. Additional copies of the Project Manual and Drawings may be obtained from ENGINEER on the following basis: Full or partial set of Drawings $ 2.00 per sheet Each copy of the Project Manual, Drawings, $ 110.00 and Addenda Copy of Compact Disk $ 25.00 SC -2.03. Commencement of Contract Times; Notice to Proceed. Delete the last sentence of Paragraph 2.03.A of the General Conditions and add the following new sentence. City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 In no event will the Contract Times commence to run later than the ninetieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. SC -4. AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS. SC -4.02. Subsurface and Physical Conditions. A. Reports and Drawings. 1. Add the following new paragraph(s) immediately after Paragraph 4.02.A.1 of the General Conditions: In preparation of the Contract Documents, the following reports of explorations and tests of subsurface conditions at the Site were used: a. Report dated December 2004 Prepared by PLSA Engineering and Surveying Titled "Report on Geotechnical Investigation City of Yakima Wastewater Treatment Plant" The report shall be considered technical data which CONTRACTOR may utilize, but is not warranted by the Owner to represent conditions other than at the specific test sites. b. Report dated June 22, 2005 Prepared by PLSA Engineering and Surveying Titled "Yakima WWTP Groundwater Elevation A Test hole has been made on the Site, the location is described in this report The report shall be considered technical data which CONTRACTOR may utilize, but is not warranted by the Owner to represent conditions other than at the specific test sites. City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2. Add the following new paragraphs immediately after Paragraph • 4.02.A.2 of the General Conditions: In preparation of the Contract Documents, the following drawings of physical conditions in or relating to existing surface and subsurface structures (except underground facilities) which are at or contiguous to the Site of the Work were relied upon: a. Drawings dated 1936 Prepared by Stevens and Koon Titled "Sewage Treatment Plans" Quantity 37 sheets b. Drawings dated 1963 Prepared by CH2M Titled "Sewage Treatment Plant and Industrial Waste Pump Station" Quantity 79 sheets c. Drawings dated 1982 Prepared by RW Beck and Associates Titled "Contract No. 3 Wastewater Facilities Project, Waste Treatment Plant, Project No. C- 530557" Quantity 173 sheets d. Drawings dated 1983 Prepared by RW Beck and Associates Titled "Contract No. 5, Wastewater Facilities Project, Waste Treatment Plant, Project No C 530 c'7"" IVU. L' UQUSJ / Quantity 66 sheets e. Drawings dated 1984 Prepared by Gray and Osborne, Inc. City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Titled "Contract No. 6, Wastewater Facility Project, Waste Treatment Plant, Project No. C- 530557" Quantity 19 sheets f. Drawings dated 1987 Prepared by CWC -HDR, Inc. Titled "Yakima Area Wastewater Treatment Plant, Aeration System Improvements" Quantity 42 sheets g. Drawings dated 1990 Prepared by HDR Engineering, Inc. Titled "Yakima Wastewater Treatment Plant " Quantity 127 sheets h. Drawings dated 1996 Prepared by HDR Engineering, Inc. Titled "Yakima Wastewater Treatment Facility, Headworks and Digesters Modifications, Project No. 1638" Quantity 109 sheets i. Drawings dated 2001 Prepared by CH2M Hill Titled "Yakima Regional Wastewater Treatment Plant Modifications Record Drawings" Quantity 19 sheets City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 f. Drawings of physical conditions in or relating to existing surface and subsurface structures (except underground facilities) are available for review at Black & Veatch, 710 Second Avenue, Suite 1160, Seattle, WA 98104; 4800 Meadows, Suite 200, Lake Oswego, OR 97035; and at the Yakima Regional WWTP, 2220 E. Viola Street, Yakima, WA 98901, upon 48 hours' notice to ENGINEER or OWNER. B. Limited Reliance by CONTRACTOR on Technical Data Authorized. Add the following new paragraph immediately after Paragraph 4.02.B of the General Conditions: It shall be understood that the information provided is not guaranteed or warranted by OWNER or ENGINEER to be more than an indication of the physical conditions at the site of the test pits, borings or other site specific locations. SC -4.04. Underground Facilities. Add the new following after "data" at the end of paragraph 4.04. A.1 ,and it is understood that the location of underground facilities shown or indicated on the Contract Drawings are no more than a general indication of the location of such utilities. CONTRACTOR shall not rely on the information and data and shall be solely responsible to locate all Underground Facilities shown or indicated on the Contract Drawings as required. CONTRACTOR shall not be entitled to a change in cost or schedule due to a failure to accurately locate such Underground Facilities. SC -4.06. Hazardous Environmental Condition at Site. Add the following new paragraph immediately after Paragraph 4.06.1 of the General Conditions: J. Asbestos abatement is covered in the Project Requirements section. SC -5. BONDS AND INSURANCE. Delete Article 5 of the General Conditions in its entirety, and insert the following text in its place: City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 ARTICLE 5 - BONDS AND INSURANCE SC -5.01. Performance, Payment, and Other Bonds. A. CONTRACTOR shall furnish Performance and Payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as provided otherwise by Laws or Regulations or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Contract Documents. B. All Bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All Bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. C. If the surety on any Bond furnished by CONTRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of Paragraph 5.01.B, CONTRACTOR shall within 20 days thereafter substitute another Bond and surety, both of which shall comply with the requirements of Paragraphs 5.01.B and 5.02. SC -5.02. Licensed Sureties and Insurers. A. All Bonds and insurance required by the Contract Documents to be purchased and maintained by OWNER or CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is located to issue Bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 SC -5.03. Certificates of Insurance. A. CONTRACTOR shall deliver to OWNER, with copies to each additional insured, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) that CONTRACTOR is required to purchase and maintain. OWNER shall deliver to CONTRACTOR, with copies to each additional insured, certificates of insurance (and other evidence of insi Trance requested by CONTRACTOR or any other additional insured) that OWNER is required to purchase and maintain. B. Certificates of insurance shall be submitted on ACORD form #25 (or equivalent) as modified herein. SC -5.04. CONTRACTOR's Liability Insurance. A. CONTRACTOR shall purchase and maintain such liability and other insurance as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance of the Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be performed by CONTRACTOR, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR's employees; 3. claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR's employees; 4. claims for damages insured by reasonably available personal injury liability coverage which are sustained: (i) by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or (ii) by any other person for any other reason; 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -8- Bid No. 2182 Ultraviolet Disinfection Project November 2007 6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle; and 7. claims for damages caused by negligent error, omission, or act for which the insured party is legally liable, arising out of the performance of specified professional design services. B. The policies of insurance so required by this Paragraph 5.04 to be purchased -and maintained shall: 1. With respect to insurance required by Paragraphs 5.04.A.3 through 5.04.A.6 inclusive, include as additional insureds (subject to any customary exclusion in respect of professional liability) OWNER, ENGINEER, ENGINEER's Consultants, and any other individuals listed as additional insureds, and include coverage for the respective officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of all such additional insureds, and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby; 2. Include at least the specific coverages and be written for not less than the limits of liability specified or required by Laws or Regulations, whichever is greater; 3. Include completed operations insurance; 4. Include contractual liability insurance covering CONTRACTOR's indemnity obligations under Paragraphs 6.07, 6.11, and 6.20; 5. Contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least 30 days prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the CONTRACTOR pursuant to Paragraph 5.03 shall so provide); • 6. Remain in effect at least until final payment and at all times thereafter when CONTRACTOR may be correcting, removing, or replacing defective Work in accordance with Paragraph 13.07; 7. With respect to completed operations insurance, and any insurance coverage written on a claims -made basis, remain in effect for at least two years after final payment (and CONTRACTOR shall furnish OWNER and each other additional City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -9- Bid No. 2182 Ultraviolet Disinfection Project November 2007 insured to whom a certificate of insurance has been issued, evidence satisfactory to OWNER and any such additional insured of continuation of such insurance at final payment and one year thereafter); 8. Contain a cross liability or severability of interest clause or endorsement. Insurance covering the specified additional insureds shall be primary insurance, and all other insurance carried by the additional insureds shall be excess insurance; and 9. With respect to workers' compensation and employers' liability, comprehensive automobile liability, commercial general liability, and umbrella liability insurance, and all other liability insurance specified herein to be provided by CONTRACTOR, CONTRACTOR shall require its insurance carriers to waive all rights of subrogation against OWNER, ENGINEER, and their respective officers, directors, partners, employees, and agents. C. Worker's Compensation and Employer's Liability Insurance. This insurance shall protect CONTRACTOR against all claims under applicable state workers' compensation laws, including coverage as necessary for the benefits provided under the United States Longshoremen's and Harbor Workers' Act and the Jones Act. CONTRACTOR shall also be protected against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of a workers' compensation law. This policy shall include an "all states" or "other states" endorsement. The liability limits shall be not less than: Workers' compensation Statutory Emplo Employers' liability $1 00n 000 each o yers iNwyci � liability yi i ,vvv,vvv each i v�.�,u� i ci we D. Comprehensive Automobile Liability Insurance. This insurance shall be occurrence type, written in comprehensive form, and shall protect CONTRACTOR, and OWNER, ENGINEER's Consultants, and ENGINEER as additional insureds, against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicles, either on or off the project site whether they arr� r ne nnnr inc�rl nr hirnrl ..•., .. ..11.,%., I II, l....4, .J The liability limits shall be not less than: Bodily injury and property $1,000,000 combined single limit damage for each occurrence City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -10- Bid No. 2182 Ultraviolet Disinfection Project November 2007 E. Commercial General Liability Insurance. This insurance shall be occurrence type, written in comprehensive form, and shall protect CONTRACTOR, and OWNER, ENGINEER's Consultants, and ENGINEER as additional insureds, against claims arising from injuries, sickness, disease, or death of any person or damage to property arising out of performance of the Work. The policy shall also include a per project aggregate limit endorsement, personal injury liability coverage, contractual liability coverage, completed operations and products liability coverage, and coverage for blasting, explosion, collapse of buildings, and damage to underground property. The liability limits shall be not less than: Bodily injury and property $1,000,000 combined single limit damage for each occurrence $1,000,000 general aggregate F. NOT USED G. NOT USED H. Umbrella Liability Insurance. This insurance shall protect CONTRACTOR, and OWNER, ENGINEER's Consultants, and ENGINEER as additional insureds, against claims in excess of the limits provided under workers' compensation and employers' liability, comprehensive automobile liability, and commercial general liability policies. The umbrella policy shall follow the form of the primary insurance, including the application of the primary limits. The liability limits shall be not less than: Bodily injury and property $4,000,000 combined single limit damage for each occurrence $4,000,000 general aggregate NOT USED J. Professional Liability Insurance: This insurance shall be required only in cases where the Contract Documents specifically require that CONTRACTOR provide for design services to be performed by a professional engineer with appropriate expertise in accordance with applicable laws and regulations, licensed or registered in the State of Washington, and that the shop drawings or other evidence of design bear the seal and signature of that professional engineer. This insurance shall provide protection against claims arising out of performance of professional design services and caused by a City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -11- Bid No. 2182 Ultraviolet Disinfection Project November 2007 negligent error, omission, or act for which the insured party is legally liable; such professional liability insurance shall provide coverage in the amount of $3,000,000, and shall be maintained throughout the duration of the Project and for one year after Substantial Completion. In the event that the professional design services are performed by an independent consultant or Subcontractor engaged by CONTRACTOR, this insurance shall be furnished and maintained by the independent consultant or Subcontractor. in the event that the professional design services are performed by a member of CONTRACTOR's organization, this insurance shall be furnished and maintained by CONTRACTOR. A certificate of insurance for such professional liability insurance coverage, including the amount, duration, and name of the insured party, shall be delivered to OWNER and ENGINEER. SC -5.05 OWNER's Liability Insurance A. In addition to the insurance required to be provided by CONTRACTOR under paragraph 5.04, OWNER, at OWNER's option, may purchase and maintain at OWNER's expense OWNER's own liability insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. SC -5.06. Property Insurance (CONTRACTOR Furnished). A. CONTRACTOR, with sole liability for payment of premiums, shall purchase and maintain property insurance upon the Work at the Site in the a mo u n+ of thee full replacement cost +hereof. This insurance shall: 1.11\, (4111V1.1111. V/ 1.1111 11411 1\, I I\,I 1l \,VJl 111(41\,V1. 1111) 111JUI GI I\,\, JI ICil1. 1. Include the interests of OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as a named insured; City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -12- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2. Be written on a Builder's Risk "all- risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, flood, and damage caused by frost and freezing; 3. Cover, in an amount not less than $100,000, the OWNER - furnished equipment and materials to be erected or installed by CONTRACTOR; 4. Include expenses incurred in the repair or replacement of any insured property (including, but not limited to, fees and charges of engineers and architects); 5. Cover materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by ENGINEER; 6. Allow for partial utilization of the Work by OWNER; 7. Include testing and startup; and 8. Be maintained in effect until final payment is made unless otherwise agreed to in writing by OWNER, CONTRACTOR, and ENGINEER, with 30 days' written notice to each other named insured to whom a certificate of insurance has been issued. B. All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with Paragraph 5.06 shall contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to OWNER and CONTRACTOR and to each other named insured to whom a certificate of insurance has been issued, and shall contain waiver provisions in accordance with Paragraph 5.06. C. If OWNER requests in writing that other special insurance be included in the property insurance policies provided under Paragraph 5.06, CONTRACTOR shall, if possible, include such insurance, and the cost thereof will be charged to OWNER by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the Site, City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -13- Bid No. 2182 Ultraviolet Disinfection Project November 2007 CONTRACTOR shall in writing advise OWNER whether or not such other insurance has been procured by CONTRACTOR. D. Risk of loss, as it relates to the equipment and materials provided under the procurement contracts assigned to CONTRACTOR by OWNER, shall be borne by the Procurement Contractor until delivery to the Site and acceptance by CONTRACTOR, and thereafter shall be borne by CONTRACTOR until final acceptance by OWNER. SC -5.07. Waiver of Rights. A. OWNER and CONTRACTOR intend that all policies purchased in accordance with Paragraph 5.06 will protect OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants, (and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them) and will provide primary coverage for all losses and damages caused by the perils or causes of loss covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any of the named insureds thereunder. OWNER and CONTRACTOR waive all rights against each other and their respective officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them f a ll losses and damages caused by, arising out of, or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors, ENGINEER, ENGINEER's Consultants, and all other individuals or entities listed as named insureds (and the officers, directors, partners, employees, +s d other It n +r. d b f h a nd of agents, IL , al lU VLI IGI con IJUIIQI ILA and subcontractors QI,.IVIJ VI each QI and any of them) under such policies for losses and damages so caused. None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance held by OWNER as trustee or otherwise payable under any policy so issued. SC -5.08. Receipt and Application of Insurance Proceeds. A. Any insured loss under the policies of insurance required by Paragraph 5.06 will be adjusted with OWNER and made payable to OWNER as fiduciary for the insureds, as their interests may appear, subject to the requirements of any applicable mortgage clause. OWNER shall deposit in a separate account any money so received and shall City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -14- Bid No. 2182 Ultraviolet Disinfection Project November 2007 distribute it in accordance with such agreement as the parties in • interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof, and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. B. OWNER as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within 15 days after the occurrence of loss to OWNER's exercise of this power. If such objection be made, OWNER as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If no such agreement among the parties in interest is reached, OWNER as fiduciary shall adjust and settle the loss with the insurers and, if required in writing by any party in interest, OWNER as fiduciary shall give bond for the proper performance of such duties. SC -5.09. Acceptance of Bonds and Insurance; Option to Replace. A. If either OWNER or CONTRACTOR has any objection to the coverage afforded by or other provisions of the Bonds or insurance required to be purchased and maintained by the other party in accordance with Article 5 on the basis of non - conformance with the Contract Documents, the objecting party shall so notify the other party in writing within 10 days after receipt of the certificates (or other evidence requested) required by Paragraph 2.05.C. OWNER and CONTRACTOR shall each provide to the other such additional information in respect of insurance provided as the other may reasonably request. If either party does not purchase or maintain all of the Bonds and insurance required of such party by the Contract Documents, such party shall notify the other party in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, the other party may elect to obtain equivalent Bonds or insurance to protect such other party's interests at the expense of the party who was required to provide such coverage, and a Change Order shall be issued to adjust the Contract Price accordingly. City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -15- Bid No. 2182 Ultraviolet Disinfection Project November 2007 SC -5.10. Partial Utilization, Acknowledgment of Property Insurer. A. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 14.05, no such use or occupancy shall commence before the insurers providing the property insurance pursuant to Paragraph 5.06 have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or permitted to lapse on account of any such partial use or occupancy. SC -6. CONTRACTOR'S RESPONSIBILITIES. SC -6.02. Labor; Working Hours. Add the following new paragraphs immediately after Paragraph 6.02.B of the General Conditions: C. No Work shall be done between 6 p.m. and 7 a.m. without permission of OWNER. However, emergency work may be done without prior permission. D. Night Work may be undertaken as a regular procedure with the permission of OWNER; such permission, however, may be revoked at any time by OWNER if CONTRACTOR fails to maintain adequate equipment and supervision for the proper prosecution and control of the Work at night. SC -6.03. Services, Materials, and Equipment. Add the following new paragraphs immediately after Paragraph 6.03.B of the General Conditions: C. CONTRACTOR shall rebuild, repair, restore, and make good all injuries, losses, or damages to any portion of the Work or the equipment or materials occasioned by any cause before completion and acceptance of the Work and shall bear the expense therefore. CONTRACTOR shall, at no additional cost to OWNER, provide suitable drainage and suitable structures as necessary to protect the Work or any portion thereof from damage. D. Suspension of the Work or the granting of an extension of time for any cause whatever shall not relieve CONTRACTOR of his responsibilities for the Work as specified herein. City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -16- Bid No. 2182 Ultraviolet Disinfection Project November 2007 SC -6.06. Concerning Subcontractors, Suppliers, and Others. Delete Paragraph 6.06.B of the General Conditions in its entirety and insert the following text in its place: B. If the Bidding Documents or the Contract Documents require the identity of certain Subcontractors, Suppliers, or other individuals or entities to be submitted to OWNER in advance for acceptance by OWNER by a specified date prior to the Effective Date of the Agreement, and if CONTRACTOR has submitted a list thereof in accordance with the Bidding Documents or the Contract Documents, OWNER's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcontractor, Supplier, or other individual or entity so identified may be revoked on the basis of reasonable objection after due investigation. CONTRACTOR shall submit an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity, and the Contract Price will be adjusted by the difference in the cost occasioned by such replacement, and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER, or ENGINEER of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall constitute a waiver of any right of OWNER, or ENGINEER to reject defective Work. C. Particular consideration will be given to the qualifications of each Subcontractor proposed to perform more than 10 percent of the Work and those proposed on the List of Subcontractors. The use of Subcontractors proposed by Bidder and accepted by OWNER prior to the Notice of Award will be required in the performance of the Work unless otherwise permitted or directed by OWNER. City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -17- Bid No. 2182 Ultraviolet Disinfection Project November 2007 D The Contractor shall verify responsibility criteria for each first tier Subcontractor. A Subcontractor of any tier that hires other Subcontractors must verify responsibility criteria for each of its Subcontractors. At the time of Subcontract execution, the Subcontractor must: 1. Have a certificate of registration in compliance with chapter 18.27 RCW; and 2. Have a current state unified business identifier number; and 3. If applicable, have industrial insurance coverage for the Subcontractor's employees working in Washington as required in Title 51 RCW; an employment security department number as required in Title 50 RCW; and a state excise tax registration number as required in Title 82 RCW; and 4. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 38.12.065(3); and 5. Possess an electrical contractor license, if required by chapter 19.28 RCW, or an elevator contractor license, if required by chapter 70.87 RCW. The verification requirement herein must be included in every subcontract of every tier. SC -6.07. Patent Fees and Royalties. Add the following new paragraphs immediately after Paragraph 6.07.A of the General Conditions: B. CONTRACTOR shall furnish to OWNER at the time of initial submittal, satisfactory evidence that Suppliers of proprietary materials, equipment, devices, or processes to be furnished or used in the performance of the Work do indemnify, keep, and save harmless CONTRACTOR from all liabilities, judgments, costs, damages, and expenses which may arise from the use of such proprietary materials, equipment, devices, or processes, furnished to CONTRACTOR for incorporation in or use in performance of the Work and their operation by OWNER after acceptance of the Work. Such satisfactory evidence shall consist of patent licenses or patent releases covering proprietary materials, equipment, devices, or processes. City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -18- Bid No. 2182 Ultraviolet Disinfection Project November 2007 SC -6.08. Permits. Add the following new paragraph immediately after Paragraph 6.08.A of the General Conditions: B. OWNER will obtain and pay for permits issued by the City of Yakima. SC -6.09. Laws and Regulations. Modify the following paragraphs of the General Conditions and add paragraphs immediately after Paragraph 6.09.0 of the General Conditions: C. At the end of Paragraph 6.09.0 of the General Conditions, add the following new sentences: The provisions of Paragraph 6.09.0 of the General Conditions shall not apply to any changes to prevailing wage rates. Changes to wage rates during the life of the Contract shall be the responsibility of the CONTRACTOR, and shall not be eligible for Claims for changes to the Contract Price. D. Safety and Health Regulations. Washington State Department of Labor and Industries "Safety Standards for Construction Work" Chapter 296 -155 WAC shall apply to Work under this Contract. The Washington State Department of Labor and Industries will be responsible for compliance review and enforcement of the regulations. E. Employment Requirements. Employment requirements shall be as specified herein and in the attachments at the end of the Supplementary Conditions. F. Funding Agency Requirements. CONTRACTOR will be required to comply with Title VI of the Civil Rights Act of 1964, the Davis -Bacon Act, the Copeland (Anti- Kickback) Act, and the Contract Work Hours and Safety Standards Act. CONTRACTOR will be required to comply with the President's Executive Order 11246 of September 24, 1965, as amended. The State of Washington is named as a third party beneficiary to the contract. Right of entry to the site of the Work is granted to State of Washington and /or U.S. Environmental Protection Agency personnel. Specific funding agency requirements shall be as specified herein and in the attachments at the end of the Supplementary Conditions. City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -19- Bid No. 2182 Ultraviolet Disinfection Project November 2007 G. Nondiscrimination in Employment. CONTRACTOR and Subcontractors shall not discriminate in employment practices and shall comply with applicable labor standards, laws, and regulations. CONTRACTOR acknowledges that it understands and shall be bound by the equal opportunity requirements of EPA regulations (40 CFR Part 8, particularly Section 8.4(b)), which shall be applicable throughout the performance of Work under this Contract. CONTRACTOR shall similarly bind contractually each Subcontractor. CONTRACTOR shall engage in affirmative action directed at promoting and ensuring equal employment opportunity in the workforce used under the Contract, and CONTRACTOR shall require contractually the same effort of all Subcontractors whose subcontracts exceed $10,000. "Affirmative action" as used herein shall constitute a good faith effort to achieve and maintain that amount of minority employment in the onsite workforce used on the Project which • corresponds, for each trade used, to the minority population in the serving labor market area from which workers are reasonably available for hire for the Project. Specific funding agency requirements shall be as specified herein and in the attachments at the end of the Supplementary Conditions. H. Nonsegregated Facilities. The following requirements apply to this contract: Specific funding agency requirements shall be as specified herein and in the attachments at the end of the Supplementary Conditions. NOTICE TO PRO FEDERAL L V ASSISTED CONSTRUCTION CONTRACTORS a. A Certification of Nonsegregated Facilities as required by May 28, 1968, order (33 F.R. 7808, May 28, 1968) on Elimination of Segregated Facilities, by the Secretary of Labor, must be submitted prior to the award of a federally assisted construction contract exceeding $1n,nnn which is not exempt from the provisions of the Equal Opportunity clause. City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -20- Bid No. 2182 Ultraviolet Disinfection Project November 2007 b. CONTRACTORS receiving federally assisted construction contract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause will be required to provide for the forwarding of the following notice to prospective Subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity clause. NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES a. A Certification of Nonsegregated Facilities as required by May 28, 1968, order (33 F.R. 7808, May 28, 1968) on Elimination of Segregated Facilities, by the Secretary of Labor, must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity clause. b. CONTRACTORS receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause will be required to provide for the forwarding of this notice to prospective Subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity clause. Preconstruction Equal Opportunity Compliance Conference. As part of the procedure for determining the ability of contractors to comply with the Equal Opportunity clause, prospective Bidders may be required to attend a meeting scheduled by the Environmental Protection Agency prior to opening of Bids where they will be instructed in the equal employment opportunity requirements of the Agency. J. Buy American Provision. The Buy American Provision of Public Law 95 -217 (Section 215 of Public Law 92 -500 as amended), as implemented by EPA regulations and guidance, generally requires that preference be given to the use of domestic construction material in the performance of this Contract. K. Archaeological Deposits. If, during the course of construction, evidence of deposits of historical or archaeological interest is found, CONTRACTOR shall cease operations affecting the find and shall City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -21- Bid No. 2182 Ultraviolet Disinfection Project November 2007 notify OWNER, who shall notify the Regional Office of the Environmental Protection Agency and the State Historic Preservation Officer. No further disturbance of the deposits shall ensue until CONTRACTOR has been notified by OWNER that CONTRACTOR may proceed. OWNER will issue a Notice to Proceed only after the state official has surveyed the find and made a determination to the Environmental Protection Agency and OWNER. Compensation to CONTRACTOR, if any, for lost time or changes in construction to avoid the find, shall be determined in accordance with changed conditions or Change Order provisions of the Contract Documents. (Reference: 80 Stat 915, 16 USC 470, and Executive Order No. 11593 of May 31, 1971.) L. Work in Confined Spaces. The provisions of 29 CFR Section 1910.146, "Permit- Required Confined Spaces ", have been adopted by OWNER and shall apply to Work under this Contract. OWNER has established a confined -space entry program for its own use, and will be responsible for enforcement of the program for OWNER's personnel only. CONTRACTOR is hereby notified that the existing digesters, as well as manholes and other structures included under the confined -space definition of 29 CFR 1910.146, shall be considered as hazardous locations with hazardous atmospheric conditions. The structures may contain methane, hydrogen sulfide, carbon dioxide, and other gases which are dangerous to life or health. CONTRACTOR shall allow its personnel or Subcontractors to enter these confined spaces only through compliance with an entry permit program as specified herein. CONTRACTOR shall establish and maintain a confined -space entry program appropriate to the structures and conditions encountered. The program shall meet the requirements of 29 CFR 1910.146 and • shall specifically address the provisions of Paragraph (d) therein. CONTRACTOR shall enforce the requirements of Paragraphs (e) and (f), shall establish and conduct a training program in accordance with Paragraph (g), and shall comply with all other applicable requirements of the referenced regulation. CONTRACTOR shall prepare a complete written program covering the requirements of this paragraph and the referenced regulation. The written program shall be submitted through ENGINEER for review and approval by OWNER, and shall be modified and resubmitted if required. No Work shall be done by CONTRACTOR or any of CONTRACTOR's personnel or Subcontractors in any confined spaces until CONTRACTOR's program has been approved by OWNER and City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -22- Bid No. 2182 Ultraviolet Disinfection Project November 2007 OWNER is satisfied that the program provisions are in place. Such OWNER approval shall not relieve CONTRACTOR from responsibility for job site safety and compliance with all applicable contract and statutory requirements. Upon request, OWNER's confined -space entry program will be made available to CONTRACTOR for review, but OWNER's program shall not be considered as necessarily addressing all steps and measures to be taken into account. CONTRACTOR shall cooperate with OWNER for coordination of activities whenever CONTRACTOR's personnel and OWNER's personnel will both be working in or near the confined spaces at the same time. SC -6.10. Taxes. Add the following new paragraphs immediately after Paragraph 6.10.A of the General Conditions: A. The Work to be performed under this Contract constitutes a "retail sale" as such term is defined in RCW 82.04.050, and the Contract Price is subject to the State of Washington and local agency retail sales taxes. However, bidders shall not include such retail sales tax in the Contract Price in their bids. Such retail sales tax will be calculated on the total Contract Price and will add retail sales tax (state and local) on each progress payment and final payment to the Contractor for transmittal by the Contractor to the Washington State Department of Revenue or to the applicable local government. B. Other than state or local retail sales taxes on the Contract Price as specified above and except as provided in subparagraph C of this paragraph, the bidder shall include in the bidder's proposed price(s) all applicable taxes which the Contractor will be required to pay for the Work under this Contract. For example, the County will not add sales tax the Contractor pays on the purchase of tools, machinery, equipment or consumables not integrated into the Work. No adjustment will be made in the amount to be paid by the City of Yakima under this Contract because of any misunderstanding by or lack of knowledge of the bidder /Contractor as to liability for, or the amount of, any taxes for which the bidder /Contractor is liable or responsible by or under this Contract or because of any increases in tax rates imposed by any federal, state or local governments. C. Retail sales /use taxes, if any, payable on equipment, materials and other items provided hereunder to the Contractor by the City of Yakima shall not be included in the Bidder's proposed prices. If taxes on such items are required to be paid, the City of Yakima shall make such payment, either City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -23- Bid No. 2182 Ultraviolet Disinfection Project November 2007 through the Contractor or direct to the Washington State Department of Revenue. SC -6.20. Indemnification. Delete Paragraph 6.20 of the General Conditions in its entirety and replace it with the following: 6.20. Indemnification: A. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall defend, indemnify, and hold harmless OWNER, ENGINEER, ENGINEER's Consultants, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages of any kind whatsoever(including, but not limited to, all fees and charges of engineers, architects, attorneys, and other professionals, and all court or arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work, whether alleged in tort, contract or equity, 1. is caused in whole or in part by any breach of contract or negligent act or omission of CONTRACTOR, any Subcontractor, any Supplier, any individual or entity directly or indirectly employed by any of them to perform or furnish any of the Work, or anyone for whose acts any of them may be liable. B. In any and all claims against OWNER, ENGINEER, or any of their respective consultants, agents, officers, directors, partners, or employees by any employee (or the survivor or personal representative of such employee) of CONTRACTOR, any Subcontractor, any Supplier, any individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 6.20.A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier, or other individual or entity under workers' compensation acts, disability benefit acts, or other employee benefit acts. CONTRACTOR expressly waive its immunity under Washington law governing Industrial Insurance, Title 51 RCW, Such waiver has been specifically and voluntarily negotiated. City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -24- Bid No. 2182 Ultraviolet Disinfection Project November 2007 C. The indemnification obligations of CONTRACTOR under Paragraph 6.20.A shall not extend to the liability of ENGINEER, and ENGINEER's Consultants, or to the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them arising out of: 1. the preparation or approval of, or the failure to prepare or approve, maps, Drawings, opinions, reports, surveys, Change Orders, designs, or Specifications; or 2. giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage. SC 8. OWNER'S RESPONSIBILITIES. SC -8.01. Communications to Contractor. Replace the first sentence of Paragraph 8.01.A of the General Conditions with the following: A. Except as otherwise provided in these General Conditions, if OWNER issues communications to CONTRACTOR a copy shall be provided to ENGINEER. SC -8.12. Additional OWNER Responsibilities. Add the following new paragraphs immediately after Paragraph 8.11 of the General Conditions: SC -8.12. Additional OWNER Responsibilities. A. OWNER will provide any and all permits issued by the City of Yakima SC -9. ENGINEER'S STATUS DURING CONSTRUCTION. SC -9.01. OWNER's Representative. Add the following sentence at the end of Paragraph 9.01.A of the General Conditions: The action of the ENGINEER in performance of these duties shall not be construed to make the ENGINEER the Agent for the OWNER with respect to changes in the cost of the work or changes in the Contract Documents. SC -9.03. Project Representative. Add the following new paragraph immediately after Paragraph 9.03.A of the General Conditions: City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -25- Bid No. 2182 Ultraviolet Disinfection Project November 2007 B. The duties, responsibilities, and limitation of authority of the Resident Project Representative (if provided by ENGINEER) are set forth in an attachment to the Supplementary Conditions. SC -9.09. Decisions on Requirements of Contract Documents and Acceptability of Work. A. Add the following new words at the end of the first sentence of Paragraph 9.09.A of the General Conditions; ...insofar as the subject matter of any pertinent claim, dispute, or other matter falls within the realm of the technical expertise of ENGINEER. B. Add the following new sentence at the end of Paragraph 9.09.A of the General Conditions: ENGINEER shall not render any decision on any claims, disputes, or other matters the subject matter of which, at ENGINEER's sole discretion, requires legal, rather than technical, interpretation. SC -10. CHANGES IN THE WORK; CLAIMS. SC- 10.03. Execution of Change Orders. Replace the first sentence of Paragraph 10.03.A of the General Conditions with the following: A. OWNER and CONTRACTOR shall execute appropriate Change Orders (or written Amendments) covering: SC -11. COST OF THE \^.ORK: CASH ALLOWANCES: UNIT PRICE WORK SC- 11.01. Cost of the Work. Delete Paragraph 11.01 A.5.c of the General Conditions in its entirety and insert the following text in its place: Rentals of all construction equipment and machinery, and the parts thereof whether rented from CONTRATOR or others shall be in accordance with the following: CONTRATORS own charge rates may be used if verified and approved by OWNER and based the CONTRACTOR's actual ownership and operating cost experience. Rental rates contained in published rate guides may be used if their cost formulas and rate factors are identifiable, reflect CONTRACTOR's historical acquisition costs, utilization, and useful life, and do not include replacement cost, escalation contingency reserves, general and administrative expense or profit. Rates shall be based on City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -26- Bid No. 2182 Ultraviolet Disinfection Project November 2007 CONTRACTOR's actual allowable costs incurred or the rates established according to the Rental Rate Blue Book for Construction Equipment, published by Equipment Watch, PRIMEDIA, whichever is less. The Rental Rate Blue Book established equipment rate shall be the monthly rental rate for the equipment plus the monthly rental rate for required attachments, divided by 176, multiplied by the appropriate regional adjustment factor, plus the hourly operating cost. The established equipment rental rate shall apply for actual equipment usage up to eight hours per day. For all hours in excess of eight hours per day or 176 hours per month, the established equipment rate shall be the monthly rental rate plus the monthly rental rate for required attachments, divided by 352, multiplied by the regional adjustment factor, plus the hourly operating cost. CONTRACTOR shall only be entitled to standby equipments costs if (a) the equipment is ready, able and available to do the Work at a moments notice; (b) CONTRACTOR is required to have equipment standby because of an event or condition solely caused by OWNER and (c) CONTRACTOR can demonstrate that it could have and intended to use the equipment on other parts of the Work. CONTRACTOR shall be compensated at 50% of the rental rate approved by OWNER. Standby shall not be paid during periods of CONTRATOR— caused delay, concurrent delay, Force Majeure, during any season shutdown, routine maintenance, down -time or broken equipment, late delivery of equipment or supplies, or other anticipated occurrence specified in the Contract Documents. No payment shall be made for standby on any piece of equipment, which has been used on the Project in any 24 hour period. Standby costs shall not be paid on weekends, holidays, and any time the equipment was not intended to be used on the Project as demonstrated in the Project Schedule. SC -12. CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES. SC- 12.02. Change of Contract Times. Add the following new paragraphs after Paragraph 12.02.B of the General Conditions: C. A claim for an extension of the Contract Times (or Milestones), otherwise allowable under the Contract Documents, shall be granted only to the extent the time lost exceeds the float for the delayed activity at the time of the event giving rise to the claim. Float, whether expressly disclosed or implied in any manner, is jointly owned by the project participants. City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -27- Bid No. 2182 Ultraviolet Disinfection Project November 2007 D. CONTRACTOR shall not use float suppression techniques (including, but not limited to, preferential sequencing caused by late starts of follow -up trades, unreasonably small crews, extended durations, or imposed dates) in information provided to ENGINEER. SC- 12.06. Delay Damages. Delete Paragraph 12.06.B of the General Conditions in its entirety. SC -13. TESTS AND CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK. SC- 13.07. Correction Period. Add the following new paragraph immediately after Paragraph 13.07.D of the General Conditions: E. Nothing in this Article 13 concerning the correction period shall establish a period of limitation with respect to any other obligation which CONTRACTOR has under the Contract Documents or at law. The establishment of time periods relates only to the specific obligations of CONTRACTOR to correct the Work, and has no relationship to the time within which CONTRACTOR's obligations under the Contract Documents or at law may be sought to be enforced, nor to the time within which proceedings may be commenced to establish CONTRACTOR's liability with respect to CONTRACTOR's obligations other than to specifically correct the Work. SC -14. PAYMENTS TO CONTRACTOR AND COMPLETION. SC 1 A 07 Progress Payments. the following ediatel. SC-14.02. rivyrc�� rayiiieina. Add the ivnvvJing new paragraphs immediately following Paragraph 14.02.A.3 of the General Conditions: 4. Materials and Equipment. Payments for stored materials and equipment shall be based only upon the actual cost to CONTRACTOR of the materials and equipment and shall not include any overhead or profit to CONTRACTOR. Partial payments will not be made for undelivered materials or equipment. City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -28- Bid No. 2182 Ultraviolet Disinfection Project November 2007 5. Schedules and Data. During the progress of the Work, each application for Payment shall be accompanied by CONTRACTOR's updated schedule of operations or progress report, with such shop drawings schedules, procurement schedules, values of materials and equipment on hand included in application, and other data specified or reasonably required by ENGINEER. 6. Labor Standards Certificate. As provided under Labor Standards each Application for Payment shall be accompanied by a certificate that all labor standards requirements have been fulfilled. SC- 14.02.C. Payment Becomes Due. Delete Paragraph 14.02.C.1 of the General Conditions in its entirety and insert the following text in its place: 1. Within thirty days after presentation of the Application for Payment to OWNER with ENGINEER's recommendation, the amount recommended (subject to the provisions of paragraph 14.02D) will be paid by OWNER to CONTRACTOR. SC- 14.04. Substantial Completion. Add the following new paragraphs immediately after Paragraph 14.04.A of the General Conditions: 1. "Substantial Completion" means that the facilities are completed to the point that they are capable of operating in their intended function and can meet the performance requirements as specified. All process equipment shall be installed and operational. All performance testing of the installed systems and equipment will be completed prior to the date of Substantial Completion. All controls and instrumentation will be tested and functional. 2. To be considered substantially complete, the following portions of the Work must be operational and ready for OWNER's continuous use as intended: UV Diversion Box UV Disinfection Equipment 3. Portions of the Work not essential to plant operation, which can be completed without interruption of plant operation, may be completed after the Work is accepted as substantially complete, and may include the following items: Paving Landscape Restoration City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -29- Bid No. 2182 Ultraviolet Disinfection Project November 2007 SC- 14.05. Partial Utilization. Add the following paragraph immediately after Paragraph 14.05.A.2 of the General Conditions: B. The following parts of the Work will be partially utilized when substantially completed in accordance with the General Conditions: UV Diversion Box UV Disinfection Equipment SC- 14.07. Final Payment. Add the following new sentence at the end of Paragraph 14.07.A.2 of the General Conditions: Consent of the surety, signed by an agent, must be accompanied by a certified copy of such agent's authority to act for the surety. SC -15. SUSPENSION OF WORK AND TERMINATION. No modifications. SC -16. DISPUTE RESOLUTION. Delete Article 16 of the General Conditions in its entirety, and insert the following text in its place: ARTICLE 16. DISPUTE RESOLUTION. 16.01 Claims,Disputes and Other Matters. A. When Claims, disputes or other matters occur during the Contract Work, CONTRACTOR shall follow the procedures outlined Paragraph 10.05 of the General Conditions. If the procedures outlined in Paragraph 10.05 of the General Conditions fails to provide satisfactory resolution, CONTRACTOR shall pursue the more formalized method outlined in this Paragraph 16.01 for submitting a Claim. r+�._:..... dispute, _� i- �-- °- t -----� to that to be OWNER for decision in accordance with this Paragraph 16.01 of the General Conditions may be made until ENGINEER has rendered a written decision in accordance with Paragraph 10.05 of the General Conditions. No demand for decision of any such Claim, dispute, or other matter may be made later than 30 days after the date on which ENGINEER has rendered a written decision in respect thereof in accordance with Paragraph 10.05 of the General Conditions; and the failure to demand such decision within said 30 day period shall result in ENGINEER's decision being final and binding upon OWNER and CONTRACTOR B. If CONTRACTOR Claims that additional payment is due and CONTRACTOR has pursued and exhausted all the means provided in Paragraph 10.05 of the General Conditions to resolve a Claim, dispute or other matter CONTRACTOR City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -30- Bid No. 2182 Ultraviolet Disinfection Project November 2007 may file a Claim as provided in this Paragraph 16.01. CONTRACTOR agrees to waive any Claim for additional payment if the written notifications provided in Paragraph 10.05 of the General Conditions are not given, or if OWNER is not afforded reasonable access by CONTRACTOR to complete records of actual cost and additional time incurred as required, or if a Claim is not filed as provided in this Paragraph 16.01. The fact that CONTRACTOR has provided a proper notification, provided a properly filed Claim, or provided OWNER access to records of actual cost, shall not in any way be construed as proving or substantiating the validity of the Claim. If the Claim, after consideration by OWNER, is found to have merit, the OWNER will make an adjustment to the Contract Price or Contract Time in accordance with Article 12 or the General Conditions. If OWNER finds the Claim to be without merit, no adjustment will be made. All Claims filed by CONTRACTOR shall be in writing and in sufficient detail to enable OWNER to ascertain the basis and amount of the Claim. All Claims shall be submitted to ENGINEER. As a minimum, the following information must accompany each Claim submitted: 1. A detailed factual statement of the Claim for additional compensation and time, if any, providing all necessary dates, locations, and items of work affected by the Claim. 2. The date on which facts arose which gave rise to the Claim. 3. The name of each individual, official, or employee of OWNER and ENGINEER involved in or knowledgeable about the Claim. 4. The specific provisions of the Contract which support the Claim and a statement of the reasons why such provisions support the Claim. 5. If the Claim relates to a decision of ENGINEER which the Contract leaves to ENGINEER's discretion or as to which the contract provides that the ENGINEER's decision is final, CONTRACTOR shall set out in detail all facts supporting its position relating to the decision of the ENGINEER. 6. The identification of any documents and the substance of any oral communications that support the Claim. 7. Copies of any identified documents, other than OWNER or ENGINEER's documents and documents previously furnished to the OWNER or ENGINEER by CONTRACTOR, that support the Claim (manuals which are standard to the industry, used by CONTRACTOR, may be included by reference). 8. If an extension of time is sought: a. The specific days and dates for which it is sought, b. The specific reasons CONTRACTOR believes a time extension should be granted, c. The specific provisions of Paragraph 12.02 of the General Conditions under which it is sought, and d. CONTRACTOR's analysis of its progress schedule to demonstrate the reason for a time extension. City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -31- Bid No. 2182 Ultraviolet Disinfection Project November 2007 9. If additional compensation is sought, the exact amount sought and a breakdown of that amount into the following categories, in accordance with Article 11 of the General Conditions: a. Labor; b. Materials; c. Direct equipment.The Contracting Agency may audit CONTRACTOR's cost records as provided in this Paragraph 16.01 to determine actual equipment cost. The following information shall be provided for each piece of equipment: (1) Detailed description (e.g., Motor Grader Diesel Powered Caterpillar 12 "G," Tractor Crawler ROPS & Dozer Included Diesel, etc.); (2) The hours of use or standby; and (3) The specific day and dates of use or standby; d. Job overhead; e. Overhead (general and administrative); f. SUBCONTRACTOR's Claims (in the same level of detail as specified herein is required for any subcontractor's Claims); g. Other categories as specified by CONTRACTOR or the OWNER; and h. Other categories as required per Article 11 of the General Conditions. 10. A notarized statement shall be submitted to the Project Engineer containing the following language: Under the penalty of law for perjury or falsification, the undersigned, (name) (title) of (company) hereby certifies that the Claim for extra compensation and time, if any, made herein for work on this contract is a true statement of the actual costs incurred and time sought, and is fully documented and supported under the contract between the parties. Dated /s/ Subscribed and sworn before me this day of Notary Public My Commission Expires: City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -32- Bid No. 2182 Ultraviolet Disinfection Project November 2007 It will be the responsibility of CONTRACTOR to keep full and complete records of • the costs and additional time incurred for any alleged Claim. CONTRACTOR shall permit OWNER to have access to those records and any other records as may be required by OWNER to determine the facts or contentions involved in the Claim. CONTRACTOR shall retain those records for a period of not less than three years after final acceptance. CONTRACTOR shall pursue administrative resolution of any Claim with the OWNER or the designee of the OWNER. Failure to submit with the Final Application for Payment such information and details as described in this Paragraph 16.01 for any Claim shall operate as a waiver of the Claims by CONTRACTOR as provided in Paragraph 14.09 of the General Conditions. Provided that CONTRACTOR is in full compliance with all the provisions of this Paragraph 16.01 and after the formal Claim document has been submitted, the OWNER will respond, in writing, to CONTRACTOR as follows: 1. Within 45 calendar days from the date the Claim is received by the OWNER if the Claim amount is less than $100,000; 2. Within 90 calendar days from the date the Claim is received by the OWNER if the Claim amount is equal to or greater than $100,000; or 3. If the above restraints are unreasonable due to the complexity of the Claim under consideration, CONTRACTOR will be notified within 15 calendar days from the date the Claim is received by the OWNER as to the amount of time which will be necessary for the OWNER to prepare its response. Full compliance by CONTRACTOR with the provisions of this section is a contractual condition precedent to CONTRACTOR's right to seek judicial relief. 16.02 Time Limitation and Jurisdiction. A. For the convenience of the parties to the Contract it is mutually agreed by the parties that any Claims or causes of action which CONTRACTOR has against the OWNER arising from the Contract shall be brought within 180 calendar days from the date of Final Payment of the Contract by the OWNER and it is further agreed that any such Claims or causes of action shall be brought only in the Superior Court of Yakima County. The parties understand and agree that the CONTRACTOR's failure to bring suit within the time period provided, shall be a complete bar to any such Claims or causes of action. It is further mutually agreed by the parties that when any Claims or causes of action which CONTRACTOR asserts against the OWNER arising from the Contract are filed with OWNER or initiated in court, the CONTRACTOR shall permit OWNER to have timely access to any records deemed necessary by OWNER to assist in evaluating the Claims or action. City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -33- Bid No. 2182 Ultraviolet Disinfection Project November 2007 16.03. Audits. A. CONTRACTOR's wage, payroll, and cost records on this Contract shall be open to inspection or audit by representatives of OWNER during the life of the Contract and for a period of not less than three years after the date of final acceptance of the contract. CONTRACTOR shall retain these records for that period. CONTRACTOR shall also guarantee that the wage, payroll, and cost records of all subcontractors and all lower tier subcontractors shall be retained and open to similar inspection or audit for the same period of time. The audit may be performed by employees of OWNER or by an auditor under Contract with OWNER. CONTRACTOR, subcontractors, or lower tier subcontractors shall provide adequate facilities, acceptable to OWNER, for the audit during normal business hours. CONTRACTOR, subcontractors, or lower tier subcontractors shall make a good faith effort to cooperate with the auditors. If an audit is to be commenced more than 60 calendar days after the final acceptance date of the Contract, CONTRACTOR will be given 20 calendar days notice of the time when the audit is to begin. If any litigation, Claim, or audit arising out of, in connection with, or related to this contract is initiated, the wage, payroll, and cost records shall be retained until such litigation, Claim, or audit involving the records is completed. B. All Claims filed against OWNER shall be subject to audit at any time following the filing of the Claim. Failure of CONTRACTOR, subcontractors, or lower tier subcontractors to maintain and retain sufficient records to allow the auditors to verify all or a portion of the Claim or to permit the auditor access to the books and records of CONTRACTOR, subcontractors, or lower tier subcontractors shall constitute a waiver of a Claim and shall bar any recovery thereunder. C As a minimum, the a s h a ll have a to them the f C. i�J a 1111111111u111, 1111, auditors shall have available to them ll t11G following II II,. documents: 1. Daily time sheets and supervisor's daily reports. 2. Collective Bargaining Agreements. 3. Insurance, welfare, and benefits records. 4. Payroll registers. 5. Earnings records. 6. Payroll tax forms. 7. Material invoices and requisitions. 8. Material cost distribution worksheet. 9. Equipment records (list of company equipment, rates, etc.). 10. Vendors', rental agencies', subcontractors', and lower tier subcontractors' invoices. City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -34- Bid No. 2182 Ultraviolet Disinfection Project November 2007 11. Contracts between CONTRACTOR and each of its subcontractors, and all lower tier subcontractor contracts and supplier contracts. 12. Subcontractors' and lower tier subcontractors' payment certificates. 13. Canceled checks (payroll and vendors). 14. Job cost reports, including monthly totals. 15. Job payroll ledger. 16. General ledger. 17. Cash disbursements journal. 18. Financial statements for all years reflecting the operations on this Contract. In addition, OWNER may require, if it deems appropriate, additional financial statements for three years preceding execution of the Contract and three years following final acceptance of the Contract. 19. Depreciation records on all company equipment whether these records are maintained by the company involved, its accountant, or others. 20. If a source other than depreciation records is used to develop costs for the CONTRACTOR's internal purposes in establishing the actual cost of owning and operating equipment, all such other source documents. 21. All documents which relate to each and every Claim together with all documents which support the amount of damages as to each Claim. 22. Worksheets or software used to prepare the Claim establishing the cost components for items of the Claim including but not limited to labor, benefits and insurance, materials, equipment, subcontractors, all documents which establish the time periods, individuals involved, the hours for the individuals, and the rates for the individuals. 23. Worksheets, software, and all other documents used by CONTRACTOR to prepare its bid. An audit may be performed by employees of OWNER or a representative of OWNER. CONTRACTOR and its subcontractors shall provide adequate facilities acceptable to OWNER for the audit during normal business hours. CONTRACTOR and all subcontractors shall cooperate with OWNER's auditors. 16.04. Mediation. A. OWNER and CONTRACTOR agree that they shall submit any and all unsettled Claims or counterclaims, disputes, or other matters in question between them arising out of or relating to the Contract Documents or the breach thereof to mediation prior to either of them initiating against the other any legal action. unless delay in initiating the legal action would irrevocably prejudice one of the parties. City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -35- Bid No. 2182 Ultraviolet Disinfection Project November 2007 SC -17. MISCELLANEOUS. SC- 17.04. Survival of Obligations. Add the following new paragraph immediately after Paragraph 17.04.A of the General Conditions: B. CONTRACTOR shall obtain from all Suppliers and manufacturers any and all warranties and guarantees of such Suppliers and manufactu1Yers, whether or not specifically required by the Specifications, and shall assign such warranties and guarantees to OWNER. With respect thereto, CONTRACTOR shall render reasonable assistance to OWNER when requested, in order to enable OWNER to enforce such warranties and guarantees. The assignment of any warranties or guarantees shall not affect the correction period or any other provisions of these Contract Documents. CONTRACTOR warranties are not an exclusive remedy for the OWNER, who shall retain all other rights and remedies, including without limitation claims for breach of contract. End of Section City of Yakima, Washington 00800 Supplementary Conditions PN 132965 -36- Bid No. 2182 Ultraviolet Disinfection Project November 2007 ATTACHMENT 00800A DUTIES, RESPONSIBILITIES, AND LIMITATIONS OF AUTHORITY OF THE RESIDENT PROJECT REPRESENTATIVE AS SET FORTH IN THE OWNER/ENGINEER AGREEMENT Resident Services During Construction ENGINEER will furnish an on -site Resident Project Representative during construction of the improvements. The Resident Project Representative and assistants will professionally observe the Contractor's work and perform the services listed below. The Resident Project Representative shall not have responsibility for the superintendence of construction site conditions, safety, safe practices or unsafe practices or conditions, operation, equipment, or personnel other than employees of the ENGINEER. This service will in no way relieve the Contractor of complete supervision and inspection of the work or the Contractor's obligation for complete compliance with the drawings and specifications. If the Resident Project Representative has actual knowledge of a serious safety hazard, Resident Project Representative shall notify Owner of such hazard. The Contractor shall have sole responsibility for safety and for maintaining safe practices and avoiding unsafe practices or conditions. Specific services to be performed by the Resident Project Representative are as follows: Site Observations and Liaison with Owner and Contractor(s) 1. Conduct professional onsite observations of the general progress of the work to assist ENGINEER in determining if the work is proceeding in accordance with the construction Contract Documents. 2. Serve as ENGINEER's liaison with Contractor, working principally through the Contractor's superintendent, and assist ENGINEER in providing interpretation of the construction Contract Documents. Transmit ENGINEER's clarifications and interpretations of the construction Contract Documents to the Contractor. 3. Assist ENGINEER in serving as Owner's liaison with the Contractor when the Contractor's operations affect Owner's onsite operation. 4. As requested by ENGINEER, assist in obtaining from Owner additional details or information when required at the jobsite for proper execution of the Work. City of Yakima, Washington 00800A Duties, Responsibilities and Limitations PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 5. Report to ENGINEER, giving opinions and suggestions based on the Resident Project Representative's professional observations regarding defects or deficiencies in the Contractors work and relating to the compliance with drawings, specifications, and design concepts. 6. Advise ENGINEER and the Contractor or its superintendent immediately of the commencement of any work requiring a shop drawing or sample submission if the submission has not been accepted by ENGINEER. 7. Monitor changes or apparent integrity of the site (such as differing subsurface and physical conditions, existing structures, and site - related utilities when such utilities are exposed) resulting from construction - related activities. 8. Professionally observe pertinent site conditions when the Contractor maintains that differing subsurface and physical conditions have been encountered, and document actual site conditions. Review and analysis of the Contractor's claims for differing subsurface and physical conditions are supplemental services. 9. Verify that the Contractor has contacted utilities in the general construction area and advised them of Contractor's schedule. Assist in coordinating scheduling of utility activities to minimize conflicts with Owner's activities. 10. Establish and furnish the Contractor with necessary baselines and control points which will be used as datum for the work. Actual construction staking will be done by the Contractor. 11. Visually inspect materials, equipment, and supplies delivered to the worksite. Reject materials, equipment, and supplies which do not conform to the construction contract documents. 12. Coordinate onsite materials testing services during construction. Copies of testing results will be forwarded to Owner for review and information. 13. Professionally observe field tests of equipment, structures, and piping, and review the resulting reports, commenting to ENGINEER, as appropriate. 14. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project. Record the names of the inspectors, and the results of the inspections, and report to, ENGINEER. City of Yakima, Washington 00800A Duties, Responsibilities and Limitations PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Meetings, Reports, and Document Review and Maintenance 1. Attend the preconstruction conference, and assist ENGINEER in explaining administrative procedures which will be followed during construction. 2. Schedule and attend monthly progress meetings, and other meetings with Owner and the Contractor when necessary, to review and discuss construction procedures and progress scheduling, Engineering management procedures, and other matters concerning the Project. 3. Submit to ENGINEER, with a copy to Owner, monthly construction progress reports containing a summary of the Contractor's progress, general condition of the work, problems, and resolutions or proposed resolutions to problems. 4. Review the progress schedule, schedule of shop drawings submissions, and schedule of values prepared by the Contractor, and consult with ENGINEER concerning their acceptability. 5. Report to ENGINEER regarding work which is known to be defective, or which fails any required inspections, tests, or approvals, or has been damaged prior to final payment; and advise ENGINEER whether the work should be corrected or rejected, or should be uncovered for observation, or requires special testing, inspection, or approval. 6. Review applications for payment with the Contractor for compliance with the established procedure for their submission, and forward them with recommendations to ENGINEER, noting particularly their relation to the schedule of values, work completed, and materials and equipment delivered at the site, but not incorporated into the Work. 7. Record date of receipt of shop drawings and samples. Receive samples which are furnished at the site by the Contractor, and notify ENGINEER of their availability for examination. 8. During the course of the Work, verify that specified certificates, operation and maintenance manuals, and other data required to be assembled and furnished by the Contractor are applicable to the items actually installed; and delivered this material to ENGINEER for his review and forwarding to Owner prior to final acceptance of the Work. 9. Maintain a marked set of drawings and specifications at the jobsite based on date provided by the Contractor. This information will be combined with information from the record documents maintained by the Contractor, and a master set of documents conforming to construction records will be produced. City of Yakima, Washington 00800A Duties, Responsibilities and Limitations PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 10. Review certificates of inspections, tests, and related approvals submitted by the Contractor as required by laws, rules, regulations, or ordinances, codes, orders, or the Contract Documents (but only to verify that their content'complies with the requirements of, and the results certified indicate compliance with, the construction contract documents). This service is limited to a review of items submitted by the Contractor and does not extend to a determination of whether the Contractor has complied with all legal requirements. 11. Collect and organize operation and maintenance data provided by the Contractor(s) and provide a table of contents. Provide five (5) sets to Owner. 12. Maintain the following documents at the jobsite: a. Correspondence files. b. Reports of jobsite conferences, meetings, and discussions among the ENGINEER, Owner, and Contractor. c. Submittals of shop drawings and samples. d. Reproductions of original construction contract documents. e. Addenda. f. Change orders. g. Field ord h. Additional drawings issued subsequent to execution of the construction contract documents. i. Progress reports. j. Name, addresses, and telephone numbers of all contractors, subcontractors, and major suppliers of materials and equipment. 13. Maintain a daily diary or logbook of events at the jobsite, including the following information: a. Days the Contractor worked on the jobsite. b. Contractor personnel, subcontractor personnel, and visitors on jobsite. c. Construction equipment on the jobsite. d. Observed delays and causes. e. Weather conditions. f. Data relative to claims for extras or deductions. City of Yakima, Washington 00800A Duties, Responsibilities and Limitations PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 g. Daily activities. h. Observations pertaining to the progress of the work. i. Materials received on job site. The diary or logbook shall remain the property of ENGINEER Assistance in Certification Substantial Completion 1. Before ENGINEER issues a Certificate of Substantial Completion, submit to the Contractor a list of items observed to require completion or correction. 2. Assist ENGINEER in conducting final inspection in the company of Owner and the Contractor, and prepare a final list of items to be completed or corrected. 3. Verify that all items on the final list have been completed or corrected, and make recommendations to ENGINEER concerning acceptance. City of Yakima, Washington 00800A Duties, Responsibilities and Limitations PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 ATTACHMENT 00800B EMPLOYMENT REQUIREMENTS AND 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, are included in these contract documents. 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 in interest, 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 binding 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 P.O. Box 44540 Olympia, Washington 98504 -4540 Telephone: (206) 956 -5335 The following 17 pages are the Prevailing Wage Rates for Journeyman and Apprentices as of 8/31/07. City of Yakima, Washington 008006 Employment Requirements and Wage Rates PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. YAKIMA COUNTY Effective 08 -31 -07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $29.00 1H 5D BOILERMAKERS JOURNEY LEVEL $47.47 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $35.72 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $34.10 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $43.34 1M 5D CARPENTER $34.10 1M 5D CREOSOTED MATERIAL $34.10 1M 5D DRYWALL APPLICATOR $34.10 1M 5D FLOOR FINISHER $34.10 1M 5D FLOOR LAYER $34.10 1M 5D FLOOR SANDER $34.10 1M 5D MILLWRIGHT $44.34 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $43.54 1M 5D SAWFILER $34.10 1M 5D SHINGLER $34.10 1M 5D STATIONARY POWER SAW OPERATOR $34.10 1M 5D STATIONARY WOODWORKING TOOLS $34.10 1M 5D CEMENT MASONS JOURNEY LEVEL $32.59 1N 5D DIVERS & TENDERS DIVER $85.75 1M 5D 8A DIVER TENDER $44.22 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $44.59 1T 5D 8L ASSISTANT MATE (DECKHAND) $44.08 1T 5D 8L BOATMEN $44.59 1T 5D 8L ENGINEER WELDER $44.64 1T 5D 8L LEVERMAN, HYDRAULIC $46.21 1T 5D 8L MAINTENANCE $44.08 1T 5D 8L MATES $44.59 1T 5D 8L OILER $44.21 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $30.44 1P 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $20.99 1 Page 1 YAKIMA COUNTY Effective 08 -31 -07 *************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS - INSIDE JOURNEY LEVEL $46.52 1E 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $54.37 4A 5A CERTIFIED LINE WELDER $49.64 4A 5A GROUNDPERSON $35.93 4A 5A HEAD GROUNDPERSON $37.89 4A 5A HEAVY LINE EQUIPMENT OPERATOR $49.64 4A 5A JACKHAMMER OPERATOR $37.89 4A 5A JOURNEY LEVEL LINEPERSON $49.64 4A 5A LINE EQUIPMENT OPERATOR $42.27 4A 5A POLE SPRAYER $49.64 4A 5A POWDERPERSON $37.89 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $23.40 1 ELEVATOR CONSTRUCTORS MECHANIC $57.88 4A 6Q MECHANIC IN CHARGE $63.45 4A 60 FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8.65 1 LABORER $7 1 FENCE ERECTORS FENCE ERECTOR $21.64 1 FLAGGERS JOURNEY LEVEL $27.20 1H 5D GLAZIERS JOURNEY LEVEL $21.51 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23.18 1 HEATING EQUIPMENT MECHANICS MECHANIC $13.91 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $29.50 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.10 1 INSPECTION /CLEANING /SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $7.93 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $44.52 10 5A Page 2 YAKIMA COUNTY Effective 08 -31 -07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS • ALL CLASSIFICATIONS $18.12 1 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $29.00 1H 5D PIPE LAYER $29.50 1H 5D LANDSCAPE CONSTRUCTION . IRRIGATION OR LAWN SPRINKLER INSTALLERS $9.00 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15.45 1 LANDSCAPING OR PLANTING LABORERS $9.00 1 LATHERS JOURNEY LEVEL $34.10 1M 5D METAL FABRICATION (IN SHOP) FITTER $12.00 1 LABORER $9.80 1 LAYEROUT $37.42 1 MACHINE OPERATOR $14.59 1 PAINTER $12.46 1 WELDER $15.71 1 MODULAR BUILDINGS JOURNEY LEVEL $14.11 1 PAINTERS JOURNEY LEVEL $20.05 1 PLASTERERS JOURNEY LEVEL $43.10 1R 5A PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $7 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $54.24 1Q 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $42.14 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $44.92 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $45.41 IT 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS) $45.96 1T 5D 8L BACKHOES, (75 HP & UNDER) $44.50 1T 5D 8L BACKHOES, (OVER 75 HP) $44.92 1T 5D 8L BARRIER MACHINE (ZIPPER) $44.92 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $44.92 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $44.50 1T 5D 8L BOBCAT (SKID STEER) $42.14 1T 5D 8L BROOMS $42.14 1T 5D 8L BUMP CUTTER $44.92 1T 5D 8L CABLEWAYS $45.41 1T 5D 8L CHIPPER $44.92 1T 5D 8L COMPRESSORS $42.14 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $42.14 1T 5D 8L CONCRETE PUMPS $44.50 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $44.92 1T 5D 8L CONVEYORS $44.50 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $44.50 1T 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $44.92 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $45.41 1T 5D 8L WITH ATACHMENTS) Page 3 YAKIMA COUNTY Effective 08 -31 -07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $45.96 1T 5D 8L WITH ATTACHMENTS) • CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $46.53 1T 5D 8L WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $42.14 1T 5D 8L CRANES, A- FRAME, OVER 10 TON $44.50 1T 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $47.09 1T 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $44.92 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $45.41 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $45.96 1T 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $45.96 1T 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $46.53 1T 5D 8L CRUSHERS $44.92 1T 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $44.92 1T 5D 8L DERRICK, BUILDING $45.41 1T 5D 8L DOZERS, D -9 & UNDER $44.50 1T 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $44.50 1T 5D 8L DRILLING MACHINE $44.92 IT 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $42.14 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $44.50 1T 5D 8L FINISHING MACHINE /BIDWELL GAMACO AND SIMILAR EQUIP $44.92 1T 5D 8L FORK LIFTS, (3000 LBS AND OVER) $44.50 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $42.14 1T 5D 8L GRADE ENGINEER $44.50 1T 5D 8L GRADECHECKER AND STAKEMAN $42.14 1T 5D 8L GUARDRAIL PUNCH $44.92 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $44.50 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $44.50 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $44.92 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (10 TON & UNDER) $42.14 1T 5D 8L HYDRAI IFTS!BOOM TRUCKS (OVER 10 TON) $YY.JV AA an 1T 50 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $45.41 1T 50 8L LOADERS, OVERHEAD (8 YD & OVER) $45.96 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $44.92 1T 5D 8L LOCOMOTIVES, ALL $44.92 1T 5D 8L MECHANICS, ALL $45.41 1T 5D 8L MIXERS, ASPHALT PLANT $44.92 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $44.92 1T 5D 8L MOTOR PATROL GRADER (NON- FINISHING) $44.50 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $45.41 1T 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $42.14 1T 5D 8L OPERATOR PAVEMENT BREAKER $42.14 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $44.92 1T 5D 8L • PLANT OILER (ASPHALT, CRUSHER) $44.50 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $42.14 1T 5D 8L POWER PLANT $42.14 1T 5D 8L PUMPS, WATER $42.14 1T 5D 8L QUAD 9, D -10, AND HD - $45.41 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $45.41 1T 5D 8L EQUIP • RIGGER AND BELLMAN $42.14 1T 5D 8L Page 4 YAKIMA COUNTY Effective 08 -31 -07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ROLLAGON $45.41 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $42.14 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $44.50 1T 5D 8L ROTO -MILL, ROTO- GRINDER $44.92 1T 5D 8L SAWS, CONCRETE $44.50 1T 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $44.92 1T 5D 8L OFF -ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $45.41 1T 50 8L OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $44.50 1T 5D 8L SCREED MAN $44.92 1T 5D 8L SHOTCRETE GUNITE $42.14 1T 5D 8L SLIPFORM PAVERS $45.41 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $44.92 1T 5D 8L SUBGRADE TRIMMER $44.92 1T 5D 8L TOWER BUCKET ELEVATORS $44.50 IT 5D 8L TRACTORS, (75 HP & UNDER) $44.50 1T 5D 8L TRACTORS, (OVER 75 HP) $44.92 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $44.92 IT 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $45.41 1T 5D 8L TRENCHING MACHINES $44.50 1T 5D 8L TRUCK CRANE OILER /DRIVER ( UNDER 100 TON) $44.50 1T 5D 8L TRUCK CRANE OILER /DRIVER (100 TON & OVER) $44.92 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $44.92 IT 5D 8L WHEEL TRACTORS, FARMALL TYPE $42.14 1T 5D 8L YO YO PAY DOZER $44.92 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $35.62 4A 5A SPRAY PERSON $33.82 4A 5A TREE EQUIPMENT OPERATOR $34.27 4A 5A TREE TRIMMER $31.88 4A 5A TREE TRIMMER GROUNDPERSON $24.03 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $54.24 10 5A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $29.00 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $14.58 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $11.86 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $19.08 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $21.98 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $21.51 1B 61 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10.00 1 RESIDENTIAL LABORERS JOURNEY LEVEL $8.00 1 Page 5 YAKIMA COUNTY Effective 08 -31 -07 • (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL PAINTERS JOURNEY LEVEL $13.89 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $15.56 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $30.87 1B 5A RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $17.55 1 RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $17.00 1 ROOFERS JOURNEY LEVEL $30.18 2P 51 USING IRRITABLE BITUMINOUS MATERIALS $33.18 2P 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $42.78 1B 5A SIGN MAKERS & INSTALLERS (NON- ELECTRICAL) JOURNEY LEVEL $14.65 1 SOFT FLOOR LAYERS JOURNEY LEVEL $23.11 1N 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $7.93 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $42.60 1R 5Q STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF $15.05 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $20.nn 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $30.66 2B 5A HOLE DIGGER/GROUND PERSON $17.19 2B 5A INSTALLER (REPAIRER) $29.41 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $28.53 2B 5A SPECIAL APPARATUS INSTALLER I $30.66 2B 5A SPECIAL APPARATUS INSTALLER II $30.05 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $30.66 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $28.53 2B 5A TELEVISION GROUND PERSON $16.31 2B 5A TELEVISION LINEPERSON /INSTALLER $21.68 2B 5A TELEVISION SYSTEM TECHNICIAN $35.78 2B 5A TELEVISION TECHNICIAN $23.19 2B 5A TREE TRIMMER $28.53 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $27.82 2M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $23.87 2M 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $36.40 1K 5A Page 6 YAKIMA COUNTY Effective 08 -31 -07 *************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $31.77 2G 61 DUMP TRUCK & TRAILER $31.77 2G 61 OTHER TRUCKS $31.77 2G 61 TRANSIT MIXER $31.77 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $25.44 1 OILER $9.20 1 WELL DRILLER $18.00 1 Page 7 • PREVAILING WAGE RATES FOR YAKIMA COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL 0 0000 -0000 HOURS 0.00% $7.93 1H 5D 1 0000 -1000 HOURS 60.00% $20.68 1H 5D 2 1001 -2000 HOURS 70.00% $22.76 1H 5D 3 2001 -3000 HOURS 80.00% $24.84 1H 5D 4 3001 -4000 HOURS 90.00% $26.92 1H 5D BOILERMAKERS JOURNEY LEVEL 0 0000 -0000 HOURS 0.00% $7.93 1C 5N 1 0000 -1000 HOURS 70.00% $38.86 1C 5N 2 1001 -2000 HOURS 75.00% $40.30 1C 5N 3 2001 -3000 HOURS 80.00% $41.73 1C 5N 4 3001 -4000 HOURS 85.00% $43.17 1C 5N 5 4001 -5000 HOURS 90.00% $44.60 1C 5N 6 5001 -6000 HOURS 95.00% $46.04 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL 0 0000 -0000 HOURS 0.00% $7.93 1M 5A 1 0000 -0700 HOURS 40.00% $15.92 1M 5A 2 0701 -2100 HOURS 55.00% $24.08 1M 5A 3 2101 -2800 HOURS 60.00% $25.38 1M 5A 4 2801 -3500 HOURS 70.00% $27.96 1M 5A 5 3501 -4200 HOURS 80.00% $30.55 1M 5A 6 4201 -5000 HOURS 90.00% $33.13 1M 5A CARPENTERS CARPENTER 0 0000 -0000 HOURS 0.00% $7.93 1M 5D 1 0000 -0500 HOURS 60.00% $21.01 1M 5D 2 0501 -1000 HOURS 65.00% $25.96 1M 5D 3 1001 -1700 HOURS 70.00% $27.13 1M 5D 4 1701 -2400 HOURS 75.00% $28.29 1M 5D 5 2401 -3100 HOURS 80.00% $29.45 1M 5D 6 3101 -3800 HOURS 85.00% $30.61 1M 5D 7 3801 -4500 HOURS 90.00% $31.78 1M 5D 8 4501 -5200 HOURS 95.00% $32.94 1M 5D MILLWRIGHT 0 0000 -0000 HOURS 0.00% $7.93 1M 5D 1 0000 -0500 HOURS 60.00% $27.15 1M 5D 2 0501 -1000 HOURS 65.00% $32.62 1M 5D 3 1001 -1700 HOURS 70.00% $34.29 1M 5D 4 1701 -2400 HOURS 75.00% $35.97 1M 5D 5 2401 -3100 HOURS 80.00% $37.64 1M 5D 6 3101 -3800 HOURS 85.00% $39.32 1M 5D Page 1 PREVAILING WAGE RATES FOR YAKIMA COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code 7 3001-4500 HOURS 90.00% $40.99 11N 5D 8 4501 -5200 HOURS 95.00% $42.67 1M 5D DRYWALL APPLICATOR 0 0000 -0000 HOURS 0.00% $7.93 1M 5D ACOUSTICAL WORKER 0 0000 -0000 HOURS 0.00% $7.93 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING 0 0000 -0000 HOURS 0.00% $7.93 1M 5D 1 0000 -0500 HOURS 60.00% $26.67 1M 5D 2 0501 -1000 HOURS 65.00% $32.10 1M 5D 3 1001 -1700 HOURS 70.00% $33.73 1M 5D 4 1701 -2400 HOURS 75.00% $35.37 1M 5D 5 2401 -3100 HOURS 80.00% $37.00 1M 5D 6 3101 -3800 HOURS 85.00% $38.64 1M 5D 7 3801 -4500 HOURS 90.00% $40.27 1M 5D 8 4501 -5200 HOURS 95.00% $41.91 1M 5D BRIDGE, DOCK AND WARF CARPENTERS 0 0000 -0000 HOURS 0.00% $7.93 1M 5D 1 0000 -0500 HOURS 60.00% $26.55 1M 5D 2 0501 -1000 HOURS 65.00% $31.97 1M 5D 3 1001 -1700 HOURS 70.00% $33.59 1M 5D 4 1701 -2400 HOURS 75.00% $35.22 1M 5D 5 2401 -3100 HOURS 80.00% $16.84 1M 5 6 3101 -3800 HOURS 85.00% $38.47 1M 5D 7 3601 -4500 HOURS 90.00% $40.09 1M 50 8 4501 -5200 HOURS 95.00% $41.72 1M 50 CEMENT MASONS JOURNEY LEVEL 0 0000 -0000 HOURS 0.00% $7.93 1N 5D 1 0000 -1000 HOURS 60.00% $22.75 1N 5D 2 1001 -2000 HOURS 70.00% $25.21 1N 5D 3 2001 -3000 HOURS 80.00% $27.67 1N 5D 4 3001 -4000 HOURS 90.00% $30.13 1N 5D DRYWALL TAPERS JOURNEY LEVEL 0 0000 -0000 HOURS 0.00% $7.93 1P 5A 1 0000 -0750 HOURS 50.00% $15.55 1P 5A 2 0751 -1500 HOURS 55.00% $16.65 1P 5A 3 1501 -2250 HOURS 65.00% $20.80 1P 5A 4 2251 -3000 HOURS 75.00% $23.00 1P 5A 5 3001 -3750 HOURS 85.00% $27.14 1P 5A 6 3751 -4500 HOURS 90.00% $28.14 1P 5A ELECTRICIANS - INSIDE . Page 2 PREVAILING WAGE RATES FOR • YAKIMA COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code JOURNEY LEVEL 0 0000 -0000 HOURS 0.00% $7.93 1E 5A 1 0000 -1000 HOURS 45.00% $20.57 1E 5A 2 1001 -2000 HOURS 50.00% $22.21 1E 5A 3 2001 -3500 HOURS 55.00% $28.33 1E 5A 4 3501 -5000 HOURS 65.00% $32.30 1E 5A 5 5001 -6500 HOURS 75.00% $36.27 1E 5A 6 6501 -8000 HOURS 85.00% $40.24 1E 5A 4 3501 -5000 HOURS 70.00% $34.28 1E 5A 5 5001 -6500 HOURS 80.00% $38.25 1E 5A 6 6501 -8000 HOURS 90.00% $42.22 1E 5A ELECTRICIANS - POWERLINE CONSTRUCTION JOURNEY LEVEL LINEPERSON 0 0000 -0000 HOURS 0.00% $7.93 4A 5A 1 0000 -1000 HOURS 60.00% $32.03 4A 5A 2 1001 -2000 HOURS 63.00% $33.20 4A 5A 3 2001 -3000 HOURS 67.00% $34.76 4A 5A 4 3001 -4000 HOURS 72.00% $36.71 4A 5A 5 4001 -5000 HOURS 78.00% $39.05 4A 5A 6 5001 -6000 HOURS 86.00% $42.17 4A 5A 7 6001 -7000 HOURS 90.00% $43.73 4A 5A POLE SPRAYER 0 0000 -0000 HOURS 0.00% $7.93 4A 5A 1 0000 -1000 HOURS 85.70% $42.06 4A 5A 2 1001 -2000 HOURS 89.80% $43.66 4A 5A 3 2001 -3000 HOURS 92.80% $44.83 4A 5A ELEVATOR CONSTRUCTORS MECHANIC 0 0000 -0000 HOURS 0.00% $7.93 4A 6Q 1 0000 -1000 HOURS 50.00% $20.69 4A 6Q 2 1001 -1700 HOURS 55.00% $37.36 4A 6Q 3 1701 -3400 HOURS 65.00% $41.76 4A 6Q 4 3401 -5100 HOURS 70.00% $44.55 4A 6Q 5 5101 -6800 HOURS 80.00% $48.97 4A 6Q ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL 0 0000 -0000 HOURS 0.00% $7.93 1 1 0000 -1000 HOURS 45.00% $10.53 1 2 1001 -2000 HOURS 50.00% $11.70 1 3 2001 -3500 HOURS 55.00% $12.87 1 4 3501 -5000 HOURS 65.00% $15.21 1 5 5001 -6500 HOURS 75.00% $17.55 1 6 6501 -8000 HOURS 85.00% $19.89 1 TELECOMMUNICATION TECHNICIANS Page 3 PREVAILING WAGE RATES FOR YAKIMA COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL 0 0000 -0000 HOURS 0.00% $7.93 1 1 0000 -1000 HOURS 45.00% $9.00 1 2 1001 -2000 HOURS 50.00% $10.00 1 3 2001 -3500 HOURS 55.00% $11.00 1 4 3501 -5000 HOURS 65.00% $13.00 1 5 5001 -6500 HOURS 75.00% $15.00 1 6 6501 -8000 HOURS 85.00% $17.00 1 FLAGGERS JOURNEY LEVEL 0 0000 -0000 HOURS 0.00% $7.93 1H 5D GLAZIERS JOURNEY LEVEL 0 0000 -0000 HOURS 0.00% $7.93 1B 61 1 0000 -1000 HOURS 65.00% $12.71 1B 61 2 1001 -2000 HOURS 70.00% $13.68 1B 61 3 2001 -3000 HOURS 75.00% $15.65 1B 61 4 3001 -4000 HOURS 80.00% $16.62 1B 61 5 4001 -5000 HOURS 85.00% $18.60 1B 61 6 5001 -6000 HOURS 90.00% $19.57 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC 0 0000 HOURS 0.00% $7.93 1 1 0000 -1000 HOURS 50.00% $11.59 1 2 1001 -2000 HOURS 55.00% $12.75 1 3 2001 -4000 HOURS 65.00% $15.07 1 4 4001 -6000 HOURS 75.00% $17.39 1 5 6001 -8000 HOURS 85.00% $19.70 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL 0 0000 -0000 HOURS 0.00% $7.93 1H 5D 1 0000 -1000 HOURS 60.00% $7.93 1H 5D 2 1001 -2000 HOURS 70.00% $22.76 111 5D 3 2001 -3000 HOURS 80.00% $24.84 1H 5D 4 3001 -4000 HOURS 90.00% $26.92 1H 5D INSULATION APPLICATORS JOURNEY LEVEL 0 0000 -0000 HOURS 0.00% $7.93 1 1 0000 -1000 HOURS 50.00% $16.46 1 2 1001 -2000 HOURS 60.00% $19.75 1 3 2001 -3000 HOURS 75.00% $24.68 1 4 3001 -4000 HOURS 90.00% $29.62 1 IRONWORKERS Page 4 PREVAILING WAGE RATES FOR • YAKIMA COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code JOURNEY LEVEL 0 0000 -0000 HOURS 0.00% $7.93 10 5A 1 0000 -0750 HOURS 65.00% $25.87 10 5A 2 0751 -1500 HOURS 70.00% $27.32 10 5A 3 1501 -2250 HOURS 75.00% $37.27 10 5A 4 2251 -3000 HOURS 80.00% $38.72 10 5A 5 3001 -3750 HOURS 90.00% $41.62 10 5A 6 3751 -4500 HOURS 90.00% $41.62 10 5A 7 4501 -5250 HOURS 95.00% $43.07 10 5A 8 5251 -6000 HOURS 95.00% $43.07 10 5A LABORERS ALL CLASSIFICATIONS 0 0000 -0000 HOURS 0.00% $7.93 1 1 0000 -1000 HOURS 60.00% $10.87 1 2 1001 -2000 HOURS 70.00% $12.68 1 3 2001 -3000 HOURS 80.00% $14.50 1 4 3001 -4000 HOURS 90.00% $16.31 1 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER 0 0000 -0000 HOURS 0.00% $7.93 1H 5D 1 0000 -1000 HOURS 60.00% $20.68 1H 5D 2 1001 -2000 HOURS 70.00% $22.76 1H 5D 3 2001 -3000 HOURS 80.00% $24.84 1H 5D 4 3001 -4000 HOURS 90.00% $26.92 1H 5D LATHERS JOURNEY LEVEL 0 0000 -0000 HOURS 0.00% $7.93 1M 5D 1 0000 -1000 HOURS 60.00% $21.01 1M 5D 2 1001 -2000 HOURS 65.00% $25.96 1M 5D 3 2001 -3000 HOURS 70.00% $27.13 1M 5D 4 3001 -4000 HOURS 75.00% $28.29 1M 5D 5 4001 -5000 HOURS 80.00% $29.45 1M 5D 6 5001 -6000 HOURS 85.00% $30.61 1M 5D 7 6001 -7000 HOURS 90.00% $31.78 1M 5D 8 7001 -8000 HOURS 95.00% $32.94 1M 5D PAINTERS JOURNEY LEVEL 0 0000 -0000 HOURS 0.00% $7.93 1 1 0000 -0750 HOURS 55.00% $11.03 1 2 0751 -1500 HOURS 65.00% $13.03 1 3 1501 -2250 HOURS 75.00% $15.04 1 4 2251 -3000 HOURS 80.00% $16.04 1 5 3001 -3750 HOURS 85.00% $17.04 1 6 3751 -4500 HOURS 95.00% $19.05 1 Page 5 PREVAILING WAGE RATES FOR • YAKIMA COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code PLASTERERS JOURNEY LEVEL 0 0000 -0000 HOURS 0.00% $7.93 1R 5A . 1 0000 -0500 HOURS 40.00% $20.48 1R 5A 2 0501 -1000 HOURS 45.00% $21.88 1R 5A 3 1001 -1500 HOURS 45.00% $27.70 1R 5A ' 4 1501 -2000 HOURS 50.00% $29.10 1R 5A 5 2001 -2500 HOURS 55.00% $30.50 1R 5A 6 2501 -3000 HOURS 60.00% $31.90 1R 5A 7 3001 -3500 HOURS 65.00% $33.30 1R 5A 8 3501 -4000 HOURS 70.00% $34.70 1R 5A 9 4001 -4500 HOURS 75.00% $36.10 1R 5A 10 4501 -5000 HOURS 80.00% $37.50 1R 5A 11 5001 -5500 HOURS 85.00% $38.90 1R 5A 12 5501 -6000 HOURS 90.00% $40.30 1R 5A 13 6001 -6500 HOURS 95.00% $41.70 1R 5A 14 6501 -7000 HOURS 95.00% $41.70 1R 5A PLUMBERS & PIPEFITTERS JOURNEY LEVEL 0 0000 -0000 HOURS 0.00% $7.93 10 5A 1 0000 -1000 HOURS 45.00% $35.74 1Q 5A 2 1001 -2000 HOURS 50.00% $37.45 10 5A 3 2001 -3000 HOURS 55.00% $39.15 10 5A • 4 3001 -4000 HOURS 60.00% $40.86 10 5A 5 4001 -5000 HOURS 65.00% $42.57 10 5A 6 5001-6000 HOURS 70.00% $44.28 10 5A 7 6001 -7000 HOURS 75.00% $45.99 10 5A 8 7001 -8000 HOURS 80.00% $47.70 10 5A 9 8001 -9000 HOURS 85.00% $49.41 10 5A 10 9001 -10000 HOURS 85.00% $49.41 10 5A POWER EQUIPMENT OPERATORS BACKHOES. (75 HP & UNDER) 0 0000 -0000 HOURS 0.00% $7.93 1T 5D 8L 1 0000 -1000 HOURS 65.00% $33.39 1T 5D 8L 2 1001 -2000 HOURS 70.00% $34.98 1T 5D 8L 3 2001 -3000 HOURS 75.00% $36.56 1T 5D 8L 4 3001 -4000 HOURS 80.00% $38.15 1T 5D 8L 5 4001 -5000 HOURS 90.00% $41.33 1T 5D 8L 6 5001 -6000 HOURS 95.00% $42.91 1T 5D 8L POWER EQUIPMENT OPERATORS UNDERGROUND SEWER & WATER fSEE POWER EQUIPMENT OPERATORS) 0 0000 -0000 HOURS 0.00% $7.93 1 0000 -1000 HOURS 65.00% $33.39 • 2 1001 -2000 HOURS 70.00% $34.98 3 2001 -3000 HOURS 75.00% $36.56 Page 6 PREVAILING WAGE RATES FOR YAKIMA COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code 4 3001 -4000 HOURS 80.00% $38.15 5 4001 -5000 HOURS 90.00% $41.33 6 5001 -6000 HOURS 95.00% $42.91 POWER LINE CLEARANCE TREE TRIMMERS TREE TRIMMER 0 0000 -0000 HOURS 0.00% $7.93 4A 5A 1 0000 -1000 HOURS 75.00% $25.17 4A 5A 2 1001 -2000 HOURS 80.00% $26.34 4A 5A 3 2001 -3000 HOURS 85.00% $27.52 4A 5A 4 3001 -4000 HOURS 90.00% $28.70 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC 0 0000 -0000 HOURS 0.00% $7.93 1Q 5A 1 0000 -1000 HOURS 45.00% $35.74 10 5A 2 1001 -2000 HOURS 50.00% $37.45 10 5A 3 2001 -3000 HOURS 55.00% $39.15 10 5A 4 3001 -4000 HOURS 60.00% $40.86 1Q 5A 5 4001 -5000 HOURS 65.00% $42.57 10 5A 6 5001 -6000 HOURS 70.00% $44.28 10 5A 7 6001 -7000 HOURS 75.00% $45.99 10 5A 8 7001 -8000 HOURS 80.00% $47.70 10 5A 9 8001 -9000 HOURS 85.00% $49.41 10 5A 10 9001 -10000 HOURS 85.00% $49.41 10 5A RESIDENTIAL CARPENTERS JOURNEY LEVEL 0 0000 -0000 HOURS 0.00% $7.93 1 1 1st Period 60.00% $8.75 1 2 2nd Period 65.00% $9.48 1 3 3rd Period 70.00% $10.21 1 4 4th Period 75.00% $10.94 1 5 5th Period 80.00% $11.66 1 6 6th Period 85.00% $12.39 1 7 7th Period 90.00% $13.12 1 8 8th Period 95.00% $13.85 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL 0 0000 -0000 HOURS 0.00% $7.93 1 1 0000 -1000 HOURS 50.00% $10.99 1 2 1001 -2000 HOURS 60.00% $13.19 1 3 2001 -3000 HOURS 75.00% $16.49 1 4 3001 -4000 HOURS 90.00% $19.78 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL 0 0000 -0000 HOURS 0.00% $7.93 1B 61 Page 7 PREVAILING WAGE RATES FOR YAKIMA COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code RESIDENTIAL PLUMBERS & PIPER , / crco JOURNEY LEVEL 0 0000 -0000 HOURS 0.00% $7.93 1 1 1st Period 50.00% $7.93 1 2 2nd Period 55.00% $8.56 1 3 3rd Period 60.00% $9.34 1 4 4th Period 70.00% $10.89 1 5 5th Period 80.00% $12.45 1 6 6th Period 90.00% $14.00 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) 0 0000 -0000 HOURS 0.00% $7.93 1B 5A 1 0000 -1000 HOURS 50.00% $18.17 1B 5A 2 1001 -2000 HOURS 60.00% $20.34 1B 5A 3 2001 -4000 HOURS 65.00% $22.12 1B 5A 4 4001 -6000 HOURS 70.00% $23.80 1B 5A 5 6001 -8000 HOURS 80.00% $26.66 1B 5A 6 8001 -10000 HOURS 85.00% $28.40 1B 5A ROOFERS JOURNEY LEVEL 0 0000 -0000 HOURS 0.00% $7.93 2P 51 1 0000 -0700 HOURS 70.00% $23.60 2P 51 2 0701 -1400 HOURS 75.00% $24.70 2P 51 3 1401 -2100 HOURS 80.00% $25.79 2P 51 4 2101 -2800 HOURS 85.00% $26.89 2P 51 5 2801 -3500 HOURS 90.00% $27.99 2P 51 6 3501 -4200 HOURS 95.00% $29.08 2P 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) 0 0000 -0000 HOURS 0.00% $7.93 1B 5A 2 0000 -2000 HOURS 50.00% $24.40 1B 5A 3 2001 -4000 HOURS 60.00% $28.32 1B 5A 4 4001 -6000 HOURS 70.00% $32.27 1B 5A 1 0000 -1000 HOURS 40 -00°% $19.53 11=1 5A 2 1001 -2000 HOURS 45.00% $21.51 1B 5A 3 2001 -4000 HOURS 50.00% $24.40 1B 5A 4 4001 -6000 HOURS 60.00% $28.32 1B 5A 5 6001 -8000 HOURS 70.00% $32.27 1B 5A 6 8001 -10000 HOURS 80.00% $36.37 1B 5A SOFT FLOOR LAYERS JOURNEY LEVEL 0 0000 -0000 HOURS 0.00% $7.93 1N 5A 1 0000 -1000 HOURS 50.00% $13.47 1N 5A 2 1001 -2000 HOURS 55.00% $15.10 1N 5A ' Page 8 PREVAILING WAGE RATES FOR • YAKIMA COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code 3 2001 -3000 HOURS 60.00% $15.99 1N 5A 4 3001 -4000 HOURS 70.00% $17.77 1N 5A 5 4001 -5000 HOURS 80.00% $19.55 1N 5A 6 5001 -6000 HOURS 90.00% $21.33 1N 5A SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL 0 0000 -0000 HOURS 0.00% $7.93 1R 5Q 1 1st Period 50.00% $20.49 1R 5Q 10 10th Period 90.00% $39.81 1R 5Q 2 2nd Period 50.00% $20.49 1R 5Q 3 3rd Period 55.00% $26.02 1R 50 4 4th Period 60.00% $27.42 1R 5Q 5 5th Period 65.00% $32.82 1R 5Q 6 6th Period 70.00% $34.22 1R 5Q 7 7th Period 75.00% $35.61 1R 5Q 8 8th Period 80.00% $37.01 1R 5Q 9 9th Period 85.00% $38.41 1R 5Q TILE, MARBLE & TERRAZZO FINISHERS FINISHER 0 0000 -0000 HOURS 0.00% $7.93 2M 5A 1 0000 -0700 HOURS 60.00% $17.55 2M 5A 2 0701 -2100 HOURS 70.00% $19.13 2M 5A 3 2101 -2800 HOURS 80.00% $20.71 2M 5A 4 2801 -3500 HOURS 90.00% $22.29 2M 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL 0 0000 -0000 HOURS 0.00% $7.93 2M 5A 1 0000 -0700 HOURS 50.00% $17.94 2M 5A 2 0701 -2100 HOURS 60.00% $19.92 2M 5A 3 2101 -2800 HOURS 70.00% $21.89 2M 5A 4 2801 -3500 HOURS 80.00% $23.87 2M 5A 5 3501 -4200 HOURS 90.00% $25.84 2M 5A 6 4201 -4900 HOURS 95.00% $26.83 2M 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL 0 0000 -0000 HOURS 0.00% $7.93 1K 5A 1 0000 -0500 HOURS 60.00% $15.23 1K 5A 2 0501 -1000 HOURS 60.00% $20.55 1K 5A 3 1001 -2333 HOURS 60.00% $24.05 1K 5A 4 2334 -4666 HOURS 73.00% $28.06 1K 5A 5 4667 -7000 HOURS 88.00% $32.69 1K 5A TRUCK DRIVERS DUMP TRUCK 0 0000 -0000 HOURS 0.00% $7.93 2G 61 Page 9 PREVAILING WAGE RATES FOR YAKIMA COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code i 0000 -0700 HOURS 70.00% $14.43 2G 61 2 0701 -1400 HOURS 80.00% $16.50 2G 61 3 1401 -2100 HOURS 90.00% $18.56 2G 61 Page 10 ATTACHMENT 00800C MINIMUM WAGE AFFIDAVIT • STATE OF WASHINGTON) ) ss COUNTY OF YAKIMA ) 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. Contractor Subscribed and sworn to before me on this day of , 200 Notary Public in and for the State of Washington residing at City of Yakima, Washington 00800C Minimum Wage Affidavit PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 ATTACHMENT 00800D CITY OF YAKIMA NON - DISCRIMINATION AND WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY 1.0 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. City of Yakima, Washington 00800D City of Yakima Policy PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 (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. 2.0 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 Urdel LU el lr ld1I( opp0t LUr IIII 101 Wul l lel ll di Id mil for ity uusiI ICaaCJ to participate 111 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. City of Yakima, Washington 00800D City of Yakima Policy PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 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. RESOLUTION NO. D' 48 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. ��Qp n ADOPTED BY THE CITY COUNCIL this 4 Gh day of - �f — , 1983. c'�� Tw A, ' Mayor NV,Lt �c ATTEST: City Clerk City of Yakima, Washington 00800D City of Yakima Policy PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3.0 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 i 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 suchworker 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. City of Yakima, VVashington 00800D City of Yakima Policy PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 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. 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 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. City of Yakima, Washington 00800D City of Yakima Policy PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non - segregated. 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. q. 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 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 U.S. Department of Labor has held that 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 or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Exec Order 11246 and 93 0FR P 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. City of Yakima, Washington 00800D City of Yakima Policy PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 i BIDDERS 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: POL Z.--0 certifies that: (BIDE R) 1. It intends to use the following listed construction trades in the work under the contract Z nig ef 2- .C- / --/-- P .----- "--r7 ."-C 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: A � 0//1 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 Subcontra ,.r Certification required by these Bid Conditions. (Signature f+ Authorized Representative of Bidder) City of Yakima, Washington 00800D City of Yakima Policy PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 4.0 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. 4.1 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 City of Yakima, Washington 00800D City of Yakima Policy PN 132965 -8- Bid No. 2182 Ultraviolet Disinfection Project November 2n07 • 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. 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. City of Yakima, Washington 00800D City of Yakima Policy PN 132965 -9- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 00920 APPLICATION FOR PAYMENT INSTRUCTIONS A. GENERAL INFORMATION The sample form of Schedule of Values is intended as a guide only. Many projects require a more extensive form with space for numerous items, descriptions of Change Orders, identification of variable quantity adjustments, summary of materials and equipment stored at the site and other information. It is expected that a separate form will be developed by Engineer and Contractor at the time Contractor's Schedule of Values is finalized. Note also that the format for retainage must be changed if the Contract permits (or the law provides), and Contractor elects to deposit securities in lieu of retainage. Refer to Article 14 of the General Conditions for provisions concerning payments to Contractor. B. COMPLETING THE FORM The Schedule of Values, submitted and approved as provided in paragraphs 2.05.B.3 and 2.07 of the General Conditions, should be reproduced as appropriate in the space indicated on the Application for Payment form. Note that the cost of materials and equipment is often listed separately from the cost of installation. Also, note that each Unit Price is deemed to include Contractor's overhead and profit. All Change Orders affecting the Contract Price should be identified and included in the Schedule of Values as required for progress payments. The form is suitable for use in the Final Application for Payment as well as for Progress Payments; however, the required accompanying documentation is usually more extensive for final payment. All accompanying documentation should be identified in the space provided on the form. C. LEGAL REVIEW All accompanying documentation of a legal nature, such as Lien waivers, should be reviewed by an attorney, and Engineer should so advise Owner. City of Yakima, Washington 00920 Application for Payment PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 APPLICATION FOR PAYMENT NO. To: (OWNER) From (CONTRACTOR) Contract: Project: OWNER's Contract No. ENGINEER's Project No. • For Work accomplished through the date of: 1. Original Contract Price: $ 2. Net change by Change Orders and Written Amendments (+ or -): $ 3. Current Contract Price (1 plus 2): $ 4. Total completed and stored to date: $ 5. Retainage (per Agreement): % of completed Work: $ % of stored material: $ Total Retainage: $ 6. Total completed and stored to date less retainage (4 minus 5): $ 7. Less previous Application for Payments: $ 8. DUE THIS APPLICATION (6 MINUS 7): $ �wvn 1Nai 1y11 iy vvi.un ice na Livi 1. CONTRACTORS Certification: The undersigned CONTRACTOR certifies that (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied on account to discharge CONTRACTOR's legitimate obligations incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to OWNER indemnifying OWNER against any such Lien, security interest or encumbrance); and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective. City of Yakima, Washington 00920 Application for Payment PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Dated CONTRACTOR By: Payment of the above AMOUNT DUE THIS APPLICATION is recommended. Dated ENGINEER By: • City of Yakima, Washington 00920 Application for Payment PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Application No. Date: ITEM UNIT ESTIMATED SCHEDULE QUANTITY AMOUNT % MATERIAL AMOUNT PRICE QUANTITY OF VALUES COMPLETED STORED COMPLETED AMOUNT AND STORED 1. $ $ $ $ $ 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29. 30. TOTAL $ $ $ $ Note: Total Schedule of Values Amount should equal the current Contract Price City of Yakima, Washington 00920 Application for Payment PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 00930 CHANGE ORDER INSTRUCTIONS A. GENERAL INFORMATION This document was developed to provide a uniform format for handling contract changes that affect Contract Price or Contract Times. Changes that have been initiated by a Work Change Directive must be incorporated into a subsequent Change Order if they affect Price or Times. Changes that affect Contract Price or Contract Times should be promptly covered by a Change Order. The practice of accumulating Change Orders to reduce the administrative burden may lead to unnecessary disputes. If Milestones have been listed in the Agreement, any effect of a Change Order thereon should be addressed. For supplemental instructions and minor changes not involving a change in the Contract Price or Contract Times, a Field Order should be used. B. COMPLETING THE CHANGE ORDER FORM ENGINEER normally initiates the form, including a description of the changes involved and attachments based upon review of documents and proposals submitted by CONTRACTOR, or requests from OWNER, or both. Once ENGINEER has completed the form, all copies should be sent to OWNER for approval and thence forwarding to CONTRCTOR for acceptance and signature. After approval by one contracting party, all copies should be sent to the other party for approval. OWNER should make distribution of executed copies after approval by both parties. If a change only applies to price or to times, insert zero or Not Applicable to the part of the tabulation that does not apply. City of Yakima, Washington 00930 Change Order PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 CHANGE ORDER No. DATE OF ISSUANCE EFFECTIVE DATE OWNER CONTRACTOR Contract: Project: OWNER's Contract No. OWNER and CONTRACTOR agree to make the following changes in the Contract Documents: Description: Reason for Change Order: Attachments: (List documents supporting change) CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price Original Contract Times: Substantial Completion: $ Ready for final payment: (days or dates) Net Increase (Decrease) from previous Change Net change from previous Change Orders No. to No. Orders No. to . Substantial Completion: $ Ready for final payment: (days) Contract Price prior to this Change Order: Contract Times prior to this Change Order: Substantial Completion: $ Ready for final payment: (days or dates) Net increase (decrease) of this Change Order: Net increase (decrease) this Change Order: Substantial Completion: $ Ready for final payment: (days) Contract Price with all approved Change Orders: Contract Times with all approved Change Orders: Substantial Completion: $ Ready for final payment: (days or dates) APPROVED: ACCEPTED: By: By: OWNER (Authorized Signature) CONTRACTOR(Authorized Signature) Date: Date: City of Yakima, Washington 00930 Change Order PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 00935 WORK CHANGE DIRECTIVE INSTRUCTIONS A. GENERAL INFORMATION This document was developed for use in situations involving changes in the Work which, if not processed expeditiously, might delay the Project. These changes are often initiated in the field and may affect the Contract Price or the Contract Times. This is not a Change Order, but only a directive to proceed with Work that may be included in a subsequent Change Order. For supplemental instructions and minor changes not involving a change in the Contract Price or the Contract Times a Field Order should be used. B. COMPLETING THE WORK CHANGE DIRECTIVE FORM If requested by OWNER, ENGINEER initiates the form, including a description of the items involved and attachments. Based on conversations among OWNER, ENGINEER and CONTRACTOR; ENGINEER completes the following: METHOD OF DETERMINING CHANGE, IF ANY, IN CONTRACT PRICE: Mark the method to be used in determining the final cost of Work involved and the estimated net effect on the Contract Price. If the change involves an increase in the Contract Price and the estimated amount is approached before the additional or changed Work is completed, another Work Change Directive must be issued to change the estimated price or CONTRACTOR may stop the changed Work when the estimated time is reached. If the Work Change Directive is not likely to change the Contract Price, the space for estimated increase (decrease) should be marked "Not Applicable ". Once ENGINEER has completed development of the form, all copies should be sent to OWNER for authorization and execution. (ENGINEER has no authority to authorize changes in Price or Times.) Once authorized by OWNER, a copy should be sent to ENGINEER and to CONTRACTOR. Price and Times may only be changed by Change Order signed by OWNER and CONTRACTOR. Paragraph 10.03.A.2 of the General Conditions requires that a Change Order be initiated and processed to cover any undisputed sum or amount of time for Work actually performed pursuant to this Work Change Directive. Once the Work covered by such directive is completed or final cost and times are determined, CONTRACTOR should submit documentation for inclusion in a Change Order. THIS IS A DIRECTIVE TO PROCEED WITH A CHANGE THAT MAY AFFECT THE CONTRACT PRICE OR CONTRACT TIMES. A CHANGE ORDER, IF ANY, SHOULD BE CONSIDERED PROMPTLY. City of Yakima, Washington 00935 Work Change Directive PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 WORK CHANGE DIRECTIVE No. DATE OF ISSUANCE EFFECTIVE DATE OWNER CONTRACTOR Contract: Project: OWNER's Contract No. CONTRACTOR is directed to proceed promptly with the following change(s): Description: Purpose of Work Change Directive: Attachments: (List documents supporting change) If OWNER or CONTRACTOR believe that the above change has affected Contract Price any Claim for a Change Order based thereon will involve one or more of the following methods as defined in the Contract Documents. Method of determining change in Contract Price: ❑ Unit Prices ❑ Lump Sum O Cost of the Work Estimated increase (decrease) in Contract Price: Estimated increase (decrease) in Contract Times: • SubstantialCompletion: days; Ready for final payment: days. If the change involves an increase, the estimated amount is not to be exceeded without further authorization. AUTHORIZED: OWNER BY: City of Yakima, Washington 00935 Work Change Directive PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 BLACK & VEATCH CORPORATION (PROJECT IDENTIFICATION) Owner: ( ) Owner Contract No. ( ) (Specific Contract Name) B &V Project No.: ( ) Contractor: ( ) (Date ) FIELD ORDER Item No. Record of Minor Variation Description of Modifications: Refer to Drawing Sheets Section or Detail Refer to Specification Paragraphs Yes No Will additional drawings be necessary? ( ) ( ) In accordance with GC -9.05, it is understood and mutually agreed that this form is to be used only to record minor variations which do not increase or decrease the contract price or change the intent of a specific provision of the contract. Any modifications involving change to the contract price or contract requirements must be covered by a formal change order executed by the Owner and the Contractor. Recommended by: (Project Engineer) Date: Issued by: Date: (RPR or CM) Owner Authorization: Date: (Name, Title) Construction Management Form Issue Date 09 -04 Approved by J.H. Ory CERTIFICATE OF SUBSTANTIAL COMPLETION DATE OF ISSUANCE OWNER CONTRACTOR Contract: Project: OWNER's Contract No. ENGINEER's Project No. This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To OWNER And To CONTRACTOR The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR and ENGINEER, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all - inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. EJCDC No. 1910 -8 -D (1996 Edition) Prepared by the Engineers' Joint Contract Documents Committee and endorsed by The Associated General Contractors of America and the Construction Specifications Institute. City of Yakima, Washington 00940 Certificate of Substantial Completion PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties and guarantees shall be as follows: OWNER CONTRACTOR: The following documents are attached to and made a part of this Certificate: [For items to be attached see definition of Substantial Completion as supplemented and other specifically noted conditions precedent to achieving Substantial Completion as required by Contract Documents.] This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR's obligation to complete the Work in accordance with the Contract Documents. Executed by ENGINEER on Date FNCvINFFR By: (Authorized Signature) CONTRACTOR accepts this Certificate of Substantial Completion on Date CONTRACTOR By: (Authorized Signature) OWNER accepts this Certificate of Substantial Completion on Date OWNER By: (Authorized Signature) City of Yakima, Washington 00940 Certificate of Substantial Completion PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 01015 PROJECT REQUIREMENTS 1. GENERAL DESCRIPTION OF WORK. The Work to be performed under these Contract Documents is generally described as follows: New ultraviolet disinfection system installed in an existing chlorine contact chamber, new'concrete diversion structure, new UV basin influent piping, a new pre- fabricated reinforced concrete electrical enclosure and associated electrical and instrumentation and controls improvements. 2. WORK BY OWNER. OWNER shall perform certain activities in connection with the Project with its own personnel as follows: No specific work identified. 3. SUBSTITUTES AND "OR- EQUAL" ITEMS. Provisions for evaluation of substitutes and "or- equal" items of materials and equipment are covered in Paragraph 6.05 of the General Conditions. Requests for review of equivalency will not be accepted by ENGINEER from anyone.except CONTRACTOR, and such requests will not be considered until after the Effective Date of the Agreement. 4. PREPARATION FOR SHIPMENT. All materials shall be suitably packaged to facilitate handling and protect against damage during transit and storage. Painted surfaces shall be protected against impact, abrasion, discoloration, and other damage. All painted surfaces which are damaged prior to acceptance of equipment shall be repainted to the satisfaction of ENGINEER. Each item, package, or bundle of material shall be tagged or marked as identified in the delivery schedule or on the Shop Drawings. Complete packing lists and bills of material shall be included with each shipment. 5. SALVAGE OF MATERIALS AND EQUIPMENT. Unless otherwise indicated, existing materials and equipment removed and not reused as a part of the Work shall become CONTRACTOR's property. CONTRACTOR shall carefully remove, in a manner to prevent damage, all materials and equipment specified or indicated to be salvaged and reused or to remain the property of OWNER. CONTRACTOR shall store and protect salvaged items specified or indicated to be reused in the Work. Salvaged items not to be reused in the Work, but to remain OWNER's property shall be delivered by CONTRACTOR in good condition to OWNER onsite at a location of OWNER's choosing. City of Yakima, Washington 01015 Project Requirements PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Any items specified or indicated to be salvaged which are damaged in removal, storage, or handling through carelessness or improper procedures shall be replaced by CONTRACTOR in kind or with new items. CONTRACTOR may furnish and install new items instead of those specified or indicated to be salvaged and reused, in which case such removed items will become CONTRACTOR's property. Existing materials and equipment removed by CONTRACTOR shall not be reused in the Work, except where so specified or indicated. 6. LAND FOR CONSTRUCTION PURPOSES. CONTRACTOR will be permitted to use available land belonging to OWNER, on or near the Site, for construction purposes and for storage of materials and equipment. The locations and extent of the areas so used shall be as indicated on the Drawings. CONTRACTOR shall immediately move stored materials or equipment if any occasion arises, as determined by OWNER, requiring access to the storage area. Materials or equipment shall not be placed on the property of OWNER until OWNER has agreed to the location to be used for storage. 7. OPERATION OF EXISTING FACILITIES. The existing treatment plant must be kept in continuous operation throughout the construction period. No interruption will be permitted which adversely affects the degree of service provided. Provided permission is obtained from OWNER in advance, portions of the existing facilities may be taken out of service for short periods corresponding with periods of minimum service demands. The CONTRACTOR shall obtain ci irh nc rmiccinn from (1V /MPR a minimum of fivo (1l nave in .dv.nro hefnro p,..111 ,1 .. ,1.., 1 , .. i S.A .. beginning any work requiring a service interruption. The OWNER will make every effort to accommodate shut downs at the requested times but cannot guarantee specific time and duration requests. OWNER operational constraints will take priority over CONTRACTOR outage request times. CONTRACTOR shall provide temporary facilities and make temporary modifications as necessary to keep the existing facilities in operation during the construction period. Issues affecting construction include but are not limited to the following: A. Modifications to the existing chlorine contact basin to install the new ultraviolet disinfection system will require the south basin to be taken out of service. The CONTRACTOR shall provide, install and operate pumping, bulkheading, and other means as needed to prevent or remove nuisance waters arising from leakage around the existing isolation gates or groundwater from basin pressure relief valves. Groundwater relief valves, except where indicated for removal, are to City of Yakima, Washington 01015 Project Requirements PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 remain functional throughout construction. The CONTRACTOR shall install protective measures to ensure continued disinfection treatment in the north contact basin throughout UV system construction and testing. These shall include, but are not limited to: Barriers to prevent material (liquid and solid) from falling or being discharged into the north basin; and providing continuous access to the north basin by OWNER; personnel for operations and maintenance activities. B. During testing and start -up of the new ultraviolet disinfection system, The CONTRACTOR shall provide, install and operate pumping, power generation, and other systems as required to provide for testing as defined in Section 11905. All testing flows after UV disinfection and sampling are to be pumped back to the existing chlorine mixing chamber for chlorine disinfection prior to discharge to the plant outfall. No direct discharge of flow from UV testing to the plant outfall is allowed. 8. NOTICES TO OWNERS AND AUTHORITIES. CONTRACTOR shall, as provided in the General Conditions, notify owners of adjacent property and utilities when prosecution of the Work may affect them. When it is necessary to temporarily deny access to property, or when any utility service connection must be interrupted, CONTRACTOR shall give notices sufficiently in advance to enable the affected persons to provide for their needs. Notices shall conform to any applicable local ordinance and, whether delivered orally or in writing, shall include appropriate information concerning the interruption and instructions on how to limit inconvenience caused thereby. Utilities and other concerned agencies shall be notified at least 24 hours prior to cutting or closing streets or other traffic areas or excavating near underground utilities or pole lines. 9. LINES AND GRADES. All Work shall be done to the lines, grades, and elevations indicated on the Drawings. Basic horizontal and vertical control points will be established or designated by ENGINEER to be used as datums for the Work. All additional survey, layout, and measurement work shall be performed by CONTRACTOR as a part of the Work. CONTRACTOR shall provide an experienced instrument person, competent assistants, and such instruments, tools, stakes, and other materials required to complete the survey, layout, and measurement work. In addition, CONTRACTOR shall furnish, without charge, competent persons and such tools, stakes, and other materials as ENGINEER may require in establishing or designating control points, or in checking survey, layout, and measurement work performed by CONTRACTOR. City of Yakima, Washington 01015 Project Requirements PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 CONTRACTOR shall keep ENGINEER informed, a reasonable time in advance, of the times and places at which it wishes to do Work, so that horizontal and vertical control points may be established and any checking deemed necessary by ENGINEER may be done with minimum inconvenience to ENGINEER and minimum delay to CONTRACTOR. CONTRACTOR shall remove and reconstruct work which is improperly located. 10. CONNECTIONS TO EXISTING FACILITIES. Unless otherwise specified or indicated, CONTRACTOR shall make all necessary connections to existing facilities, including structures, drain lines, and utilities such as water. In each case, CONTRACTOR shall receive permission from OWNER prior to undertaking connections. CONTRACTOR shall protect facilities against deleterious substances and damage. Connections to existing facilities which are in service shall be thoroughly planned in advance, and all required equipment, materials, and labor shall be on hand at the time of undertaking the connections. Work shall proceed continuously (around the clock) if necessary to complete connections in the minimum time. Operation of valves or other appurtenances on existing facilities, when required, shall be by OWNER. 11. UNFAVORABLE CONSTRUCTION CONDITIONS. During unfavorable weather, '.wet grni indi nr other i insi cit construction con dition s NTRACTOR 1 ��• .... �IVII , CO VV 11 V V I\ shall confine its operations to work which will not be affected adversely by such conditions. No portion of the Work shall be constructed under conditions which would affect adversely the quality or efficiency thereof, unless special means or precautions are taken by CONTRACTOR to perform the Work in a proper and satisfactory manner. 12. CUTTING AND PATCHING. As provided in General Conditions, CONTRACTOR shall perform all cutting and patching required for the Work and as may be necessary in connection with uncovering Work for inspection or for the correction of defective Work. CONTRACTOR shall perform all cutting and patching required for and in connection with the Work, including but not limited to the following: Removal of improperly timed Work. Removal of samples of installed materials for testing. Alteration of existing facilities. Installation of new Work in existing facilities. City of Yakima, Washington 01015 Project Requirements PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 CONTRACTOR shall provide all shoring, bracing, supports, and protective devices necessary to safeguard all Work and existing facilities during cutting and patching operations. CONTRACTOR shall not undertake any cutting or demolition which may affect the structural stability of the Work or existing facilities without ENGINEER's concurrence. Materials shall be cut and removed to the extent indicated on the Drawings or as required to complete the Work. Materials shall be removed in a careful manner, with no damage to adjacent facilities or materials. Materials which are not salvable shall be removed from the site by CONTRACTOR. All Work and existing facilities affected by cutting operations shall be restored with new materials, or with salvaged materials acceptable to ENGINEER, to obtain a finished installation with the strength, appearance, and functional capacity required. If necessary, entire surfaces shall be patched and refinished. 13. ASBESTOS ABATEMENT. If, during the progress of the Work, suspected asbestos - containing products are identified, CONTRACTOR shall stop work in the affected area and engage an asbestos abatement Subcontractor to verify the materials and, if necessary, encapsulate, enclose, or remove and dispose of all asbestos in accordance with current regulations of the Environmental Protection Agency and the U. S. Department of Labor - Occupational Safety and Health Administration, the state asbestos regulating agency, and any local government agency. Payment for such work will be made by Change Order. 13.01. Subcontractor's Qualifications. The Subcontractor for asbestos abatement shall be regularly engaged in this type of activity and shall be familiar with the regulations which govern this work. The Subcontractor shall demonstrate to the satisfaction of OWNER that it has successfully completed at least three asbestos abatement projects, that it has the necessary staff and equipment to perform the work, and that it has an approved site for disposal of the asbestos. Liability insurance covering the asbestos abatement work shall be provided as specified in the Supplementary Conditions. 13.02. Abatement Methods. The asbestos abatement Subcontractor shall submit a work plan of its proposed abatement procedure to OWNER before beginning work and shall certify that the methods are in full compliance with the governing regulations. The work plan shall cover all aspects of the abatement, including health and safety of employees and building occupants, hygiene facilities, employee certification, clearance criteria, transportation and disposal, enclosure techniques, and other techniques appropriate for the proposed work. 14. CLEANING UP. CONTRACTOR shall keep the premises free at all times from accumulations of waste materials and rubbish. CONTRACTOR shall provide adequate trash receptacles about the Site and shall promptly empty the containers when filled. City of Yakima, Washington 01015 Project Requirements PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Construction materials, such as concrete forms and scaffolding, shall be neatly stacked by CONTRACTOR when not in use. CONTRACTOR shall promptly remove splattered concrete, asphalt, oil, paint, corrosive liquids, and cleaning solutions from surfaces to prevent marring or other damage. Volatile wastes shall be properly stored in covered metal containers and removed daily. • Wastes shall not be buried or burned on the Site or disposed of into storm drains, sanitary sewers, streams, or waterways. All wastes shall be removed from the Site and disposed of in a manner complying with local ordinances and antipollution laws. Adequate cleanup will be a condition for recommendation of progress payment applications. 15. APPLICABLE CODES. References in the Contract Documents to local codes mean the following: Other standard codes which apply to the Work are designated in the Specifications. 16. SPECIFICATION DATA SHEETS AND SCHEDULES. Specifications may have data sheets and schedules as part of specific specification sections. Locations for data entries on the data sheets and schedules may be left blank intentionally. When no data is entered in a respective cell, this indicates that no data is required for that cell of the data sheet or schedule. 17 PRI=('(1NCTRI I('TI(lr�l ('( NFPRGMI'r Prior to the c ommen c ement of 11 . i 1 V I� V 11 \VV 1 I%#I VV 111 V I % I1. Prior to 111V commencement IVIIVVI 1 IVI t� Vt Work at the Site, a preconstruction conference will be held at a mutually agreed time and place. The conference shall be attended by: CONTRACTOR and its superintendent. Principal Subcontractors. Representatives of principal Suppliers and manufacturers as appropriate. ENGINEER and its Resident Project Representative. Representatives of OWNER. Government representatives as appropriate. Others as requested by CONTRACTOR, OWNER, or ENGINEER. Unless previously submitted to ENGINEER, CONTRACTOR shall bring to the conference a preliminary schedule for each of the following: City of Yakima, Washington 01015 Project Requirements PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Progress Schedule. Procurement Schedule. Schedule of Values for progress payment purposes. Schedule of Shop Drawings and other submittals. The purpose of the conference is to designate responsible personnel and establish a working relationship. Matters requiring coordination will be discussed and procedures for handling such matters established. The agenda will include: CONTRACTOR's preliminary schedules. Transmittal, review, and distribution of CONTRACTOR's submittals. Processing Applications for Payment. Maintaining record documents. Critical Work sequencing. Field decisions and Change Orders. Use of premises, office and storage areas, security, housekeeping, and OWNER's needs. Major equipment deliveries and priorities. CONTRACTOR's assignments for safety and first aid. ENGINEER will preside at the conference and will arrange for keeping the minutes and distributing the minutes to all persons in attendance. 18. PROGRESS MEETINGS. CONTRACTOR shall schedule and hold regular progress meetings at least monthly and at other times as requested by ENGINEER or required by progress of the Work. CONTRACTOR, ENGINEER, and all Subcontractors active on the Site shall be represented at each meeting. CONTRACTOR may at its discretion request attendance by representatives of its Suppliers, manufacturers, and other Subcontractors. CONTRACTOR shall preside at the meetings. Meeting minutes shall be prepared and distributed by CONTRACTOR. The purpose of the meetings will be to review the progress of the Work, maintain coordination of efforts, discuss changes in scheduling, and resolve other problems which may develop. 19. SITE ADMINISTRATION. CONTRACTOR shall be responsible for all areas of the Site used by it and by all Subcontractors in the performance of the Work. CONTRACTOR shall exert full control over the actions of all employees and other persons with respect to the use and preservation of property and existing City of Yakima, Washington 01015 Project Requirements PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 facilities, except such controls as may be specifically reserved to OWNER or • others. CONTRACTOR shall have the right to exclude from the Site all persons who have no purpose related to the Work or its inspection, and may require all persons on the Site (except OWNER's employees) to observe the same regulations as CONTRACTOR requires of its employees. End of Section City of Yakima, Washington 01015 Project Requirements PN 132965 -8- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 01070 ABBREVIATIONS OF TERMS AND ORGANIZATIONS 1. LIST OF ABBREVIATIONS. Abbreviations for standards and organizations used in the Contract Documents are defined as follows: AA Aluminum Association AABC Associated Air Balance Council AAMA Architectural Aluminum Manufacturers Association AASHTO American Association of State Highway and Transportation Officials ABMA American Boiler Manufacturers Association ACI American Concrete Institute ACPA American Concrete Pipe Association AEIC Association of Edison Illuminating Companies AFBMA Antifriction Bearing Manufacturers Association AFPA American Forest & Paper Association AGA American Gas Association AGMA American Gear Manufacturers Association AHA American Hardboard Association AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction AMCA Air Moving and Conditioning Association ANSI American National Standards Institute APA American Plywood Association API American Petroleum Institute AREMA American Railway Engineers and Maintenance -of -Way Association ARI American Refrigeration Institute ASAHC American Society of Architectural Hardware Consultants ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating, and Air - Conditioning Engineers ASME American Society of Mechanical Engineers ASSE American Society of Sanitary Engineers ASTM American Society for Testing and Materials AVATI See RTI City of Yakima, Washington 01070 Abbreviations of Terms and Organizations PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 AWG American Wire Gage • AWI Architectural Woodwork Institute AWPA American Wood - Preservers' Association AWPB American Wood Preservers Bureau AWS American Welding Society AWWA American Water Works Association BHMA Builders Hardware Manufacturers Association BIA Brick Institute of America (formerly SCPI) CDA Copper Development Association CISPI Cast Iron Soil Pipe Institute CMAA Crane Manufacturers Association of America CRA California Redwood Association CRSI Concrete Reinforcing Steel Institute CS Commercial Standard (U.S. Department of Commerce) DHI Door and Hardware Institute DIPRA Ductile Iron Pipe Research Association EEI Edison Electric Institute EJCDC Engineers' Joint Contract Documents Committee EPA Environmental Protection Agency Fed Spec Federal Specification FCI Fluid Controls Institute FGMA Flat Glass Marketing Association FHWA Federal Highway Administration FIA Factory Insurance Association FM Factory Mutual FSA Fluid Sealing Association FT! Facing Tile Institute HEI Heat . Exchange Institute HMI Hoist Manufacturers Institute HPMA Hardwood Plywood Manufacturers Association HTI Hand Tools Institute City of Yakima, Washington 01070 Abbreviations of Terms and Organizations PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 I -B -R Institute of Boiler and Radiator Manufacturers IEEE Institute of Electrical and Electronics Engineers IBC International Building Code IES Illuminating Engineering Society IFI Industrial Fasteners Institute IPCEA Insulated Power Cable Engineers Association IRI Industrial Risk Insurers ISA Instrumentation, Systems, and Automation Society MHI Materials Handling Institute MIL Military Specification MMA Monorail Manufacturers Association MSS Manufacturers Standardization Society of Valve and Fitting Industry NAAMM National Association of Architectural Metals Manufacturers NACE NACE International NBHA National Builders Hardware Association NBBPVI National Board of Boiler and Pressure Vessel Inspectors NBS See NIST NCSPA National Corrugated Steel Pipe Association NEBB National Environmental Balancing Bureau NEC National Electrical Code NECA National Electrical Contractors Association NEMA National Electrical Manufacturers Association NEMI National Elevator Manufacturing Industry NFPA National Fire Protection Association NIST National Institute of Standards and Technology (formerly NBS) NLA National Lime Association NPC National Plumbing Code NPT National Pipe Thread NRMCA National Ready Mixed Concrete Association NSC National Safety Council NSF NSF International (formerly National Sanitation Foundation) NTMA National Terrazzo and Mosaic Association NWMA National Woodwork Manufacturers Association City of Yakima, Washington 01070 Abbreviations of Terms and Organizations PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 OSHA Occupational Safety and Health Administration PCA Portland Cement Association PCI Prestressed Concrete Institute PS Product Standard RIS Redwood Inspection Service RTI Resilient Institute (formerly AVATI) • SAE Society of Automotive Engineers SCPRF Structural Clay Products Research Foundation SDI Steel Door Institute SFPA Southern Forest Products Association SI Systeme International des Unites (International System of Units) SIGMA Sealed Insulating Glass Manufacturers Association SJI Steel Joist Institute SMA Screen Manufacturers Association SMACNA Sheet Metal and Air Conditioning Contractors National Assoc. SPFA Steel Plate Fabricators Association SPI Society of the Plastics Industry SPTA Southern Pressure Treaters Association SSI Scaffolding and Shoring Institute SSPC SSPC Th S f Protective Coatings UL Underwriters' Laboratories USBR U.S. Bureau of Reclamation WEF Water Environment Federation Fn,1 of gartinn City of Yakima, Washington 01070 Abbreviations of Terms and Organizations PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 01300 SUBMITTALS Data Sheet Paragraph Description Data Units General 2.0 Address where shop drawings are _ ENGINEERS address in the to be sent. '+ Agreement Consulting ENGINEER's address in the Supplementary Conditions :- Other When "Other" is selected, indicate the alternative. 2.02 Review period in consecutive 21 days calendar days required. rr 28 days 14 days Other When "Other" is selected, indicate the alternative. 2.0 Time required for resubmittal in 60 days unless within 30 days calendar days. r 30 days unless within 14 days Other When "Other" is selected, indicate the alternative. 3.0 Number of Operations and 3 preliminary hardcopies, 3 final Maintenance manuals required. -' hardcopies, and 3 final electronic copies. Other When "Other" is selected, indicate the alternative. City of Yakima, Washington 01300 Submittals PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 01300 SUBMITTALS 1. GENERAL. i.u Terminology. :When the phrase as required" is stated in this section, it shall mean "as required in the attached Data Sheet ". 2. SHOP DRAWINGS AND ENGINEERING DATA. 2.01. General. Shop Drawings and engineering data (submittals) covering all equipment and all fabricated components and building materials which will become a permanent part of the Work under this Contract shall be submitted to ENGINEER for review, as required. Submittals shall verify compliance with the Contract Documents, and shall include drawings and descriptive information in sufficient detail to show the kind, size, arrangement, and the operation of component materials and devices; the external connections, anchorages, and supports required; the performance characteristics and dimensions needed for installation and correlation with other materials and equipment. When an item consists of components from several sources, CONTRACTOR's initial submittal shall be complete including all components. All submittals, regardless of origin, shall be stamped with the approval of CONTRACTOR and identified with the name and number of this Contract, CONTRACTOR's name, and references to applicable specification paragraphs and Contract Drawings. Each submittal shall indicate the intended use of the item in the Work_ When catalog pages are submitted, applicable items shall be _ __ -_ pages applicable clearly identified and inapplicable data crossed out. The current revision, issue number, and date shall be indicated on all drawings and other descriptive data. CONTRACTOR shall be solely responsible for the completeness of each submittal. CONTRACTOR's stamp of approval is a representation to OWNER and ENGINEER that CONTRACTOR accepts sole responsibility for determining and verifying all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data, and that CONTRACTOR has reviewed and coordinated each submittal with the requirements of the Work and the Contract Documents. All deviations from the Contract Documents shall be identified as deviations on each submittal and shall be tabulated in CONTRACTOR's letter of transmittal. Such submittals shall, as pertinent to the deviation, indicate essential details of all changes proposed by CONTRACTOR (including modifications to other City of Yakima, Washington 01300 Submittals PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 facilities that may be a result of the deviation) and all required piping and wiring diagrams. Five copies (or one reproducible copy) of each drawing and the necessary data shall be submitted to ENGINEER. ENGINEER will return two marked copies (or one marked reproducible copy) to CONTRACTOR. Facsimile (fax) copies will not be acceptable. ENGINEER will not accept submittals from anyone but CONTRACTOR. Submittals shall be consecutively numbered in direct sequence of submittal and without division by subcontracts or trades. 2.02. ENGINEER's Review of Submittals. ENGINEER's review of submittals covers only general conformity to the Drawings and Specifications, external connections, and dimensions that affect the layout; it does not indicate thorough review of all dimensions, quantities, and details of the material, equipment, device, or item covered. ENGINEER's review shall not relieve CONTRACTOR of sole responsibility for errors, omissions, or deviations in the drawings and data, nor of CONTRACTOR's sole responsibility for compliance with the Contract Documents. ENGINEER's submittal review period shall be the consecutive number of calendar days as required and shall commence on the first calendar day following receipt of the submittal or resubmittal in ENGINEER's office. The time required to mail the submittal or resubmittal back to CONTRACTOR shall not be considered a part of the submittal review period. When the drawings and data are returned marked "NOT ACCEPTABLE" or "RETURNED FOR CORRECTION ", the corrections shall be made as noted thereon and as instructed by ENGINEER and five corrected copies (or one corrected reproducible copy) resubmitted. Facsimile (fax) copies will not be acceptable. When the drawings and data are returned marked "EXCEPTIONS NOTED ", "NO EXCEPTIONS NOTED ", or "RECORD COPY ", no additional copies need be furnished unless specifically requested by ENGINEER. 2.03. Resubmittal of Drawings and Data. CONTRACTOR shall accept full responsibility for the completeness of each resubmittal. CONTRACTOR shall verify that all corrected data and additional information previously requested by ENGINEER are provided on the resubmittal. When corrected copies are resubmitted, CONTRACTOR shall direct specific attention to all revisions in writing and shall list separately any revisions made other than those called for by ENGINEER on previous submittals. Requirements specified for initial submittals shall also apply to resubmittals. Resubmittals shall bear the number of the first submittal followed by a letter (A, B, etc.). If more than one resubmittal is required because of failure of CONTRACTOR to provide all previously requested corrected data or additional information, City of Yakima, Washington 01300 Submittals PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 CONTRACTOR shall reimburse OWNER for the charges of ENGINEER for review of the additional resubmittals. This does not include initial submittal data such as shop tests and field tests that are submitted after initial submittal. When resubmittals are needed, resubmittals shall be made within the number of days of the date on the letter returning the material to be modified or corrected as required, unless within the number days, as required, CONTRACTOR submits an acceptable request for an extension of time, listing the reasons why the resubmittal cannot be completed within the stipulated time. The need for more than one resubmittal, or any other delay in obtaining ENGINEER's review of submittals, will not entitle CONTRACTOR to extension of the Contract Times unless delay of the Work is the direct result of a change in the Work authorized by a Change Order or failure of ENGINEER to review and return any submittal to CONTRACTOR within the specified review period. 2.04. Color Selection. CONTRACTOR shall submit samples of colors and finishes for all accepted products before ENGINEER will coordinate the selection of colors and finishes with OWNER. ENGINEER will prepare a schedule of finishes that include the colors and finishes selected for both manufactured products and for surfaces to be field painted or finished and will furnish this schedule to CONTRACTOR within 60 days after the date of acceptance of the last color or finish sample. 3. OPERATION AND MAINTENANCE DATA AND MANUALS. Adequate operation and maintenance information shall be supplied for all equipment requiring maintenance or other attention. The equipment Supplier shall prepare an operation and maintenance manual for each type of equipment indicated in the individual equipment sections or the equipment schedule. Parts lists and operating and maintenance instructions shall be furnished for other equipment not listed in the individual equipment sections or the equipment schedule. Operation and maintenance manuals shall include the following: a. Equipment function, normal operating characteristics, and limiting conditions. b. Assembly, installation, alignment, adjustment, and checking instructions. c. Operating instructions for startup, routine and normal operation, regulation and control, shutdown, and emergency conditions. d. Lubrication and maintenance instructions. e. Guide to troubleshooting. City of Yakima, Washington 01300 Submittals PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 f. Parts lists and predicted life of parts subject to wear. g. Outline, cross section, and assembly drawings; engineering data; and wiring diagrams. h. Test data and performance curves, where applicable. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered, or which may be required by CONTRACTOR. Preliminary copies of operation and maintenance manuals shall be submitted to ENGINEER before shipment of the equipment. Preliminary copies shall be in hardcopy format. The quantity of copies shall be as required. After review by ENGINEER, final copies of operation and maintenance manuals shall be delivered to ENGINEER not later than 30 days prior to placing the equipment in operation. Final copies shall include the number of hardcopies and electronic copies as required. Shipment of equipment will not be considered complete until all required manuals and data have been received. 3.01. Hardcopy Operation And Maintenance Manuals. Hardcopies for preliminary and final manuals shall be temporarily bound in heavy paper covers bearing suitable identification. All manuals and other data shall be printed on heavy, first quality 8 -1/2 x 11 inch [215 x 279 mm] paper, with standard three - hole punching. Drawings and diagrams shall be reduced to 8 -1/2 x 11 inches [215 x 279 mm] or 11 x 17 inches [279 x 431 mm]. Where reduction is not practicable, larger drawings shall be folded separately and placed in envelopes, which are bound into the manuals. Each envelope shall be suitably identified on the outside. Each volume containing data for three or more items of equipment shall include a table of contents and index tabs. The final hardcopy of each manual shall be prepared and delivered in substantial, permanent, three -ring or three -post binders with a table of contents and suitable index tabs. 3.02. Electronic Operation And Maintenance Manuals. Each electronic copy shall be delivered on a unique CD -ROM in Adobe Acrobat's Portable Document Format (PDF). The PDF file(s) shall be fully indexed using the Table of Contents, searchable with thumbnails generated. File names shall use the "eight dot three" convention ()OXXXX YY.pdf), where X is the five digit number corresponding to the specification section, and YY is a two digit number set in sequential order when there are more than one PDF document (more than one O &M manual) per specification section. The initial City of Yakima, Washington 01300 Submittals PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 filename for the O &M submittal will be provided with the request for final O &M manuals. Scanned images must be at a readable resolution. For most documents, they should be scanned at 300 dots per inch (dpi). Optical Character Recognition (OCR) capture must be performed on these images. OCR settings shall be performed with the "original image with hidden text" option in Adobe Acrobat Exchange. One PDF document (PDF file) shall be created for each equipment service manual. The entire manual shall be converted to a single .PDF file via scanning or other method of conversion. Drawings or other graphics shall also be converted to .PDF format and included into the single PDF document. Pages that must be viewed in landscape format shall be rotated to the appropriate position for easy reading on screen. The PDF documents shall have a bookmark created in the navigation frame for each major entry ( "Section" or "Chapter ") in the Table of Contents. Thumbnails shall be generated for each page or graphic in the PDF file. The opening view for each PDF document shall be as follows: Initial View: Bookmarks and Page Magnification: Fit In Window The file shall open to the cover page of the manual, with bookmarks to the left, and the first bookmark shall be linked to the Table of Contents. 3.03. Labeling. As a minimum, the following information shall be included on all final O &M manual materials, including CD -RUM disks, jewel cases, and hardcopy manuals: Manufacturer's name. Equipment name and /or O &M title spelled out in complete words. Example: "Operations and Maintenance Manual" Specification Section Number. Example: "Section 15500" Project Name. " City Project/Contract Number. "Contract No. File Name and Date. Example: "15500_01.pdf', "5- 05 -02" End of Section City of Yakima, Washington 01300 Submittals PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 01630 PIPELINE SCHEDULE 1. SCOPE. This section consists of a schedule of 4 inch [100 mm] and larger pipelines indicating the type of pipe to be used. Pipe materials, installation, testing, and disinfection, when specified, are covered in other sections. Piping smaller than 4 inches [100 mm] is covered in the various miscellaneous piping sections. Piping for plumbing, heating and air conditioning systems is covered in other sections. Piping to be furnished with equipment is covered in the applicable equipment section. 2. ALTERNATIVE PIPE TYPES. Where more than one type of pipe is indicated in the schedule, the type of pipe material to be installed may be selected by CONTRACTOR. The details on the drawings cover only one type of pipe for each line. If a different material is selected by CONTRACTOR, all details of connections, jointing, wall fittings, support, anchorage, and harnesses shall be modified as necessary to produce an equivalent design acceptable to ENGINEER. 3. WALL FITTINGS. A wall pipe or sleeve will be required for all pipe passing through new concrete or masonry block walls. Wall fittings and sleeves shall be as indicated on the drawings and as specified in the applicable piping section. 4. SCHEDULE INDEX. Pipe material abbreviations and their applicable specification section number are as indicated: Abbreviation Pipe Material Section No. CI Cast Iron Soil Pipe 15069 CPVC CPVC 15067 DI Ductile Iron Pipe 15061 SP Steel Pipe 15062 5. SCHEDULE. Pipe materials shall conform to Schedule 01630 -S01. All pipelines indicated on the drawings and all pipelines required for proper operation of the equipment furnished shall be provided whether listed in the schedule or not. End of Section City of Yakima, Washington 01630 Pipeline Schedule PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Schedule 01630 -S01 PIPELINE SCHEDULE 1.000 General 1.010 Specification Section 01630 2.000 Requirements Size Service Location Material (inches) 4 UV Basin Drain Eastside of South Chlorine Contact Basin CI 4 C2 Eastside of South Chlorine Contact Basin CPVC 60 Secondary Clarifier Effluent UV Diversion Box to UV Influent Well DIP or S End of Schedule City of Yakima, Washington 01630 -S01 Pipeline Schedule PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 01650 STARTUP REQUIREMENTS 1. SCOPE. This section covers startup requirements for all items of equipment and systems including mechanical equipment. Additional requirements may be specified in specific equipment specifications. The requirements of this section shall be satisfactorily completed prior to any field tests specified in the specific equipment sections. 2. GENERAL. Equipment shall not be operated except by, or with the guidance of, qualified personnel having the knowledge and experience necessary to obtain proper results. All items of equipment and systems shall be tested for proper operation, efficiency, and capacity. All required adjustments, tests, operation checks, and other startup activity shall be provided by qualified personnel. CONTRACTOR shall be responsible for planning, supervising, and executing the installation of Work. 2.01. Coordination. CONTRACTOR shall coordinate all tests related to startup of equipment and systems and shall report the results to ENGINEER in accordance with the submittals section. CONTRACTOR shall accept the equipment and the test results related to starting of equipment and systems before ENGINEER will accept the equipment and the test results. When equipment is ready for a witness test, CONTRACTOR shall give written notice to ENGINEER at least 14 days before any offsite witness testing is performed or any field witnessed performance testing, unless otherwise specified. 3. EQUIPMENT TESTS. 3.01. Factory Tests. When specified in the specific equipment sections, the equipment will be test run at the point of manufacture and the test results will be delivered to ENGINEER. Such equipment will not be shipped until ENGINEER has reviewed the test results and advised the CONTRACTOR, in writing, that the equipment is acceptable for shipment. Such acceptance, however, will not be considered as final acceptance, which will only be made on the basis of the test results of the equipment after installation. 3.02. Preliminary Field Tests. All items of mechanical equipment shall be given a preliminary field test by CONTRACTOR after installation for proper operation, efficiency, and capacity. The preliminary field test shall consist of the requirements listed herein, unless exceptions or additions are indicated in the specific equipment sections. City of Yakima, Washington 01650 Startup Requirements PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 CONTRACTOR's test operation of each piece of mechanical equipment shall continue for not less than 8 hours without interruption. All moving parts of equipment and machinery shall be carefully tested for operation, and adjusted so all parts move freely and function to secure satisfactory operation. All equipment shall be tested continuously under actual or simulated operating conditions. All parts shall operate satisfactorily in all respects, under continuous full load and in accordance with the specified requirements, for the full duration of the 8 hour test period. If any part of a unit shows evidence of unsatisfactory or improper operation during the 8 hour test period, correction or repairs shall be made and the full 8 hour test operation, as specified, shall be completed after all parts operate satisfactorily. Tests of all process and pumping equipment, drive motors, including auxiliaries shall be made in accordance with the appropriate and approved test codes such as the American Society of Mechanical Engineers, Hydraulic Institute Standards, and IEEE. Tests shall be conducted after the Work is substantially complete so each item of equipment is ready for integrated operation with other equipment at the plant. Testing, measuring, and calibrating procedures shall be submitted to ENGINEER for review and acceptance prior to startup and testing of equipment. The equipment shall be properly filled, by CONTRACTOR, with oil and grease, and CONTRACTOR shall furnish all power, personnel, water, chemicals, fuels, oil, grease, and auxiliaries necessary for conducting the testing of the equipment for proper operation, efficiency, and capacity. The period of inspection, initial startup operation, and field adjustment shall be as needed to achieve satisfactory installation and operation of the items furnished. Any period required for instruction of OWNER's personnel shall be as specified in the Contract Documents. When the specific equipment sections indicate that an installation check is required by the equipment manufacturer, the manufacturer's representative will make all necessary field adjustments and correct defects in materials or workmanship during this test period. All equipment installed under this Contract, including that furnished by others, shall be placed into successful operation according to the written instructions of the equipment manufacturer and the instructions of the manufacturer's field representative. 3.03. Field System Operation Test. After all equipment is installed and the entire plant or system is ready to operate, CONTRACTOR shall conduct a field City of Yakima, Washington 01650 Startup Requirements PN 132965. -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 system operation test. The test shall consist of the requirements listed herein, unless exceptions or additions are indicated in the specific equipment sections. The test period shall be at least 7 days, and each system shall operate under actual or simulated operating conditions before the certificate of partial completion of all construction Work is issued. All defects of material, workmanship, or equipment which appear during this test period shall be corrected by CONTRACTOR. After such corrections are made, the 7 day test shall be repeated before the certificate of partial completion of all construction Work is issued, unless waived by ENGINEER. CONTRACTOR shall supply all power, water, oil, grease, auxiliaries, and operating personnel required for this operation test. When necessary for certain items of equipment, the final adjustments and inspections will be made by factory trained service personnel (other than sales representatives), rather than by CONTRACTOR. The service personnel will also supervise the test operation. This requirement will be stated under the detailed specification for the particular piece or pieces of equipment. The manufacturer's service personnel will make adjustments and supervise testing by CONTRACTOR until such tests have been accepted by ENGINEER. 4. ACCEPTANCE. When no other field tests for acceptance are specified in the equipment sections, at the end of the field system operation testing, each system will be accepted if, in the opinion of ENGINEER, it has operated satisfactorily without excessive power use, wear, or need for lubrication, or requiring undue attention; and if all its rotating parts operate without excessive vibration or noise at any operating condition. When other field tests for acceptance are specified in the equipment sections, acceptance shall be after all tests are satisfactorily conducted as specified in the appropriate equipment procurement specification. When a field performance test for baseline is specified in the equipment sections, acceptance shall be after a completion of the baseline performance test that is conducted as specified in the pumping unit field testing - baseline performance section. Acceptance of Work in connection with the installation of equipment furnished by others will be subject to approval of the manufacturer's field representative. Acceptance by OWNER or approval of the manufacturer's field representative will not relieve CONTRACTOR of responsibility for defective Work. End of Section City of Yakima, Washington 01650 Startup Requirements PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 02050 DEMOLITION AND SALVAGE PART 1 - GENERAL 1 -1. SCOPE. This section covers the demolition of existing structures, piping, conduits, conductors, equipment switch gear, panels, instrumentation, MCCs, and sitework and the salvage of existing materials and equipment as indicated on the Drawings and as specified herein. 1 -2. GENERAL. CONTRACTOR shall be responsible for all work under this section. All structures and facilities of the existing Yakima Regional WWTP which are not to be removed must remain in continuous operation during the work. All structures and facilities to be removed shall remain in operation up until their scheduled removal unless otherwise approved by ENGINEER. Demolition and salvage work shall create minimum interference with OWNER's operations and minimum inconvenience to OWNER. Blasting will not be permitted for demolition work. Construction drawings of the existing facilities to be demolished are available at the site for inspection and reference. There is, however, no expressed or implied guarantee by either the OWNER or the ENGINEER as to the accuracy or completeness of these drawings. The CONTRACTOR will be held to have visited the site and to have carefully and thoroughly inspected all existing buildings and facilities and to have taken into account, in the preparation of his bid, all conditions affecting the work required by the Drawings and Specifications. Failure to do so will in no way relieve the CONTRACTOR of the responsibility for furnishing all labor and equipment required to perform demolition work. The CONTRACTOR shall provide barricades, signs, lights, etc., to warn of possible dangers on the site until the demolition work is completed. The CONTRACTOR shall assume full responsibility for any and all damages to the existing buildings and facilities resulting from his work. The CONTRACTOR shall take any necessary photographs of existing construction to verify existing conditions and shall file with the ENGINEER a report of any existing damaged construction before the work is started. The CONTRACTOR shall protect from damage all existing construction and utilities that are to remain in service and all equipment that is required to be salvaged and remain property of the OWNER. City of Yakima, Washington 02050 Demolition and Salvage PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 In areas where flame cutting will be used, special attention shall be given to fire protection. All areas shall be dust -free before flame cutting will be permitted. Flame resistant blankets shall be provided to protect combustible materials. Dry chemical fire extinguishers shall be provided in such areas, and workmen shall be trained in their use. Methods used in demolition and disposal of materials shall be in accordance with all local codes, ordinances, and requirements of the governing authority; shall be • approved by the ENGINEER; and shaii in all cases assure the safety of persons, properties, and existing structures. The general area in which the demolition work is to be performed shall be left clean and free of debris and, in addition where required, shall be graded as required to provide a uniform appearance. All backfilling required in demolition areas shall conform to the governing requirements of Section 02200 and 02202. PART 2 — PRODUCTS - Not Used. PART 3 - EXECUTION 3 -1. DEMOLITION. 3 -1.01. Structure Demolition. Structural demolition shall be as indicated on the drawings. All demolition of structures where existing portions of the structure are to remain shall be removed to existing joints or sawed to the lines indicated on the drawings The Tines shall he sawed to a sufficient death to remove material without distributing structure to remain. 3 -1.02. Sitework Demolition. Sitework demolition shall be as indicated on the Drawings and shall include the following: a. Removal and disposal offsite of reinforced and nonreinforced pavement, sidewalks, and slabs on grade within the limits indicated on the Drawings. b. Removal and disposal offsite of asphaltic concrete pavement within the limits indicated on the Drawings. c. Removal and disposal offsite of lawn and landscape features indicated on the Drawings. d. Removal of existing yard piping within the limits indicated on the Drawings. City of Yakima, Washington 02050 Demolition and Salvage PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 e. Removal of existing ductbank and underground electrical conduit within the limits indicated on the Drawings. All concrete, reinforcing steel, and asphalt from the demolition of existing structures and facilities shall be removed from the site and disposed of by the CONTRACTOR at the CONTRACTOR's expense. 3 -1.03. Piping and Equipment Demolition. Existing underground and abovegrade piping shall be cut, removed, abandoned, disconnected, and /or salvaged as indicated on the Drawings or in the Specifications. The open ends of abandoned piping shall be tightly sealed as indicated on the Drawings. Piping and equipment shall be disconnected, dismantled, and removed as required and in such a manner as to minimize disturbing or damaging adjacent construction. At any point or location where new work is to be connected or installed, the removal of existing work shall be done so as to facilitate the new installation work to the maximum possible extent. 3 -1.04. Pavement Demolition. The demolition of existing drives, curbs, and similar items shall be scheduled and performed so as to minimize inconvenience to the OWNER. Concrete or asphaltic pavement and curbs shall be removed to existing joints or sawed to the lines indicated on the Drawings or indicated by the ENGINEER in the field. The lines shall be sawed to a depth sufficient to remove the material without disturbing the pavement to remain and shall be such as to provide a true butt line between new and existing pavements. No jagged, rough, or uneven exposed removal lines will be allowed. 3 -1.05. Electrical Demolition. Existing conduits, conductors, switchgear, motor control centers, panels, VFDs, and other electrical or instrumentation devices shall be disconnected, removed, and /or abandoned, as indicated on the drawings and specified in Division 16. 3 -1.06. Demolished Materials and Equipment. All materials, equipment, and debris resulting from the removal and demolition work, which are not noted to be salvaged or reused in the new construction, shall become the property of the CONTRACTOR and shall be removed from the site to the CONTRACTOR's own place of disposal at his expense. Credit for the salvage value, if any, of such removed material shall have been reflected in the CONTRACTOR's bid price. 3 -2. SALVAGE and /or REUSE. 3 -2.01. Items to be Salvaged and /or Reused by CONTRACTOR. Removed and salvaged equipment or facilities shall include removal and salvage of all accessories, piping, wiring, supports, associated electrical starters and devices, City of Yakima, Washington 02050 Demolition and Salvage PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 baseplates and frames, all metal items, and all other appurtenances, unless • otherwise directed. The following existing materials and equipment shall be removed or protected in place by CONTRACTOR, shall be reused as a part of the work, and shall remain the property of OWNER: Item Existing Location Existing Dewatering Pump and appurtenances South Chlorine Contact as indicated on Drawings Basin Items salvaged to the OWNER shall be delivered onsite to a location of OWNER'S choosing. CONTRACTOR shall carefully remove, in a manner to prevent damage, all materials and equipment specified herein or indicated to be reused or salvaged to the OWNER. CONTRACTOR shall store and protect salvaged items specified or indicated to be reused in the work. Any items that will be relocated and reused which are damaged in removal, storage, or handling through carelessness or improper procedures shall be replaced by CONTRACTOR in kind or with new items. CONTRACTOR may, at his option, furnish and install new items instead of those specified or indicated to be salvaged and reused, in which case such removed items will become CONTRACTOR's property. 3 -3. BACKFILL. Any holes or excavations resulting from demolition or removal operations and not within areas to be occupied by new construction shall be backfilled in accordance with the governing requirements of Section 02200 and ULLUL. End of Section City of Yakima, Washington 02050 Demolition and Salvage PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 02200 EARTHWORK Data Sheet Para- Description Data Units graph Performance and Design Requirements 2 -1.06 Select fill. General fill. Crushed rock. r Clean sand. Other, see Section 02200. 2 -1.05 Structure backfill. General fill. r Crushed rock. Clean sand. Other, see Section 02200. 2 -1.07 Gravel base beneath slab. ASTM C33, No. 7 Coarse Aggregate «. Other, see Section 02200. 2 -1.01 Types of filter fabrics. f' Type A. Type B. Type C. Other, see Section 02200. 2 -1.08 Controlled Low Strength Material Yes. (CLSM) required. No 2 -1.08 Class of CLSM. ' Class A. Class B. Class C. r - Other, see Section 02200. 2 -1.08 Acceptable types of cement in =v ASTM C150 Type I. CLSM. i ASTM C150 Type II. ASTM C150 Type V. Other, see Section 02200. 2 -1.08 Class of fly ash in CLSM. ASTM C618 Class F. i..... ASTM C618 Class C. City of Yakima, Washington 02200 Earthwork PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -1.03 General fills and embankments r- 4 inch [100 mm]. maximum stone size. Other, see Section 02200. Construction Requirements 2-2 Responsibility for payment of field t OWNER. testing services. CONTRACTOR 3 -2.02 Classification of excavated Yes. materials required. No 3 -4.02 Type of compaction equipment 4 Static. used for structure backfill. r Vibrating. Cr No restriction on type. r Other. When "Other" is selected, indicate the alternative. 3 -4.02 Limit on weight of equipment used R 1 ton [907 kg]. for structure backfill. 2 ton [1814 kg] r Other. When "Other" is selected, indicate the alternative. 3-5 Topsoil thickness. (t 4 inches [100 mm] ( (lfh When "Other" is selected, indicate in.[mm] the alternative. 3 -3.03 On -site borrow area permitted. r Yes. - No. 1 3 3 6 Disposal of suitable excavated Yes. material permitted on -site. (_ No 3 -2.05 Blasting for excavation permitted. Yes. No. 3 -2.06 Dewatering depth required below ,:+ 12 inches [300 mm]. excavation (minimum). 24 inches [600 mm]. r Other. When "Other" is selected, indicate in.[mm] the alternative. 3 -2.09 Ringwall tank foundation required. Yes. 3 -4.05 No. City of Yakima, Washington 02200 Earthwork PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3 -2.07 Disposal of sheeting, shoring, and Remove all after completion of work. excavation support systems after completion of the work. ; LL_ Remove unless specifically otherwise permitted by ENGINEER. Remove or leave in place at CONTRACTOR's discretion. May be left in place only at the locations indicated in the next line of data sheet. All others shall be removed. When "May be left in place at the locations indicated" is selected, indicate those locations. General Fills and Embankments 3 -3.02 Test method to determine criteria ASTM D698. for maximum density and optimum ASTM D1557. moisture. { - Other. When "Other" is selected, indicate the alternative. 3 -3.02 Relative compaction. c 95 %. Other. When "Other" is selected, indicate the alternative. 3 -3.02 Moisture content relative to -2% to +2 %. optimum. .__ Other. When "Other" is selected, indicate the alternative. 3 -2.02 Special compaction over reservoir in Yes or basin roof slabs. Not applicable Structural Backfill 3 -4.02 Criteria for maximum density and ASTM D698. moisture. ASTM D1557. Other. When "Other" is selected, indicate the alternative. 3 -4.02 Relative compaction. 95% Other. When "Other" is selected, indicate the alternative. 3 -4.02 Moisture content relative to the -2% to +2 %. optimum. Other. When "Other" is selected, indicate the alternative. Select Fill City of Yakima, Washington 02200 Earthwork PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3-4 Test method to determine maximum ASTM D698. density and moisture. ASTM D1557. Other. When "Other" is selected, indicate the alternative. 3-4 Relative compaction. r: 95 %. Other. When "Other" is selected, indicate cyo the alternative. 3-4 Moisture content relative to the : -2% to +2 %. optimum. r. Other. When "Other" is selected, indicate the alternative. Roadway Subgrade 3 -2.10 Test method to determine maximum i' ' ASTM D698. density and moisture. {� ASTM D1557. in Other. When 'Other" is selected, indicate the alternative. Relative compaction. 95 %. ,_, Other. When "Other" is selected, indicate a% the alternative. Moisture content relative to the rir -2% to +2 %. optimum. " Other. When "Other" is selected, indicate the alternative. City of Yakima, Washington 02200 Earthwork PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 02200 EARTHWORK PART 1 - GENERAL 1 -1. SCOPE. This section covers earthwork and shall include the necessary clearing, grubbing, and preparation of the site; removal and disposal of all debris; excavation; handling, storage, transportation, and disposal of all excavated material; all necessary sheeting, shoring, and protection work; preparation of subgrades; pumping and dewatering as necessary; protection of adjacent property; backfilling; construction of fills and embankments; surfacing and grading; and other appurtenant work. 1 -1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet ". 1 -2. GENERAL. With reference to the terms and conditions of the construction standards for excavations set forth in OSHA "Safety and Health Regulations for Construction ", Chapter XVII of Title 29, CFR, Part 1926, CONTRACTOR shall employ a competent person and, when necessary based on the regulations, a registered professional engineer, to act upon all pertinent matters of the work of this section. 1 -3. SUBMITTALS. Drawings, specifications, and data covering the proposed materials shall be submitted in accordance with the submittals section. At least 30 days before starting construction on the sheeting and shoring, the sheeting and shoring design engineer shall complete and submit to ENGINEER the Protection System Design Certificate (Figure 1- 02200) and the CONTRACTOR shall use the sheeting and shoring design. A separate certificate shall be submitted for each unique design. The certificate shall be signed and sealed by the registered professional engineer that designed the protection system. The professional engineer shall be licensed or registered in the state where the protection system is located. 1 -3.01. Filter Fabric Data. Complete descriptive and engineering data for the fabric shall be submitted in accordance with the submittals section. Data submitted shall include: A 12 inch [300 mm] square sample of fabric. City of Yakima, Washington 02200 Earthwork PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Manufacturer's descriptive product data. Installation instructions. 1 -4. BASIS FOR PAYMENT. 1 -4.01. Sheeting for Excavation of Structures. No additional payment above the Contract Price will be made for steel sheet piling left in place in excavations for structures. 1 -5. INSURANCE. Professional Liability insurance shall be provided as specified in the Supplementary Conditions. PART 2 - PRODUCTS 2 -1. MATERIALS. 2 -1.01. Filter Fabric. Filter fabric shall be provided in rolls wrapped with covering for protection from mud, dirt, dust, and debris. 2- 1.01.01. Filter Fabric Type A. Filter fabric Type A shall be provided for installation at locations indicated on the drawings and as specified herein. Filter fabric Type A shall be a nonwoven fabric consisting of only continuous chains of polymeric filaments or yarns of polyester formed into a stable network by needle punching. The fabric shall be inert to commonly encountered chemicals; shall be resistant to mildew, rot, ultraviolet light, insects, and rodents; and shall have the indicated properties: Property Test Method Unit Min Roll Value * Fabric Weight ASTM D3776 oz/yd [g /m 5.7 [193] Grab Strength ASTM D4632 lb [N] 155 [689] Grab Elongation ASTM D4632 percent 50 Mullen Burst ASTM D3786 psi [MPa] 190 [1.3] Strength Apparent Opening CW -02215 U.S. Standard 70 [212 pm] Size Sieve Size * Minimum average roll value in weakest principal direction. City of Yakima, Washington 02200 Earthwork PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2- 1.01.02. Filter Fabric Type B. Not used. 2- 1.01.03. Filter Fabric Type C. Not used. 2 -1.02. Polyethylene Film. Polyethylene film beneath concrete slabs or slab base course material shall be Product Standard PS17, 6 mil minimum thickness. 2 -1.03. General Fill and Embankment Materials. To the maximum extent available, excess suitable material obtained from embankment, structures and trench excavation shall be used for the construction of general fills and embankments. Additional material shall be provided from CONTRACTOR's off - site source. No borrow pits shall be opened on site unless such pits are specifically indicated on the drawings. All material placed in fills and embankments shall be free from rocks or stones larger than the required size in their greatest dimension, brush, stumps, logs, roots, debris, and other organic or deleterious materials. The maximum size of stone in fills and embankment shall be as required. No rocks or stones shall be placed in the upper 18 inches [450 mm] of any fill or embankment. Rocks or stones within the allowable size limit may be incorporated in the remainder of fills and embankments, provided they are distributed so that they do not interfere with proper compaction. 2 -1.04. Granular Fill. Granular fill material shall be crushed rock or gravel suitable for use as a free draining subbase beneath slabs and foundations. Granular fill shall be free from dust, clay, and trash; hard, durable, nonfriable; and shall be graded 3/4 inch to No. 4 [19 to 4.75 mm] as defined in ASTM C33 for No. 67 coarse aggregate. Granular fill shall meet the quality requirements for ASTM C33 coarse aggregate. Only crushed rock with angular particles shall be used when the perimeter of the granular fill is not confined or otherwise subject to raveling, such as on a slope. 2 -1.05. Structure Backfill. Structure backfill shall be defined as the material placed around and outside of structures. Structure backfill shall be as required and as indicated herein. 2- 1.05.01. General Fill Structure Backfill. General fill for structure backfill shall meet the requirements of the previous paragraph entitled "General Fill and Embankment Materials ". 2- 1.05.02. Crushed Rock Structure Backfill. Not used. 2- 1.05.03 Clean Sand Structure Backfill. Not used. 2 -1.06. Select Fill. Select fill shall be defined as the material placed beneath the structure foundations and slabs below any granular material layer or lean City of Yakima, Washington 02200 Earthwork PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 concrete slab indicated on the drawings. Select fill shall be used to replace any unsuitable material below the structure foundations and slabs and to raise the site grades below and within 5 feet of structural footprints and at locations indicated on the drawings. Select fill shall be as required, and as indicated herein. 2- 1.06.01. General Fill Select Fill. Not used. 2- 1.06.02. Crushed Rock Select Fill. Crushed rock for select fill shall meet the following gradation requirements: Size Percent Passing 1/2 inch [12.5 mm] 100 3/8 inch [9.5 mm] 90 - 100 • No. 4 [4.75 mm] 30 - 60 No. 8 [2.36 mm] 0 -10 No. 200 [75 pm] 0 - 5 2- 1.06.03. Clean Sand Select Fill. Not used. • 2 -1.07. Gravel Base Beneath Slabs. Gravel base beneath slabs shall consist of material meeting the quality requirements specified for ASTM C33 concrete coarse aggregate and shall be graded as required. 2 -1.08. Controlled Low Strength Material (CLSM). CLSM shall consist of a mixture of Portland cement, fly ash, sand, and water and shall be placed at locations indicated on the drawings or as directed by ENGINEER. The class of CLSM shall be as required. The type of cement in CLSM shall be as required. The class of fly ash in CLSM shall be as required, except loss on ignition shall not exceed 4 percent. Fine aaareaate in CLSM shall be clean natural sand, ASTM C33, except that clay particles shall not exceed one percent. Water in CLSM shall be potable. 2- 1.08.01. Class A CLSM. Not used. 2- 1.08.02. Class B CLSM. The initial trial mixture for Class B CLSM shall consist of the following minimum proportions per cubic yard to provide minimum compressive strength listed below: City of Yakima, Washington 02200 Earthwork PN 132965 -8- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Cement 100 Ibs [45 kg] Fly Ash 100 Ibs [45 kg] Sand (SSD) 2760 Ibs [1252 kg] Water 386 Ibs [175 kg] Air Entraining admixture 5 percent Minimum compressive 202 psi [1.4 MPa] strength at 56 days 2- 1.08.03. Class C CLSM. Not used. CONTRACTOR shall design and test the CLSM. CONTRACTOR shall submit the mix design and test results to ENGINEER for review and acceptance. Initial set time shall be 8 hours plus or minus one hour as determined by ASTM C403. CLSM shall have an efflux time of 10 to 26 seconds through a special flow cone with a 1/2 inch [12.7 mm] discharge tube. The batch proportions accepted by ENGINEER apply only for materials from the same source and having the same characteristics as the materials used in the mix design. Materials from any other source shall be used only with the acceptance of ENGINEER. If a change in sources of materials is proposed, a new mix design shall be developed by CONTRACTOR before the new material is used. When unsatisfactory results or other conditions make it necessary, CONTRACTOR shall develop a new mix design to get the desired results. During the progress of the work, no change shall be made in the batch proportions of the ingredients without the acceptance of ENGINEER. 2 -2. MATERIAL TESTING. 2 -2.01. Preliminary Review of Materials. As stipulated in the quality control section, all tests required for preliminary review of materials shall be made by an acceptable independent testing laboratory at the expense of CONTRACTOR. Two initial gradation tests shall be made for each type of general fill, designated fill, backfill, or other material, and one additional gradation test shall be made for each additional 500 tons [450 Mg] of each material delivered to the jobsite. In addition, one set of initial Atterberg Limits test shall be made for each fill material containing more than 20 percent by weight pass the No. 200 sieve and for materials specified by atterberg limits. One additional Atterberg Limits test shall City of Yakima, Washington 02200 Earthwork PN 132965 -9- Bid No. 2182 Ultraviolet Disinfection Project November 2007 be made for each additional 500 tons [450 Mg] of each material delivered to the job site. All material testing on CLSM shall be made by an independent testing laboratory at the expense of CONTRACTOR. 2 -2.02. Field Testing At Expense of OWNER. Not used. 2 -2.03. Field Testing At Expense of CONTRACTOR. All moisture - density (Proctor) tests and relative density tests on the materials, and all in -place field density tests, shall be made by an independent testing laboratory at the expense of CONTRACTOR. CONTRACTOR shall provide access to the materials and work area and shall assist the laboratory as needed in obtaining representative samples. 2 -2.04. Required Field Tests. For planning purposes the following guidelines shall be used for frequency of field tests. Additional tests shall be performed as necessary for job conditions and number of failed tests. Test results shall be submitted as indicated in the submittals section. a. Two moisture - density (Proctor) tests in accordance with ASTM D698 (or, when required, ASTM D1557), or two relative density tests in accordance with ASTM D4253 and D4254 for each type of general fill, designated fill, backfill, or other material proposed. b. For area fills and embankments, an in -place field density and moisture test for each 1000 cubic yards [764 m of material placed. c. One in -place field density and moisture test for every 100 to 200 cubic yards [76 to 153 m" ] of structure backfill or select fill. d. One in -place density and moisture test whenever there is a suspicion of a change in the quality of moisture control or effectiveness of compaction. e. At least one test for every full shift of compaction operations on mass earthwork. f. Additional gradation, proctor, and relative density tests whenever the source or quality of materials changes. g. Testing of CLSM shall be as follows. City of Yakima, Washington 02200 Earthwork PN 132965 -10- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Compressive Strength. For every 200 cubic yard [153 m of flowable fill placed, fill four 6 by 12 inch [150 by 300 mm] plastic cylinder molds to overflowing and then tap sides lightly. Cure cylinders in the molds covered until time of testing, at least 14 days. Strip the cylinders carefully using a knife to cut away the plastic mold. Cap the cylinders with high strength gypsum plaster or other capping process that will not break these low strength materials. Test cylinders in accordance with ASTM C39. Two cylinders shall be tested at 7 days and the other two cylinders shall be tested at 56 days. Flow of Fill. Once each day that flowable fill is placed, test the fill material in accordance with ASTM C939 for the efflux time. Wet screening may be required to remove coarse particles. Unit Weight and Yield. Once each day that flowable fill is placed, determine unit weight and yield in accordance with ASTM C138. Air Content. Once each day that flowable fill is placed, determine air content in accordance with ASTM C231. Penetration Resistance. Once each day that flowable fill is placed, determine early bearing strength in accordance with ASTM C403 penetration procedure. PART 3 - EXECUTION 3 -1. SITE PREPARATION. All sites to be occupied by permanent construction or embankments shall be cleared of all logs, trees, roots, brush, tree trimmings, and other objectionable materials and debris. All stumps shall be grubbed. Subgrades for fills and embankments and sites to be occupied by permanent construction shall be cleaned and stripped of all surface vegetation, sod, and organic topsoil. All waste materials shall be removed from the site and disposed of by and at the expense of CONTRACTOR. 3 -2. EXCAVATION. 3 -2.01. General. Excavations shall provide adequate working space and clearances for the work to be performed therein and for installation and removal of concrete forms. In no case shall excavation faces be undercut for extended footings. Subgrade surfaces shall be clean and free of loose material of any kind when concrete is placed thereon. City of Yakima, Washington 02200 Earthwork PN 132965 -11- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Except where exterior surfaces are specified to be dampproofed, monolithic concrete manholes and other concrete structures or parts thereof, which do not have footings that extend beyond the outside face of exterior walls, may be placed directly against excavation faces without the use of outer forms, provided that such faces are stable and also provided that a layer of polyethylene film is placed between the earth and the concrete. Excavations for manholes and similar structures constructed of masonry units shall have such horizontal dimensions that not less than 6 inches [150 mm] clearance is provided for outside plastering. 3 -2.02. Classification of Excavated Materials. No classification of excavated materials will be made for payment purposes. Excavation and trenching work shall include the removal and subsequent handling of all materials excavated or otherwise removed in performance of the work, regardless of the type, character, composition, or condition thereof. 3 -2.03. Preservation of Trees. No trees shall be removed outside excavated or filled areas, unless their removal is authorized by OWNER. Trees left standing shall be adequately protected from permanent damage by construction operations. 3 -2.04. Unauthorized Excavation. Except where otherwise authorized, indicated, l ....�...J .J 11 I...'..1.. J.....1 L..�I...,. the J..4... .0 concrete .__.. i_ indicated, or specified, all materials excavated below the bouom of concf ete walls, footings, slabs on grade, and foundations shall be replaced with concrete or lean concrete at the expense of CONTRACTOR. If structural concrete replacement is chosen, it shall be with concrete placed at the same time and monolithic with the concrete foundation. 3 -2.05. Blasting. Blasting or other use of explosives for excavation wiii not be permitted. 3 -2.06. Dewatering. Dewatering equipment shall be provided to remove and dispose of all surface water and groundwater entering excavations, trenches, or other parts of the work. Each excavation shall be kept dry during subgrade preparation and continually thereafter until the structure to be built, or the pipe to be installed therein, is completed to the extent that no damage from hydrostatic pressure, flotation, or other cause will result. All excavations for concrete structures or trenches which extend down to or below groundwater shall be dewatered by lowering and keeping the groundwater level to the minimum depth, as required, beneath such excavations. The specified dewatering depth shall be maintained below the prevailing bottom of excavation at all times. City of Yakima, Washington 02200 Earthwork PN 132965 -12- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Surface water shall be diverted or otherwise prevented from entering excavations or trenches to the greatest extent possible without causing damage to adjacent property. CONTRACTOR shall be responsible for the condition of any pipe or conduit used for drainage purposes, and all such pipe or conduit shall be left clean and free of sediment. 3 -2.07. Sheeting and Shoring. Except where banks are cut back on a stable slope, excavations for structures and trenches shall be supported as necessary to prevent caving or sliding. Steel sheet piling or other excavation support systems shall be furnished and installed as necessary to limit the extent of excavations for the deeper structures and necessary backfill under adjacent shallower structures, and to protect adjacent structures and facilities from damage due to excavation and subsequent construction. CONTRACTOR shall assume complete responsibility for, and install adequate protection systems for prevention of damage to existing facilities. Excavation support systems and sheeting and shoring shall be removed or left in place as required unless otherwise permitted by ENGINEER. The design of the excavation support system shall be such as to permit complete removal while maintaining safety and stability in the excavation at all times. Sheeting, shoring and excavation support systems shall be designed by a professional engineer registered in the state where the project is located. 3 -2.08. Stabilization. Subgrades for concrete structures shall be firm, dense, and thoroughly compacted and consolidated; shall be free from mud and muck; and shall be sufficiently stable to remain firm and intact under the feet of the workers. Subgrades for concrete structures which are otherwise solid, but which become mucky on top due to construction operations, shall be reinforced with crushed rock or gravel as specified for granular fills. The stabilizing material shall be placed in such a manner that no voids remain in the granular fill. All excess granular fill with unfilled void space shall be removed. The finished elevation of stabilized subgrades shall not be above subgrade elevations indicated on the drawings. 3 -2.09. Ringwall Excavation. Not Used. 3 -2.10. Roadway Excavation. Excavation for the roadways, drives, and parking areas shall conform to the lines, grades, cross sections, and dimensions indicated on the drawings and shall include the excavation of all unsuitable material from the subgrade. After shaping to line, grade, and cross section, the City of Yakima, Washington 02200 Earthwork PN 132965 -13- Bid No. 2182 Ultraviolet Disinfection Project November 2007 subgrade shall be compacted to a depth of at least 6 inches [150 mm] to the degree of compaction as required, and at the moisture content as required. This operation shall include any reshaping and wetting or drying required to obtain proper compaction. All soft or otherwise unsuitable material shall be removed and replaced with suitable material. 3 -3. GENERAL FILLS AND EMBANKMENTS. Fills and embankments not required or indicated to be designated fills shall be constructed as general fills and embankments. All fills and embankments shall be constructed to the lines and grades indicated on the drawings using materials as required. Backfilling and construction of fills and embankments during freezing weather shall not be done except by permission of ENGINEER. No backfill, fill, or embankment materials shall be installed on frozen surfaces, nor shall frozen materials, snow, or ice be placed in any backfill, fill, or embankment. 3 -3.01. Subgrade Preparation. After preparation of the fill or embankment site, the subgrade shall be scarified and moisture conditioned to a minimum depth of 6 inches [150 mm], leveled and rolled so that surface materials of the subgrade will be at a moisture content and as compact and well bonded with the first layer of the fill or embankment as specified for subsequent layers. Unless otherwise directed by ENGINEER, the subgrade shall be proof - rolled by a rubber -tired roller, a loaded dump truck, or other suitable rubber tired equipment acceptable to ENGINEER. A minimum of four passes of the proof - rolling equipment shall be provided such that the last two passes are made perpendicular to the first two passes. All soft, yielding, or otherwise unsuitable material shall be removed and replaced . :11_ _i_ J 2'11 with compacted fin. 3 -3.02. Placement and Compaction. All fill and embankment materials shall be placed in approximately horizontal layers not to exceed 8 inches [200 mm] in uncompacted thickness. Material deposited in piles or windrows by excavating and hauling equipment shall be spread and leveled before compaction. Each layer of material shall have the best practicable moisture content for satisfactory compaction. The material in each layer shall be wetted or dried as • required and thoroughly mixed to ensure uniform moisture content and adequate compaction. Each layer shall be thoroughly compacted to the required degree of compaction at the required moisture content. If the material fails to meet the density specified, compaction methods shall be altered. The changes in compaction methods shall include, but not be limited to, changes in compaction equipment, reduction in uncompacted lift thickness, increase in number of passes, and better moisture control. City of Yakima, Washington 02200 Earthwork PN 132965 -14- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Wherever a trench is to pass through a fill or embankment, the fill or embankment material shall be placed and compacted to an elevation not less than 12 inches [300 mm] above the top of pipe elevation before the trench is excavated. 3 -3.03. Borrow Pits. Not used. 3 -4. DESIGNATED FILLS. Fills required or indicated to be designated fills shall be constructed using the specific materials and placement requirements as specified. In addition to the specific requirements specified herein, all requirements for general fills and embankments shall apply. These requirements include, but are not limited to organic or deleterious materials, subgrade preparation, lift thickness, and moisture conditioning requirements. All designated fills shall be constructed to the lines and grades indicated on the drawings. Backfilling and construction of fills during freezing weather shall not be done except by permission of ENGINEER. No backfill, fill, or embankment materials shall be installed on frozen surfaces, nor shall frozen materials, snow, or ice be placed in any backfill, fill, or embankment. 3 -4.01. Granular Fill. Granular fills shall be provided where indicated on the drawings. Granular fills shall be placed on suitably prepared sub - grades in uncompacted lift thickness of 6 inches [150 mm] or less and compacted by vibration. Granular fills shall be compacted to not less than 70 percent relative density as determined by ASTM D4253 and D4254. Where granular fills are to be covered with concrete, the top surface shall be graded to the required sub -grade elevation. The completed fill shall be covered by a vapor barrier. 3 -4.02. Structure Backfill. Backfill materials shall be deposited in layers not to exceed 8 inches [200 mm] in uncompacted thickness and shall be compacted to the required degree of compaction at the required moisture content. Compaction of structure backfill shall be performed in such a manner that damage to the structure is prevented. The compaction equipment used within 8 feet [2.4 m] of the walls and for the top 8 feet [2.4 m] of backfill shall be limited to the specified type and size as required. Compaction of structure backfill by inundation with water will not be permitted. No backfill shall be deposited or compacted in water. Particular care shall be taken to compact structure backfill which will be beneath pipes, drives, roads, parking areas, walks, curbs, gutters, or other surface construction or structures. In addition, wherever a trench is to pass through structure backfill, the structure backfill shall be placed and compacted to an elevation not less than 12 inches [300 mm] above the top of pipe elevation before City of Yakima, Washington 02200 Earthwork PN 132965 -15- Bid No. 2182 Ultraviolet Disinfection Project November 2007 the trench is excavated. Compacted areas, in each case, shall be adequate to • support the item to be constructed or placed thereon. 3 -4.03. Gravel Base Beneath Slabs. The gravel base beneath slabs shall be placed in uncompacted lift thickness of 6 inches [150 mm] or less and compacted with a minimum of four passes (round trips) of a self - propelled or walk- behind type vibrating roller. The roller shall be operated in the vibrating mode and in accordance with the manufacturer's instructions. 3 -4.04. Controlled Low Strength Material (CLSM) Fill. CLSM shall not be placed on frozen ground. Batching, mixing, and placing of CLSM may be started when weather conditions are favorable and when the temperature is at least 34 °F [1.1 °C] and rising. At time of placement of CLSM the temperature shall be at least 40 °F [4.4 °C]. Mixing and placing shall stop when the temperature is 38 °F [3.3 °C] and falling. Each filling stage shall be as continuous an operation as is practicable. CLSM shall be discharged from the mixer by an acceptable procedure into the area to be filled. CLSM shall be placed to limits indicated on the drawings. Mixing CLSM with in -situ soil shall be avoided. When CLSM is placed as backfill against structures, the fill shall be placed in lifts of 2 to 3 feet [0.6 to 1 meter] and the next lift shall not be placed until the previous lift has taken initial set and at least 16 hours have elapsed from the end of placement. Lift thickness shall be reduced as necessary to prevent floatation of the structure. When CLSM is placed over culverts or pipelines, they shall be anchored to prevent flotation during the placement of CLSM. Unless otherwise required, CLSM shall be placed to one foot below subgrade elevation if the subgrade elevation is not more than 5 feet [1.5 meters] over the top of the culvert or pipe. If the subgrade is more than 5 feet [1.5 meters] over the top of the culvert or pipe fill, CLSM shall be placed to an elevation 2 feet [0.6 meters] over the top of the culvert or pipe, and the remainder shall be backfilled with soil designated by ENGINEER. 3 -4.05. Ringwall Fill. Not Used. 3 -5. FINAL GRADING AND PLACEMENT OF TOPSOIL. After other outside work has been finished, and backfilling and embankments completed and settled, all areas which are to be graded shall be brought to grade at the indicated elevations, slopes, and contours. All cuts, fills, embankments, and other areas which have been disturbed or damaged by construction operations shall be surfaced with topsoil to a depth required. Topsoil shall be of a quality at least equal to the existing topsoil in adjacent areas, free from trash, stones, and debris, and well suited to support plant growth. City of Yakima, Washington 02200 Earthwork PN 132965 -16- Bid No. 2182 Ultraviolet Disinfection Project Novem 2007 Use of graders or other power equipment will be permitted for final grading and dressing of slopes, provided the result is uniform and equivalent to manual methods. All surfaces shall be graded to secure effective drainage. Unless otherwise indicated, a slope of at least 1 percent shall be provided. Final grades and surfaces shall be smooth, even, and free from clods and stones, weeds, brush, and other debris. 3 -6. DISPOSAL OF EXCAVATED MATERIALS. Suitable excavated materials may be used in fills and embankments as needed. Any excess suitable excavated material shall be disposed of as required. All excess material shall be disposed of at the locations indicated on the drawings; all such material shall be graded for drainage but need not be compacted. All debris, stones, logs, stumps, roots, and other unsuitable materials shall be removed from the site and disposed of by, and at the expense of, CONTRACTOR. 3 -7. RESODDING. All established lawn areas cut by the line of trench, by excavation, or damaged during the work shall be resodded, after completion of construction, to the complete satisfaction of the property owner and OWNER. All sod used shall be the same type as removed or damaged, shall be best quality, and, when placed, shall be live fresh growing grass with at least 1 -1/2 inches [40 mm] of soil adhering to the roots. All sod shall be procured from areas where soil is fertile and contains a high percentage of loamy topsoil and from areas that have been grazed or mowed sufficiently to form a dense turf. Sod shall be transplanted within 24 hours from the time it is harvested, unless stacked at its destination in a suitable manner. All sod in stacks shall be kept moist and protected from exposure to the sun and from freezing. In no event shall more than 1 week elapse between cutting and planting. Before placing sod, all shaping and dressing of the areas shall have been completed. After shaping and dressing, commercial fertilizer of a type acceptable to OWNER shall be applied uniformly in the manner and amounts recommended by the manufacturer, and harrowed lightly. Sodding shall follow immediately. All sodding shall be done during the period from March 15 to October 1, unless written permission is given by OWNER to extend the planting season. City of Yakima, Washington 02200 Earthwork PN 132965 -17- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3 -8. SETTLEMENT. CONTRACTOR shall be responsible for all settlement of backfill, fills, and embankments which may occur within the correction period stipulated in the General Conditions. CONTRACTOR shall make, or cause to be made, all repairs or replacements made necessary by settlement within 30 days after notice from ENGINEER or OWNER. End of Section City of Yakima, Washington 02200 Earthwork PN 132965 -18- Bid No. 2182 Ultraviolet Disinfection Project November 2007 PROTECTIVE SYSTEM DESIGN CERTIFICATE I undersigned engineer, hereby certify that the protection system for (structure name) has been designed by me and is in compliance with the Contract Documents. Name: State of Registration: Signature: P.E. Number Date: (Seal) City of Yakima, Washington 02200 -Fig 1 Protective System Design Certificate PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 02202 TRENCHING AND BACKFILLING Data Sheet Paragraph Description Data Units Performance and Design Requirements' Structure backfill outside manholes ▪ Same as trench backfill. and small vaults. c - As specified in Section 02200. 2 -1.01 Types of filter fabrics. i ■Type A. IJ Type B. t Other. 2 -1.11 Controlled low strength material • Yes. (CLSM) required. No. 2 -1.11 Class of CLSM. o_. Class A. • Class B. • Class C. (" Other, see Section 02202. 2 -1.11 Acceptable types of cement in ASTM C150 Type I. CLSM. ASTM C150 Type II. f ASTM C150 Type V. Other, see Section 02202. 2 -1.11 Class of fly ash in CLSM. 14 Class F. P Class C. Construction Requirements 3 -2.03 Blasting for excavation permitted. n Yes. No. Limits of tree removal along pipeline See the temporary facilities section routes. under "Protection of Public and Private Property. - Other. When "Other" is selected, indicate the alternative. Minimum backfill depth over pipes 36 in. [mm] below paved and graded streets. Minimum backfill depth over pipes in 36 in. [mm] other locations. City of Yakima, Washington 02202 Trenching and Backfilling PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -2.02 Responsibility for payment of field CONTRACTOR. • 2 -2.03 testing services. r. OWNER. 2 -2.04 3 -2.01 Classification of excavated material. Unclassified. Classified. 3 -2.04 Indicate dewatering depth below 12 inches [300 mm]. excavation. r 24 inches [600 mm]. f " Other. When "Other" is selected, indicate in. [mm] the alternative. Materials 3-6 Are there trenchless tunneled or r Yes. 2 -1.03 bore and jack installations? No 3 -3.02 Maximum trench widths apply. r Yes. 4- No. 3 -5.01 Compacted backfill materials. f Suitable job excavated material. r Inundated sand. ;ai Graded gra■l. I Other When "Other" is selected, indicate the alternate material requirements. When "Other" is selected, indicate the locations for the alternate materials. 3 -5.04 Structure backfill. `- Same as compacted trench backfill. +. As specified for structure backfill in Section 02200. Other. When "Other" is selected indicate material and compaction. City of Yakima, Washington 02202 Trenching and Backfilling PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 02202 TRENCHING AND BACKFILLING PART 1 - GENERAL 1 -1. SCOPE. This section covers clearing, grubbing, and preparation of the site; removal and disposal of all debris; excavation and trenching; tunneled (trenchless construction) crossings; the handling, storage, transportation, and disposal of all excavated material; all necessary sheeting, shoring, and protection work; preparation of subgrades; pumping and dewatering as necessary; protection of adjacent property; backfilling; pipe embedment; surfacing and grading; and other appurtenant work. 1 -1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet ". 1 -2. GENERAL. With reference to the terms and conditions of the construction standards for excavations set forth in OSHA "Safety and Health Regulations for Construction ", Chapter XVII of Title 29, CFR, Part 1926, CONTRACTOR shall employ a competent person and, when necessary based on the regulations, a registered professional engineer, to act upon all pertinent matters of the work of this section. 1 -3. SUBMITTALS. Drawings, specifications, and data covering the proposed materials shall be submitted in accordance with the submittals section. At least 30 days before starting construction on the sheeting and shoring, the sheeting and shoring design engineer shall complete and submit to ENGINEER the Protection System Design Certificate (Figure 2- 02202) and the CONTRACTOR shall use the sheeting and shoring design. A separate certificate shall be submitted for each unique design. The certificate shall be signed and sealed by the registered professional engineer that designed the protection system. The professional engineer shall be licensed or registered in the state where the protection system is located. 1 -3.01. Filter Fabric Data. Complete descriptive and engineering data for the fabric shall be submitted in accordance with the submittals section. Data submitted shall include: A 12 inch square [300 mm] sample of fabric. Manufacturer's descriptive product data. Installation instructions. City of Yakima, Washington 02202 Trenching and Backfilling PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 1 -4. BASIS FOR PAYMENT. • 1 -4.01. Trench Sheeting. No additional payment above the Contract Price will be made for trench sheeting left in place: 1 -5. INSURANCE. Professional Liability insurance shall be provided as specified in the Supplementary Conditions. PART 2 - PRODUCTS 2 -1. MATERIALS. 2 -1.01. Filter Fabric. The fabric shall be provided in rolls wrapped with covering for protection from mud, dirt, dust, and debris. 2- 1.01.01. Filter Fabric Type A. Filter fabric Type A shall be provided for installation at locations indicated on the drawings and as specified herein. Filter Fabric Type A shall be a nonwoven fabric consisting of only continuous chains of polymeric filaments or yarns of polyester formed into a stable network by needle punching. The fabric shall be inert to commonly encountered chemicals; shall be resistant to mildew, rot, ultraviolet light, insects, and rodents; and shall have the indicated properties: Property Test Method Unit Minimum Average Roll Value * Fabric Weight ASTM D3776 oz/yd [g /m 5.7 [193] Grab Strength ASTM D4632 lb [N] 155 [689] Grab Elongation ASTM D4632 percent 50 Mullen Burst ASTM D3786 psi [MPa] 190 [1.3] Strength Apparent Opening CW -02215 U.S. Standard 70 [212 pm] Size Sieve Size * Minimum average roll value in weakest principal direction. 2- 1.01.02. Filter Fabric Type B. Not used. 2 -1.02. Polyethylene Film. Polyethylene film beneath concrete slabs or slab base course material shall be Product Standard PS17, 6 mil [150 mm] minimum thickness. 2 -1.03. Tunnel Liner Plates. Not used. City of Yakima, Washington 02202 Trenching and Backfilling PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -1.04. Smooth Steel Pipe. Not used. 2 -1.05. Wood Skids. Not used. 2 -1.06. Casing Insulators. Not used. 2 -1.07. Stabilized Sand Backfill. Not used. 2 -1.08. End Closure. Not used. 2 -1.09. Inundated Sand Fill. Sand fill shall be clean, with not more than 25 percent retained on a No. 4 [4.75 mm] sieve and not more than 7 percent passing a No. 200 [75 pm] sieve, and shall have an effective size between 0.10 and 0.30 mm. 2 -1.10. Graded Gravel Fill. Graded gravel for compacted trench backfill shall conform to the following gradation: Sieve Size Percent Passing by Weight 1 inch [25 mm] 100 3/4 inch [19 mm] 85 — 100 3/8 inch [9.5 mm] 50 — 80 No. 4 [4.75 mm] 35 — 60 No. 40 [425 pm] 15 — 30 No. 200 [75 pm] 5 — 10 The gravel mixture shall contain no clay lumps or organic matter. The fraction passing the No. 4 [4.75 mm] sieve shall have a liquid limit not greater than 25 and a plasticity index not greater than 5. 2 -1.11. Controlled Low Strength Material (CLSM) Fill. Controlled low strength material for trench backfill shall consist of a mixture of Portland cement, fly ash, sand, and water and shall be placed at locations indicated on the drawings or as directed by ENGINEER. The class of CLSM shall be as required. The type of cement in CLSM shall be as required. Fly ash in CLSM shall be ASTM C618, Class F or C, as required, except loss on ignition shall not exceed 4 percent. Fine aggregate in CLSM shall be clean natural sand, ASTM C33, except that clay particles shall not exceed one percent. Water in CLSM shall be potable. 2- 1.11.01. Class A CLSM. Not used. City of Yakima, Washington 02202 Trenching and Backfilling PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2- 1.11.02. Class B CLSM. The initial trial mixture for Class B CLSM shall consist of the following minimum proportions per cubic yard: Cement 100 Ib [45 kg] Fly Ash 100 Ib [45 kg] Sand (SSD) 2760 Ib [1252 kg] Water 386 Ib [175 kg] Air Entraining Agent 5 percent Minimum compressive 202 psi [1300 kPa] strength at 56 days 2- 1.11.03. Class C CLSM. Not used. CONTRACTOR shall design and test the CLSM. CONTRACTOR shall submit the mix design and test results to ENGINEER for review and acceptance. Initial set time shall be 8 hours plus or minus one hour as determined by ASTM 0403. CLSM shall have an efflux time of 10 to 26 seconds through a special flow cone with a 1/2 inch [12.7 mm] discharge tube. The batch proportions accepted by ENGINEER shall apply only for materials from the same source and having the same characteristics as the materials used in the mix design. Materials from any other source shall be used only with the acceptance of ENGINEER. If a change in sources of materials is proposed, a new mix design shall be developed by CONTRACTOR before the new material is used. When e encaticfartnry race eltc nr nthar rnnditinnc maka it narricc ('_(1NTRa( TrIR shall develop a new mix design to get the desired results. During the progress of the work, no change shall be made in the batch proportions of the ingredients without the acceptance of ENGINEER. 2 -1.12 Granular Fill. Granular fill material shall be crushed rock or gravel. Granular fill shall be free from dust, clay, and trash; hard, durable, nonfriable; and shall be graded 3/4 inch to No. 4 [19 to 4.75 mm] as defined in ASTM C33 for No. 67 coarse aggregate. Granular fill shall meet the quality requirements for ASTM C33 coarse aggregate. 2 -2. MATERIALS TESTING. 2 -2.01. Preliminary Review of Materials. As stipulated in the quality control section, all tests required for preliminary review of materials shall be made by an acceptable independent testing laboratory at the expense of CONTRACTOR. City of Yakima, Washington 02202 Trenching and Backfilling PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Two initial gradation tests shall be made for each type of embedment, fill, backfill, or other material, and one additional gradation test shall be made for each additional 500 tons [450 Mg] of each material delivered to the site. In addition, one set of initial Atterberg Limits test shall be made for each fill materials containing more than 20 percent by weight passing the No. 200 sieve [75 pm]. One additional Atterberg Limits test shall be made for each additional 500 tons [450 Mg] of each material delivered to the site. All material testing on CLSM shall be made by an independent testing laboratory at the expense of CONTRACTOR. 2 -2.02. Field Testing At Expense of OWNER. Not used. 2 -2.03. Field Testing At Expense of CONTRACTOR. All moisture - density (Proctor) tests and relative density tests on the materials, and all in -place field density tests, shall be made by an independent testing laboratory at the expense of CONTRACTOR. CONTRACTOR shall provide access to the materials and work area and shall assist the laboratory as needed in obtaining representative samples. 2 -2.04. Required Tests. For planning purposes, the following guidelines shall be used for frequency of field tests. Additional tests shall be performed as necessary for job conditions and number of failed tests. Test results shall be submitted as indicated in the submittals section. a. Two moisture density (Proctor) tests in accordance with ASTM D698 (or, when required, ASTM D1557), or two relative density tests in accordance with ASTM D4253 and D4254 for each type of general fill, designated fill, backfill, or other material proposed. b. In -place field density and moisture tests at intervals of 1000 feet [300 m] maximum along the trench. c. One in -place field density and moisture test for every 200 cubic yards [153 m of backfill. d. One in -place density and moisture test whenever there is a suspicion of a change in the quality of moisture control or effectiveness of compaction. e. At least one test for every full shift of compaction operations on mass earthwork. f. Additional gradation, Proctor, and relative density tests whenever the source or quality of material changes. g. Testing of CLSM shall be as follows: Compressive Strength. For every 200 cubic yards [153 cubic meters] of CLSM placed, fill four 6 by 12 inch [150 by 300 mm] City of Yakima, Washington 02202 Trenching and Backfilling PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 plastic cylinder molds to overflowing and then tap sides lightly. Cure cylinders in the molds covered until time of testing, at least 14 days. Strip the cylinders carefully using a knife to cut away the plastic mold. Cap the cylinders with high strength gypsum plaster or other capping process that will not break these low strength materials. Test cylinders in accordance with ASTM C39. Two cylinders shall be tested at 7 days and the other two cylinders shall be tested at 56 days. Flow of Fill. Once each day that CLSM is placed, test the fill material in accordance with ASTM C939 for the efflux time. Wet screening may be required to remove coarse particles. Unit Weight and Yield. Once each day that CLSM is placed, determine unit weight and yield in accordance with ASTM C138. Air Content. Once each day that CLSM is placed, determine air content in accordance with ASTM C231. Penetration Resistance. Once each day that CLSM is placed, determine early bearing strength in accordance with ASTM C403 penetration procedure. PART 3 - EXECUTION 3 -1. CLEARING. All clearing shall be performed as necessary for access, stringing of pipeline materials, and construction of the pipeline and appurtenant structures. 3 -2. EXCAVATION. Excavations shall provide adequate working space and clearances for the work to be performed therein and for installation and removal of concrete forms. In no case shall excavation faces be undercut for extended footings. Subgrade surfaces shall be clean and free of loose material of any kind when concrete is placed thereon. Except where exterior surfaces are specified to be dampproofed, monolithic concrete manholes and other concrete structures or parts thereof, which do not have footings that extend beyond the outside face of exterior walls, may be placed directly against excavation faces without the use of outer forms, provided that such faces are stable and also provided that a layer of polyethylene film is placed between the earth and the concrete. Excavations for manholes and similar structures constructed of masonry units shall have such horizontal dimensions that not less than 6 inches [150 mm] clearance is provided for outside plastering. City of Yakima, Washington 02202 Trenching and Backfilling PN 132965 -8- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3 -2.01. Classification of Excavated Materials. No classification of excavated materials will be made for payment purposes. Excavation and trenching work shall include the removal and subsequent handling of all materials excavated or otherwise removed in performance of the work, regardless of the type, character, composition, or condition thereof. 3 -2.02. Preservation of Trees. No trees shall be removed outside excavated or filled areas, unless their removal is authorized by OWNER. Trees left standing shall be adequately protected from permanent damage by construction operations. 3 -2.03. Blasting. Blasting or other use of explosives for excavation will not be permitted. 3 -2.04. Dewatering. Dewatering equipment shall be provided to remove and dispose of all surface water and groundwater entering excavations, trenches, or other parts of the work. Each excavation shall be kept dry during subgrade preparation and continually thereafter until the structure to be built, or the pipe to be installed therein, is completed to the extent that no damage from hydrostatic pressure, flotation, or other cause will result. All excavations for concrete structures or trenches which extend down to or below groundwater shall be dewatered by lowering and keeping the groundwater level to the minimum depth as required, beneath such excavations. The specified dewatering depth shall be maintained below the prevailing bottom of excavation at all times. Surface water shall be diverted or otherwise prevented from entering excavations or trenches to the greatest extent possible without causing damage to adjacent property. CONTRACTOR shall be responsible for the condition of any pipe or conduit which he may use for drainage purposes, and all such pipe or conduit shall be left clean and free of sediment. CONTRACTOR shall obtain from the appropriate agencies and authorities, the dewatering and stormwater discharge permits required to remove and dispose of groundwater, surface water, and any other water used in CONTRACTOR's operations. The permits shall be obtained prior to start of construction. 3 -2.05. Sheeting and Shoring. Except where banks are cut back on a stable slope, excavations for structures and trenches shall be supported with steel sheet piling and shoring as necessary to prevent caving or sliding. Sheet piling or other excavation support systems shall be installed as necessary to limit the extent of excavations for deeper structures and to protect adjacent City of Yakima, Washington 02202 Trenching and Backfilling PN 132965 -9- Bid No. 2182 Ultraviolet Disinfection Project November 2007 structures and facilities from damage due to excavation and subsequent construction. CONTRACTOR shall assume complete responsibility for, and shall install adequate protection systems for prevention of damage to existing facilities. Sheeting, shoring and excavation support systems shall be designed by a professional engineer registered in the state where the project is located. Trench sheeting may be removed if the pipe strength is sufficient to carry trench loads based on trench width to the back of sheeting. Trench sheeting shall not be pulled after backfilling. Where trench sheeting is left in place, it shall not be braced against the pipe, but shall be supported in a manner which will preclude concentrated loads or horizontal thrusts on the pipe. Cross braces installed above the pipe to support sheeting may be removed after pipe embedment has been completed. Trench sheeting shall be removed unless otherwise permitted by ENGINEER. Trench sheeting will not be removed, if in the opinion of ENGINEER, removal of the sheeting will cause damage to the facility it is protecting. If left in place, the sheeting shall cut off 12 inches below finished grade. The design of the support system shall be such as to permit complete removal while maintaining safety and stability at all times. 3 -2.06. Stabilization. Subgrades for concrete structures and trench bottoms shall be firm, dense, and thoroughly compacted and consolidated; shall be free from mud and muck; and shall be sufficiently stable to remain firm and intact under the feet of the workers. Subgrades for concrete structures or trench bottoms which are otherwise solid, but which become mucky on top due to construction operations, shall be reinforced with crushed rock or gravel as specified for granular fills. The stabilizing material shall be placed in a manner that no voids remain in the granular fiil. Ail excess granular fill with unfilled void space shah be removed. The finished elevation of stabilized subgrades shall not be above subgrade elevations indicated on the drawings. 3 -3. TRENCH EXCAVATION. No more trench shall be opened in advance of pipe laying than is necessary to expedite the work. One block or 400 feet [120 m], whichever is the shorter, shall be the maximum length of open trench on any line under construction. Except where tunneling is indicated on the drawings, is specified, or is permitted by ENGINEER, all trench excavation shall be open cut from the surface. 3 -3.01. Alignment, Grade, and Minimum Cover. The alignment and grade or elevation of each pipeline shall be fixed and determined from offset stakes. Vertical and horizontal alignment of pipes, and the maximum joint deflection used in connection therewith, shall be in conformity with requirements of the section covering installation of pipe. City of Yakima, Washington 02202 Trenching and Backfilling PN 132965 -10- Bid No. 2182 ultraviolet Disinfection Project November 2007 Where pipe grades or elevations are not definitely fixed by the contract drawings, trenches shall be excavated to a depth sufficient to provide a minimum depth of backfill cover over the top of the pipe as required. Greater pipe cover depths may be necessary on vertical curves or to provide adequate clearance beneath existing pipes, conduits, drains, drainage structures, or other obstructions encountered at normal pipe grades. Measurement of pipe cover depth shall be made vertically from the outside top of pipe to finished ground or pavement surface elevation, except where future surface elevations are indicated on the drawings. 3 -3.02. Maximum Trench Widths. Not used. 3 -3.03. Minimum Trench Widths. Except when maximum trench width is required for certain conduits, trenches shall be excavated to the minimum trench widths indicated in the following table. Trenches shall be excavated to a width which will provide adequate working space and sidewall clearances for proper pipe installation, jointing, and embedment. Nominal Pipe Size Minimum Trench Width Clearance Less than 27 in Pipe OD plus 24 in [600 mm] 12 in [300 mm] [700 mm] 27 in through 60 in Pipe OD plus nominal pipe size ID /2 [700 mm through 1,500 mm] Greater than 60 in Pipe OD plus 70 in [1800 mm] 30 in [750 mm] [1,500 mm] Clearance = Minimum sidewall clearance OD = Outside diameter (or span) of conduit ID = Inside diameter (or span) of conduit. Specified minimum sidewall clearances are not minimum average clearances but are minimum clear distances which will be required to the trench excavation or the trench protective system. Cutting trench banks on slopes to reduce earth load to prevent sliding and caving shall be used only in areas where the increased trench width will not interfere with surface features or encroach on right -of -way limits. 3 -3.04. Mechanical Excavation. The use of mechanical equipment will not be permitted in locations where its operation would cause damage to trees, buildings, culverts, or other existing property, utilities, or structures above or below ground. In all such locations, hand excavating methods shall be used. City of Yakima, Washington 02202 Trenching and Backfilling PN 132965 -11- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Mechanical equipment used for trench excavation shall be of a type, design, and construction, and shall be so operated, that the rough trench excavation bottom elevation can be controlled, and that trench alignment is such that pipe, when accurately laid to specified alignment, will be centered in the trench with adequate sidewall clearance. Undercutting the trench sidewall to obtain sidewall clearance will not be permitted. 3 -3.05. Cutting Concrete Surface Con struction. Cuts in concrete pavement and concrete base pavements shall be no larger than necessary to provide adequate working space for proper installation of pipe and appurtenances. Cutting shall be started with a concrete saw in a manner which will provide a clean groove at least 1-1/2 inches [40 mm] deep along each side of the trench and along the perimeter of cuts for structures. Concrete pavement and concrete base pavement over trenches excavated for pipelines shall be removed so that a shoulder not less than 6 inches [150 mm] in width at any point is left between the cut edge of the pavement and the top edge of the trench. Trench width at the bottom shall not be greater than at the top and no undercutting will be permitted. Pavement cuts shall be made to and between straight or accurately marked curved lines which, unless otherwise required, shall be parallel to the center line of the trench. Pavement removal for connections to existing lines or structures shall not exceed the extent necessary for the installation. Where the trench parallels the length of concrete walks, and the trench location is all or partially under the walk, the entire walk shall be removed and replaced. Where the trench crosses drives, walks, curbs, or other surface construction, the surface construction shall be removed and subsequently replaced between existing between ing joints or between saw cuts as specified for pavement. 3 -3.06. Excavation Below Pipe Subgrade. Except where otherwise required, pipe trenches shall be excavated below the underside of the pipe, as indicated on Figure 1- 02202, to provide for the installation of granular embedment. Bell holes shall provide adequate clearance for tools and methods used for installing pipe. No part of any bell or coupling shall be in contact with the trench bottom, trench walls, or granular embedment when the pipe is jointed. 3 -3.07. Artificial Foundations in Trenches. Whenever unsuitable or unstable soil conditions are encountered, trenches shall be excavated below grade and the trench bottom shall be brought to grade with suitable material. In such cases, adjustments will be made in the Contract Price in accordance with the provisions of the General Conditions. City of Yakima, Washington 02202 Trenching and Backfilling PN 132965 -12- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3 -4. PIPE EMBEDMENT. Embedment materials both below and above the bottom of the pipe, classes of embedment to be used, and placement and compaction of embedment materials shall conform to the requirements indicated on Figure 1 -02202 and to the following supplementary requirements. Embedment material shall contain no cinders, clay lumps, or other material which may cause pipe corrosion. 3 -4.01. Embedment Classes. a. Class A Arch Encasement. When arch encasement is indicated on the drawings, Class A arch encasement shall be used at all locations so indicated. When arch encasement is not indicated on the drawings, Class A arch encasement is not required unless improper trenching or unexpected trench conditions require its use as determined by ENGINEER. Concrete and reinforcing steel for Class A arch encasement shall conform to the requirements of the cast -in -place concrete section. b. Class B Bedding. Class B bedding shall be used for all steel, ductile iron, pretensioned concrete, profile wall HDPE, PVC, ABS, FRP, and vitrified clay pipelines, and for all other pipelines not otherwise specified. c. Class C Bedding. Class C bedding shall be used for all reinforced concrete and prestressed concrete pipelines. 3 -4.02. Embedment for Ductile Iron, Steel, FRP, and PVC Pipelines. Granular embedment for ductile iron, coal tar coated steel, FRP, and PVC pipelines shall be pea gravel or crushed rock with rounded or subrounded particles; crushed rock with sharp edges which could cause significant scratching or abrasion of the pipe or damage to the polyethylene tube protection shall not be used. Inundated sand may be used for granular embedment in locations where the use of water will cause no damage to adjacent property and where it can be placed and properly compacted without damage to the pipe. Inundated sand for granular embedment shall be deposited in, or placed simultaneously with the application of water so that the sand is inundated during compaction. During placement, the sand shall be compacted with a mechanical probe type vibrator. Water shall be allowed to escape or shall be removed during vibration, and no ponding shall be allowed to take place. Inundated sand shall be compacted to 70 percent relative density as determined by ASTM D4253 and D4254. If the required density cannot be achieved, placement and compaction methods shall be altered. City of Yakima, Washington 02202 Trenching and Backfilling PN 132965 -13- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3 -4.03. Placement and Compaction. Granular embedment material shall be spread and the surface graded to provide a uniform and continuous support beneath the pipe at all points between bell holes or pipe joints. It will be permissible to slightly disturb the finished subgrade surface by withdrawal of pipe slings or other lifting tackle. After each pipe has been graded, aligned, and placed in final position on the bedding material, and shoved home, sufficient pipe embedment material shall be deposited and compacted under and around each side of the pipe and back of the bell or end thereof by shovel slicing or other suitable methods to hold the pipe in proper position and alignment during subsequent pipe jointing and embedment operations. Embedment material shall be deposited and compacted uniformly and simultaneously on each side of the pipe to prevent lateral displacement. Class C embedment shall be compacted to the top of the pipe in all areas where compacted backflll is specified and also around the restrained pipe sections. Each lift of granular embedment material shall be vibrated with a mechanical probe type vibrator or shovel sliced during placement to ensure that all spaces beneath the pipe are filled. Granular embedment shall be placed in maximum lift thickness of 6 inches [150 mm] and compacted. Each lift of embedment material shall be compacted with three passes (round trip) of a platform type vibrating compactor. Where indicated on the drawings, migration of soil into the embedment material shall be prevented with filter fabric Type A or by use of inundated sand embedment. Filter fabric shall be placed on the trench surfaces so that it ...I..L..1.. surrounds kL... embedment ,J .,.,. �....t ........1_..:..� �..:.,.L.. shall L._ �_..,�_J An col I Ip leteIy I the CI 1 bed I ICI IL I 1 IaLCI Ical. Joints SI 1d11 be lapped 1 2 inches [300 mm]. 3 -4.04. Groundwater Barrier. Continuity of embedment material shall be interrupted by low permeability groundwater barriers to impede passage of water through the embedment. Groundwater barriers for sewer lines that contain manholes with cast -in -place bases shall be compacted soil around each manhole, extending through any granular material beneath the manhole, and meeting ASTM D2487 soil classification GC, SC, CL, or ML -CL and shall be compacted to 95 percent of maximum density at near the optimum moisture content (ASTM D698). Material may be finely divided, suitable job excavated material, free from stones, organic matter, and debris. Groundwater barriers for sewer lines that contain manholes with precast (developed) bases and for all other pipelines shall be soil plugs of 3 feet [1 m] in width, extending the full depth and width of granular material, and spaced not more than 400 feet [120 m] apart. The soil plugs shall be constructed from soil City of Yakima, Washington 02202 Trenching and Backfilling PN 132965 -14- Bid No. 2182 Ultraviolet Disinfection Project November 2007 meeting ASTM D2487 classification GC, SC, CL, or ML, and compacted to 95 percent of maximum density at near the optimum moisture content (ASTM D698). 3 -5. TRENCH BACKFILL. All trench backfill above pipe embedment shall conform to the following requirements. A layer of backfill material not more than 8 inches [200 mm] deep may be placed over concrete arch encasement or concrete reaction blocking after the concrete has reached its initial set, to aid curing. No additional backfill shall be placed over arch encasement or blocking until the concrete has been in place for at least 3 days. 3 -5.01. Compacted Backfill. Compacted backfill will be required for the full depth of the trench above the embedment in the following locations: Where beneath pavements, surfacings, driveways, curbs, gutters, walks, or other surface construction or structures. Where in street, road, or highway shoulders. In established lawn areas. The top portion of backfill beneath established lawn areas shall be finished with at least 12 inches [300 mm] of topsoil corresponding to, or better than that which is underlying adjoining lawn areas. Trench backfill material shall be as required and as specified herein. 3- 5.01.01. Job Excavated Material. Job excavated material may be used for compacted backfill when the job excavated material is finely divided and free from debris, organic material, cinders, any corrosive material, and stones larger than 3 inches [75 mm] in greatest dimension. Masses of moist, stiff clay shall not be used. Job excavated materials shall be placed in uniform layers not exceeding 8 inches [200 mm] in uncompacted thickness. Each layer of material shall have the best possible moisture content for satisfactory compaction. The material in each layer shall be wetted or dried as needed and thoroughly mixed to ensure uniform moisture content and adequate compaction. Increased layer thickness may be permitted for noncohesive material if CONTRACTOR demonstrates to the satisfaction of ENGINEER that the specified compacted density will be obtained. The method of compaction and the equipment used shall be appropriate for the material to be compacted and shall not transmit damaging shocks to the pipe. Job excavated material shall be compacted to 95 percent of maximum density at a moisture content within 2 percent of the optimum moisture content, as determined by ASTM D698 when that test is appropriate, or to 70 percent relative density as determined by ASTM D4253 and D4254 when those tests are appropriate. City of Yakima, Washington 02202 Trenching and Backfilling PN 132965 -15- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3- 5.01.02. Inundated Sand. Not used. 3- 5.01.03. Graded Gravel. Gravel backfiii shaii be deposited in uniform layers not exceeding 12 inches [300 mm] in uncompacted thickness. The backfill shall be compacted with a suitable vibratory roller or platform vibrator to at least 70 percent relative density as determined by ASTM D4253 and D4254. Groundwater barriers specified under pipe ernhedment shall extend to the top of the graded gravel backfill. 3 -5.02. Ordinary Backfill. Compaction of trench backfill above pipe embedment in locations other than those specified will not be required except to the extent necessary to prevent future settlement. CONTRACTOR shall be responsible for backfill settlement as specified. Ordinary earth backfill material to be placed above embedments shall be free of brush, roots more than 2 inches [50 mm] in diameter, debris, cinders, and any corrosive material, but may contain rubble and detritus from rock excavation, stones, and boulders in certain portions of the trench depth. Backfill material above embedments shall be placed by methods which will not impose excessive concentrated or unbalanced loads, shock, or impact on installed pipe, and which will not result in displacement of the pipe. Compact masses of stiff clay or other consolidated material more than 1 cubic foot [0.03 m in volume shall not be permitted to fall more than 5 feet [ 1.5 m] into the trench, unless cushioned by at least 2 feet [600 mm] of loose backfill above pipe embedment. No trench backfiii material containing rocks or rock excavation detritus shall be placed in the upper 18 inches [450 mm] of the trench, nor shall any stone larger than 8 inches [200 mm] in its greatest dimension be placed within 3 feet [900 mm] of the top of pipe. Large stones may be placed in the remainder of the trench backfill only if well separated and so arranged that no interference with backfill settlement will result. 3 -5.03. Water - Settled Earth Backfill. Settlement or consolidation of trench backfill using water jetting or ponding shall not be performed. 3 -5.04. Structure Backfill. Backfill around manholes and small concrete vaults shall meet the requirements specified for compacted trench backfill or structure backfill specified in Section 02200 as required. 3 -5.05. Controlled Low Strength Material (CLSM). CLSM shall not be placed on frozen ground. Batching, mixing, and placing of CLSM may be started when weather conditions are favorable and when the temperature is at least 34 °F [1 °C] City of Yakima, Washington 02202 Trenching and Backfilling PN 132965 -16- Bid No, 2182 Ultraviolet Disinfection Project Nnvem 2007 and rising. At time of placement, CLSM shall have a temperature of at least 40 °F [4 °C]. Mixing and placing shall stop when the temperature is 38 °F [3 °C] and falling. Each filling stage shall be as continuous an operation as is practicable. CLSM shall be discharged from the mixer by an acceptable procedure into the area to be filled. CLSM shall be placed to limits indicated on the drawings. Mixing CLSM with in -situ soil shall be avoided. When CLSM is placed as backfill against structures, the fill shall be placed in lifts of 2 to 3 feet [0.6 to 1 meter] and the next lift shall not be placed until the previous lift has taken initial set and at least 16 hours have elapsed from the end of placement. Lift thickness shall be reduced as necessary to prevent floatation of the structure. When CLSM is placed over culverts or pipelines, they shall be anchored to prevent flotation during the placement of CLSM. Unless otherwise required, CLSM shall be placed to one foot below subgrade elevation if the subgrade elevation is not more than 5 feet [1.5 meters] over the top of the culvert or pipe. If the subgrade is more than 5 feet [1.5 meters] over the top of the culvert or pipe fill, CLSM shall be placed to an elevation 2 feet [0.6 meters] over the top of the culvert or pipe, and the remainder shall be backfilled with soil designated by ENGINEER. 3 -6. TUNNEL EXCAVATION. Not used. 3 -7. DRAINAGE MAINTENANCE. Trenches across roadways, driveways, walks, or other trafficways adjacent to drainage ditches or watercourses shall not be backfilled prior to completion of backfilling the trench on the upstream side of the trafficway, to prevent impounding water after the pipe has been laid. Bridges and other temporary structures required to maintain traffic across such unfilled trenches shall be constructed and maintained by CONTRACTOR. Backfilling shall be done so that water will not accumulate in unfilled or partially filled trenches. All material deposited in roadway ditches or other watercourses crossed by the line of trench shall be removed immediately after backfilling is completed, and the original section, grades, and contours of ditches or watercourses shall be restored. Surface drainage shall not be obstructed longer than necessary. 3 -8. PROTECTION OF TRENCH BACKFILL IN DRAINAGE COURSES. Where trenches are constructed in ditches or other watercourses, backfill shall be protected from surface erosion. Where the grade of the ditch exceeds 1 percent, or as otherwise required, ditch checks shall be installed. Unless otherwise indicated on the drawings, ditch checks shall be concrete. Ditch checks shall extend at least 2 feet [600 mm] below the original ditch or watercourse bottom for the full bottom width and at least 18 inches [450 mm] into the side slopes, and shall be at least 12 inches [300 mm] thick. City of Yakima, Washington 02202 Trenching and Backfilling PN 132965 -17- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3 -9. FINAL GRADING AND PLACEMENT OF TOPSOIL. After other outside work has been finished, and backfilling and embankments completed and settled, all areas which are to be graded shall be brought to grade at the indicated elevations, slopes, and contours. All cuts, fills, embankments, and other areas which have been disturbed or damaged by construction operations shall be surfaced with topsoil to a depth of at least 4 inches [100 mm]. Topsoil shall be of a auality at least equal to the existing topsoil in adjacent areas, free f rom trash, stones, and debris, and well suited to support plant growth. Use of graders or other power equipment will be permitted for final grading and dressing of slopes, provided the result is uniform and equivalent to manual methods. All surfaces shall be graded to secure effective drainage. Unless Otherwise indicated, a slope of at least 1 percent shall be provided. Final grades and surfaces shall be smooth, even, and free from clods and stones, weeds, brush, and other debris. 3 -10. DISPOSAL OF EXCESS EXCAVATED MATERIALS. Disposal of excess material from trench excavations on plant and major facility construction sites shall be accomplished as indicated in the earthwork section of the specifications for the major construction. Disposal of excess material from other trench excavation sites shall be as follows. Except as otherwise permitted, all excess excavated materials shall be disposed ^f away fro th cit Broken concrete and other debris resulting from pavement or sidewalk removal, excavated rock in excess of the amount permitted to be installed in trench back fill, debris encountered in excavation work, and other similar waste materials shall be disposed of away from the site. Excess earth from excavations located in unimproved property may be distributed directly over the pipe trench and within the pipeline right -of -way to a maximum depth of 6 inches [150 mm] above the original ground surface elevation at and across the trench and sloping uniformly each way. Material thus wasted shall be carefully finished with a drag, blade machine, or other suitable tool to a smooth, uniform surface without obstructing drainage at any point. Wasting of excess excavated material in the above manner will not be permitted where the line of trench crosses or is within a railroad, public road, or highway right -of -way. The disposal of waste and excess excavated materials, including hauling, handling, grading, and surfacing, shall be a subsidiary obligation of CONTRACTOR and no separate payment will be made therefore. 3 -11. RESODDING. All established lawn areas cut by the line of trench or damaged during the work shall be resodded, after completion of construction, to City of Yakima, Washington 02202 Trenching and Backfilling PN 132965 -18- Bid No. 2182 Ultraviolet Disinfection Project November 2007 the complete satisfaction of the property owner and OWNER. All sod used shall be the same type as removed or damaged, shall be best quality, and, when placed, shall be live fresh growing grass with at least 1 -1/2 inches [40 mm] of soil adhering to the roots. All sod shall be procured from areas where soil is fertile and contains a high percentage of loamy topsoil and from areas that have been grazed or mowed sufficiently to form a dense turf. Sod shall be transplanted within 24 hours from the time it is harvested, unless stacked at its destination in a suitable manner. All sod in stacks shall be kept moist and protected from exposure to the sun and from freezing. In no event shall more than 1 week elapse between cutting and planting. Before placing sod, all shaping and dressing of the areas shall have been completed. After shaping and dressing, commercial fertilizer of a type acceptable to OWNER shall be applied uniformly in the manner and amounts recommended by the manufacturer, and harrowed lightly. Sodding shall follow immediately. All sodding shall be done during the period from March 15 to October 1, unless written permission is given by OWNER to extend the planting season. 3 -12. SETTLEMENT. CONTRACTOR shall be responsible for all settlement of trench backfill which may occur within the correction period stipulated in the General Conditions. CONTRACTOR shall make, or cause to be made, all repairs or replacements made necessary by settlement within 30 days after notice from ENGINEER or OWNER. End of Section City of Yakima, Washington 02202 Trenching and Backfilling PN 132965 -19- Bid No. 2182 Ultraviolet Disinfection Project November 2007 E REINFORCING STEEL kti of d WHEN REQUIRED E NOTES: cc U u.. Zr w 1 1/4 Bc °o o w o ` N : = Bc + 8" ■ o ` 1. GRANULAR EMBEDMENT MATERIAL SHALL BE cc q m "`° Z 200mm MIN Adl -*, ? CRUSHED ROCK OR PEA GRAVEL COARSE i P , , v z AGGREGATE SIZE NUMBER 7 (13 TO 4.75) - ASTM C33. EMBEDMENT MATERIAL SHALL BE 0 lu DEEP AND ' 1,111r111 ENCASEMENT 2. HAND E PLACED M EMBEDMENT M SHALL F BE FINELY Omm) W w ..._:. ?':'' FULL ACED TO DIVID MATERIAL FREE FROM DEBRIS AND � FU ENCH 3. COMPACTED EMBEDMENT SHALL BE FINELY DIVIDED JOB EXCAVATED MATERIAL FREE CLASS A WIDTH FROM DEBRIS, ORGANIC MATERIAL, AND ARCH ENCASEMENT STONES, PLACED IN UNIFORM LAYERS NOT MORE THAN 8" THICK, AND COMPACTED TO 95% MAXIMUM DENSITY AS DETERMINED BY a� ASTM D698; INUNDATED SAND; OR GRADED o _ 0 V. GRAVEL. GRANULAR EMBEDMENT MAY BE w SUBSTITUTED FOR ALL OR PART OF THE cc Q -= ti • COMPACTED EMBEDMENT. 1 ? „co Z 4. EMBEDMENT ABOVE THE TOP OF THE PIPE • ' " ' " SHALL BE AN UNCOMPACTED LAYER FOR ALL INSTALLATIONS. z V� 5. REFER TO SPECIFICATIONS FOR GEOTECHNICAL ilt FABRIC OR SPECIAL EMBEDMENT REQUIREMENTS w FOR TRENCHES IN FINE SOILS EXTENDING ELOW w ? :`__.. 6. TRENCH ACTUAL TRENCH EXCAVATION SHAPE, SOIL CONDITIONS, .... OR PRESENCE OF SHEETING LEFT IN PLACE. CLASS B EMBEDMENT MATERIAL SHALL EXTEND THE FULL WIDTH OF THE ACTUAL TRENCH EXCAVATION. WHERE PIPING IS RESTRAINED, 7. FOR RESTRAINED JOINT PIPE LENGTH WITH --I o �. PROVIDE COMPACTED EMBEDMENT CLASS C BEDDING THE BACKFILL ABOVE THE x1,1--x1,1--, FOR RESTRAINED JOINT LENGTH z w z r- w GRANULAR EMBEDMENT AND BELOW THE TOP OF W U � THE PIPE SHALL BE COMPACTED EMBEDMENT. � rm 1 .-coZ w v Q rcoi m ww LEGEND m T w � • Bc OUTSIDE DIAMETER OF PIPE H COVER ABOVE TOP OF PIPE E.:::::::===:......==.-1.:::= i D NOMINAL PIPE SIZE 1 CLASS C .a EMBEDMENT BELOW PIPE (SEE TABLE) TABLE OF EMBEDMENT " . " HAND PLACED EMBEDMENT * DEPTHS BELOW PIPE a a COMPACTED EMBEDMENT * 0 MIN SOIL MIN ROCK GRANULAR EMBEDMENT in mm in mm .i. 27 "(675 mm) & SMALLER 3 75 6 150 CONCRETE 30 "(750 mm) TO 60 "(1500 mm) 4 100 9 225 66 "(1650 mm) & LARGER 6 150 12 300 * OR GRANULAR EMBEDMENT EMBEDMENTS FOR CONDUITS BLACK &VEATCH FIG 1-02202 REV. .1 - 3/31/03 PROTECTIVE SYSTEM DESIGN CERTIFICATE I undersigned engineer, hereby certify that the protection system for (trench location) has been designed by me and is in compliance with the Contract Documents. Name: State of Registration: Signature: P.E. Number Date: (Seal) • City of Yakima, Washington 02202 -Fig 2 Protective System Design Certificate PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 02522 CONCRETE SIDEWALK, CURB, AND GUTTER PART 1 - GENERAL 1 -1. SCOPE. This section covers the construction of concrete sidewalks, curb and gutter. This section also covers the reconstruction of concrete sidewalks, curb, and gutter. Subgrade preparation shall be as indicated in the earthwork section, unless otherwise specified in the governing standards or herein. 1 -2. GENERAL. All existing sidewalks, and curb and gutters disturbed or damaged during construction of new work, or indicated on the drawings to be demolished and replaced shall be reconstructed to the lines, grades, and cross sections indicated on the drawings or as directed by ENGINEER to restore them at their original locations unless indicated otherwise on the drawings. CONTRACTOR shall be responsible to remove, construct, reconstruct, and adjust as necessary all existing or new manholes tops, curb and gutter, and area drainage structures to match new grades as needed. 1 -2.01. Governing Standards. Except as otherwise specified or indicated on the drawings, materials, equipment, details, and construction methods shall comply with the applicable provisions of the 2006 Washington Department of Transportation Standard Specifications and all applicable amendments. PART 2 - PRODUCTS 2 -1. MATERIALS. The sources of materials shall be acceptable to ENGINEER. Except as otherwise modified herein, materials shall conform to the requirements of the governing standards. PART 3 - EXECUTION 3 -1. SUBGRADE PREPARATION. The subgrade shall be compacted to a depth as required and to a percentage of maximum density as required at optimum moisture content as determined by the governing standard. In addition, the stability of subgrades shall be such that when materials for construction are deposited on the subgrade no rutting or displacement of the subgrade by material hauling vehicles will occur. No materials shall be placed on subgrades which are muddy, frozen, or have frost, snow, or water thereon. Subgrades shall be thoroughly compacted and properly shaped before any surfacing, curb and City of Yakima, Washington 02522 Concrete Sidewalk, Curb, and Gutter PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 gutter, or sidewalk materials are placed. All subgrade and surfacing shall be sloped as indicated on the drawings, and as needed to achieve a uniform slope between new and existing surfaces. Sidewalks shall slope toward one edge. 3 -2. CONCRETE SIDEWALKS. Concrete sidewalks damaged or removed by CONTRACTOR during performance of work shall be completely reconstructed at their original locations as indicated on the drawings. The width and thickness of reconstructed sidewalks are to be the same as the orininal sidewaalks and shall be verified with ENG!_NEER prior to reconstruction. New concrete sidewalks and handicap ramps shall be as indicated on the drawings and as required. Concrete shall be placed, vibrated, and finished as described in the governing standards. One -half inch [12.7 mm] expansion joints shall be provided where sidewalks abut a curb, structure, existing sidewalk, at changes in directions, and at intervals of not more than 40 feet [12 m]. Expansion joints shall be filled to within 3/4 inch [19 mm] of the surface with bituminous expansion joint material, and then filled flush to the surface with self - leveling caulking in accordance with the caulking section. The joint sealing compound shall be finished slightly concave, and shall not be allowed to overflow the joint. Concrete sidewalks shall be screeded to the proper elevation and contour. All aggregates shall be completely embedded in mortar. Screeded surfaces shall be given an initial float finish as soon as the concrete has stiffened sufficiently for proper working. Any piece of coarse aggregate which is disturbed by the float or which causes a surface irregularity shall be removed and replaced with mortar. initial floating shall produce a surface of uniform texture and appearance, with no unnecessary working of the surface. A second floating at the time of initial set shall follow initial floating. Floated surfaces shall be given a light broom finish, using a horsehair broom, to provide a nonslip surface. Brooming shall be done at right angles to the length of the walk. Sidewalks shall be edged using a 3 -4 inch [75 -100 mm] wide edging tool with a 1/8 inch [3 mm] corner radius. Edger lap marks at corners of each slab shall be carefully removed. False joints shall be provided at right angles to the length of the walk, using a grooving tool with 1/8 inch [3 mm] radius. The finished edge on each side of the joint shall be the same width as the edging tool used. False joints shall divide each sidewalk into square sections. The finished surface of all sidewalks shall be neat in appearance, shall be sloped to drain, and shall not pond water. City of Yakima, Washington 02522 Concrete Sidewalk, Curb, and Gutter PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 The finished concrete shall be cured and protected as stipulated in the governing standards. 3 -3. CONCRETE CURB AND GUTTER. New concrete curb and gutter shall be as indicated on the drawings and specified herein. Existing concrete curb and gutter damaged or removed by CONTRACTOR during performance of work shall be completely reconstructed at their original locations to the configuration and the existing lines and grades. Replacement concrete curb and gutter shall match the existing curb and gutter. Unless otherwise authorized by ENGINEER, the curb and gutter section shall be placed before placement of pavement sections. 3 -3.01. Forms. Forms shall be in conformance with the governing standards. All forms shall be in good condition, with not more than 1/8 inch [3 mm] variation in horizontal and vertical alignment for each 10 feet [3 m] in length. Side forms shall have a depth at least equal to the edge thickness of the concrete being formed. The forms shall be set true to line and grade and shall be adequately supported to stay in position while depositing and consolidating the concrete. Forms shall be designed and constructed so as to permit their removal without damage to the concrete. 3 -3.02. Joints. Expansion and contraction joints shall be formed at right angles to the alignment of the curb and gutter and to the depths as specified, as indicated on the drawings, and in conformance with the governing standards. a. Expansion Joints. One half inch [12.7 mm] wide expansion joints shall be placed full depth using a premolded expansion joint material, cut to the configuration of the full size of the curb and gutter section, being secured so that they are not moved by depositing and compacting the concrete at these joints. The edges of these joints shall be rounded by an edging tool of 1/8 inch [3 mm] radius. Expansion joints shall be placed at the beginning and end of radii, where curbs and gutters abut structures, and at intervals of approximately 45 feet [14 m]. b. Contraction Joints. Contraction joints shall be a minimum of 3 inches [76 mm] deep on all sides, shall be spaced at approximately 15 foot [5 m] intervals, and shall be formed by a 1/8 inch [3 mm] thick steel template, cut to the configuration of the curb section. These templates shall be secured so that they are not moved by depositing and compacting the concrete. Unless otherwise indicated on the drawings, and as soon as the concrete has hardened sufficiently, the templates shall be removed from all contraction joints. The edges of the joint shall be rounded with an edging tool having a maximum radius of 3/8 inch [10 mm]. City of Yakima, Washington 02522 Concrete Sidewalk, Curb, and Gutter PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 • All expansion and contraction joints shall be filled flush to the surface with joint sealing compound. The joint sealing compound shall be finished slightly concave and shall not be allowed to overflow the joint. 3 -3.03. Finishing. Curb and gutter shall be finished to the shape indicated on the drawings. After the forms have been removed, all exposed edges shall be rounded, using an edging fr‘rNi with a 1/8 inch r`2 mm] corner rad!!!S Exposed surfaces shall be float finished and given a light broom finish applied at right angles to the curb at the time of initial set, using a horsehair broom. Mortar or dryer shall not be used to remove imperfections. In all cases, the resulting surface shall be smooth and of uniform color with all rough spots, projections, and form stakes removed. No plastering of the concrete will be allowed. The finished curb shall have a true surface, free from sags, twists, or warps; shall have a uniform appearance; and shall be true to the original lines, grades, and configurations indicated on the drawings. 3 -4. PRO T EC T iON. in addition to the requirements for protection set forth in the governing standards, CONTRACTOR shall protect all adjacent concrete and masonry so that no damage will occur as the result of subsequent construction operations. All damage or discoloration shall be repaired to the satisfaction of ENGINEER before final acceptance by OWNER. Special care shall be taken to prevent bituminous materials from spraying or splashing. Adjacent construction shall be protected by covering with suitable fabric or paper. End of Section City of Yakima, Washington 02522 Concrete Sidewalk, Curb, and Gutter PN 132965 -4- Bid No, 2182 Ultraviolet Disinfection Project November 2007 Section 02605 SEWER MANHOLES Data Sheet Paragraph Description Data Units 1 -1 General Manhole types. I./ Standard i Drop 1.7 Special, see details on drawings Figures. r- 1 -02605 I 2 -02605 2 -1 Construction Cement material. ASTM C150, Type 1 or II ASTM C150, Type 11 ASTM C150, Type II containing not r more than 5% tricalcium aluminate, or Type V Precast concrete top section f Concentric arrangement. R Eccentric i Flat Manhole access steps type. Ladder, no steps Cast iron steps Steel- reinforced plastic steps 3 -3 Exterior coatings required. t__ Dampproofing I Manhole encapsulation system ( Other None When "Other" is selected, indicate the alternative. 2 -3 Interior corrosion protection system Yes required. No When "Yes" is selected, indicate acceptable corrosion protection systems. 3 -5 Casting Coating r " Yes No 3 -6 Stubs required r " Yes {+ No City of Yakima, Washington 02605 Sewer Manholes PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 11 02605 SEWER MANHOLES PART 1 - GENERAL 1 -1. SCOPE. This section covers the furnishing and installation of standard and drop sewer manholes. Standard and drop manholes shall be constructed complete with covers, steps, fittings, and other appurtenances, in accordance with the details in the figures as required. Special manholes shall be constructed in accordance with the details indicated on the drawings. Steps, frames, and covers for structures other than sevver manholes tholes are covered in the other sections. 1 -1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet ". 1 -2. GENERAL. At the option of CONTRACTOR, standard and drop manholes may be constructed with cast -in -place concrete bases or precast concrete (developed) bases as indicated on the figures. Only manholes which are required to have outside pipe and fittings for dropping sewage into the lower line will be designated as drop manholes. Inside drop .1 -- where 1V :.___.- -..-_. 1..-. discharges -��__ J.�__LI. ...1. 11__ 1_1_ ...J rnannores where the incoming litre discharges direc ly into tie nian_nore and which do not require special fittings will be considered standard manholes. 1 -3. SUBMITTALS. Drawings and data covering precast concrete sections and castings shall be submitted in accordance with the submittals section. When specified, data submitted for steel- reinforced plastic manhole steps shall include verification of the type and grade of steel used for reinforcement, typical chemical analysis of the steel, type and classification of the plastic, and reports of acceptance tests performed in accordance with ASTM C478, Section 12.6, and C497, Section 10. When specified, data submitted for the corrosion protection system shall include materials, method of application, maintenance requirements, and other pertinent data. City of Yakima, Washington 02605 Sewer Manholes PN 132965 2 Bid No, 2182 Ultraviolet Disinfection Project November 2007 1 -4. DELIVERY, STORAGE, AND HANDLING. Shipping shall be in accordance with the shipping section. Handling and storage shall be in accordance with the handling and storage section. Precast concrete sections shall not be delivered to the job until representative concrete control cylinders have attained a strength of at least 80 percent of the specified minimum. Precast concrete sections shall be handled carefully and shall not be bumped or dropped. Hooks shall not be permitted to come in contact with joint surfaces. PART 2 - PRODUCTS 2 -1. MATERIALS. Precast Concrete Manholes and ASTM C478, except as modified Reinforcement herein. Cement Cement type shall be as required. Water - cementitious materials ratio shall not exceed 0.40. Alternative materials proposed by CONTRACTOR that will provide equivalent corrosion protection and durability may be submitted subject to review and acceptance by ENGINEER. Riser and Precast Base Circular, uniform outside diameter. Minimum Wall Thickness 1/12 of inside diameter, plus 1 inch [25 mm]. Cone Shape as required; wall thickness as specified for riser sections. Adjusting Rings Circular, with shear keys. Cast -in -Place Concrete Bases Materials, handling, forms, finishing, curing, and other work as specified in the cast -in -place concrete section. City of Yakima, Washington 02605 Sewer Manholes PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Nonshrinking Grout Grace "Supreme ", L &M "Crystex ", Master Builders "Masterflow 713 Grout" or "Set Grout ", Sauereisen Cements "F -100 Level Fill Grout ", UPCO "Upcon Super Flow ", or Five Star Products "Five Star Grout ". Resilient Manhole /Pipe A -Lok "Manhole Pipe Sear or Connectors Press -Seal "Manhole Connectors ". Mastic Fill Butyl rubber compatible with resilient connector material. Gaskets Mastic ASTM C990; Hamilton -Kent "Kent -Seal No. 2 ", Sheller -Globe "Tac- Tite ", or Henry Company "Ram -Nek ". Cross - sectional area as recommended by manhole manufacturer. Rubber ASTM C361, Section 6.9.1, except gasket shall be synthetic, with hardness of 40 ± 5 when measured by ASTM D2240, Type A durometer. Natural rubber will not be acceptable. Rubber Joint Filler Synthetic. Hardness 40 ± 5 when measured by ASTM D2240, Type A durometer. Tensile Strength 1,200 psi [8.3 MPa] minimum. Coal Tar Epoxy High -build coal tar epoxy; Ameron "Amercoat 78HB Coal Tar Epoxy ", Carboline "Bitumastic 300M ", or Tnemec "46H -413 Hi -Build Tneme- Tar ". Corrosion Protection System As specified herein. City of Yakima, Washington 02605 Sewer Manholes PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2nn7 Castings ASTM A48, Class 35B or better. Manhole Rings and Covers Clay and Bailey "No. 2008BV" or Neenah "R- 1736 ". Cast Iron Manhole Steps Clay and Bailey "No. 2102" or Neenah "R- 1980 -J ". Steel- Reinforced Plastic Manhole H. Bowen "BOWCO No. 93813" or Steps M.A. Industries "PS2 -PF "; 1/2 inch [12.7 mm] deformed steel bar, ASTM A615, Grade 60 minimum, totally encapsulated in copolymer polypropylene, ASTM D4101. 2 -2. MANUFACTURE. The first riser sections for use with cast -in -place bases shall be provided with horseshoe - shaped boxouts for connecting piping to be grouted in, or with circular openings with continuous, circular, resilient connectors cast into the riser wall. Boxouts for grouting, if used, shall have surfaces grooved or roughened to improve grout bond. Precast base sections shall be provided with circular openings, with continuous, circular, resilient connectors cast into the wall. Resilient connectors shall be installed in accordance with the manufacturer's recommendations, except that connectors shall be positioned so that sealing or resealing operations may be accomplished from inside the manhole. Precast sections may be provided with lifting notches on the inside faces of walls to facilitate handling. Lifting notches shall be not more than 3 inches [75 mm] deep; holes extending through the wall . will not be acceptable. If precast concrete base sections are used, part of the concrete invert fill may be furnished with the precast unit; however, a rough surface shall be provided to improve bond with the final invert fill. At least the top 2 inches [50 mm] of the concrete invert fill shall be installed in the field. 2 -3. CORROSION PROTECTION SYSTEM. Not used. PART 3 - EXECUTION 3 -1. INSPECTION. Precast concrete sections shall be inspected when delivered and all cracked or otherwise visibly defective units shall be rejected. City of Yakima, Washington 02605 Sewer Manholes PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3 -2. CONSTRUCTION. • 3 -2.01. Bases. If cast -in -place concrete bases are used, concrete shall be placed on undisturbed earth in accordance with applicable requirements of the concrete section. If precast concrete (developed) bases.are used, the subgrade materials shall be excavated to undisturbed earth and to a uniform elevation which will permit at least 4 inches [100 mm] of granular embedment material, as specified in the earthwork section, to be installed and compacted. The surface of the granular material shall be carefully graded and the base section accurately set so that connecting pipes will be on proper line and grade. The elevation of the granular material shall be adjusted until proper grade and alignment of the base section has been attained. No wedging or blocking under precast concrete bases will be permitted. When resilient connectors are used with cast -in -place bases, the concrete fill under the connecting pipe outside the manhole shall be deleted and shall be replaced with granular embedment material to undisturbed earth. In no case shall the invert section through a manhole be greater than that of the outgoing pipe. The shape of the invert shall conform exactly to the lower half of the pipe it connects. Side branches shall be connected with a radius of curve as large as practicable. All inverts shall be troweled to a smooth, clean surface. 3 -2.02. Riser and Cone Sections and Precast Concrete Adjusting Rings. Circular precast sections and rings shall be provided with a rubber or mastic gasket to seal joints between sections and rings. Mastic gaskets shall be used only at temperatures recommended by the manufacturer. Lifting Ig 1 Intel ies 11 n manhole walls shall be filled with nonshrinking grout. When cast iron manhole steps are required, manhole steps shall be cast in, or shall be grouted into prepared holes with nonshrinking grout. Embedded legs shall be cut if required to prevent protruding through the manhole wall. When steel- reinforced plastic manhole steps are required, manhole steps shall be plant - installed and shall be driven into prepared holes or vibrated into green concrete, in accordance with the recommendations of the step manufacturer. 3 -2.03. Connecting Piping. The space between connecting pipes and the wall of precast sections shall be completely filled with nonshrinking grout, except where resilient connectors are provided. When resilient connectors are used, the connecting pipe shall be carefully adjusted to proper line and grade, and the bedding material shall be compacted City of Yakima, Washington 02605 Sewer Manholes PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 under the haunches and to the spring line of the pipe for a distance of at least 6 feet [2 m] from the manhole wall and to at least the minimum trench width. The pipe shall be installed in the resilient connector prior to backfilling outside the manhole and shall be resealed after completion of the manhole and backfill. All visible leakage shall be eliminated. The connecting pipe for installation with resilient connectors shall be plain -end, square cut spigots and shall not protrude more than 1 inch [25 mm] inside the manhole wall. A clear distance of at least 1 inch [25 mm] from the end of each connecting pipe and around the pipe shall be provided when the concrete invert fill is installed. After completion of the manhole, the boxout shall be filled with mastic filler material, completely filling the space beneath the pipe and extending to at least the spring line. The filler material shall provide a smooth, uniform surface between the inside diameter of the pipe and the manhole invert. At each special manhole, rubber joint filler shall be provided around connecting piping. The filler shall be securely fastened in place with suitable wires or straps. 3 -3. DAMPPROOFING. Not used. 3 -4. MANHOLE ENCAPSULATION SYSTEM. Not used. 3 -5. CASTING COATING. Not used. 3 -6. STUBS. Not used. End of Section City of Yakima, Washington 02605 Sewer Manholes PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 02704 PIPELINE PRESSURE AND LEAKAGE TESTING Data Sheet Paragraph Description Data Units 1 -1 General 1 -2.02 Special testing required. r" Yes .- No 1 -2.02 Testing water collected for re -use Yes in subsequent testing. No Test Equipment 2 -1 Drilling and tapping of pipe walls r" Yes permitted. ( 4. - No Testing Procedure 3 -2 Test underground piping prior to r. Yes covering joints. No Schedule 3 -3.01 See Schedule 02704 -S01. Yes No 3 -3.02 See Schedule 02704 -S02 Yes No City of Yakima, Washington 02704 Pipeline Pressure & Leakage Testing PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 02704 PIPELINE PRESSURE AND LEAKAGE TESTING PART 1 - GENERAL 1 -1. SCOPE. This section covers field hydrostatic pressure and leakage testing of piping. The term "piping" shall be used in this section to refer to piping systems, pipelines, or sections thereof. Testing of other piping is covered in the sewer pipe installation and testing section and the miscellaneous piping section. Cleaning and disinfection of piping is covered in another section if required. 1 -1.01. Terminology. When the phrase "as required" is stated in this section, it shall mean "as required in the attached Data Sheet ". 1 -2. GENERAL. Unless otherwise specified, testing of piping shall be completed prior to final cleaning and disinfection. CONTRACTOR shall notify federal, state, and local regulatory agencies to determine if any special procedures or permits are required for disposal of water used for pressure and leakage testing and to identify acceptable locations for disposal of the water. All requirements and costs associated with notifications and obtaining any discharge permit or approvals shall be responsibility of CONTRACTOR. ENGINEER or ENGINEER's representative shall be present during testing and shall be notified of the time and place of testing at least 3 days prior to commencement of the work. All work shall be performed to the satisfaction of ENGINEER. 1 -2.01. Testing Schedule and Procedure. A testing schedule and test procedure shall be submitted to ENGINEER for review and acceptance not less than 21 days prior to commencement of testing. The schedule shall indicate the proposed time and sequence of testing of the piping. The testing procedure shall establish the limits of the piping to be tested, the positions of all valves during testing, the locations of temporary bulkheads, and all procedures to be followed in performing the testing. 1 -2.02. Special Testing Requirements. Special testing requirements shall be as required. City of Yakima, Washington 02704 Pipeline Pressure & Leakage Testing PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 1 -2.03. Water. Water for testing shall be furnished as stipulated in the temporary facilities section. Following completion of testing, the water shall be disposed of in a manner acceptable to ENGINEER. Unless otherwise permitted, the water shall be kept out of the remainder of the piping. PART 2 - PRODUCTS 2 -1. TEST EQUIPMENT. All necessary connections between the piping to be tested and the water source, together with pumping equipment, water meter, pressure gauges, and all other equipment, materials, and facilities required to perform the specified tests, shall be provided. All required flanges, valves, bulkheads, bracing, blocking, and other sectionalizing devices shall also be provided. All temporary sectionalizing devices shall be removed upon completion of testing. Vents shall be provided in test bulkheads where necessary to expel air from the piping to be tested. Test pressures shall be applied by means of a force pump sized to produce and maintain the required pressure without interruption during the test. Water meters and pressure gauges shall be accurately calibrated and shall be subject to review and acceptance by ENGINEER. Permanent gauge connections shall be installed at each location where test gauges are connected to the piping during the required tests. Drilling and tapping of pipe walls will be permitted as required. Upon completion of testing, each gauge connection shall be fitted with a removable plug or cap acceptable to ENGINEER. PART 3 - EXECUTION 3 -1. FILLING AND VENTING. Before filling the piping with water, care shall be taken to ensure that all air release valves and other venting devices are properly installed and in the open position. Hand - operated vent valves shall not be closed until an uninterrupted stream of water is flowing from each valve. The rate of filling the piping with water must not exceed the venting capacity of the installed air vent valves and devices. 3 -2. BLOCKING AND BACKFILLING. Piping shall be adequately blocked, anchored, and supported before the test pressure is applied. 3 -3. PRESSURE TESTING. After the piping to be tested has been filled with water, the test pressure shall be applied and maintained without interruption within plus or minus 5 psi of test pressure for 2 hours plus any additional time required for ENGINEER to examine all piping being tested and for City of Yakima, Washington 02704 Pipeline Pressure & Leakage Testing PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 CONTRACTOR to locate any defective joints and pipe materials. The test pressure shall be in accordance with the requirements specified for pipeline or plant piping. 3 -3.01. Pipeline Test Pressure. Piping shall be subjected to a hydrostatic test pressure as indicated in the Plant Piping Test Pressure Schedule 02704 -S01. The test pressure, expressed in feet [rn] of water, to be applied at any point in the • piping shall be equivalent to the arithmetic difference between the specified test pressure plane elevation and the elevation of the horizontal center line of the piping at the selected location. The value obtained shall be multiplied by 0.433 to obtain psi [9.806 to obtain kPa]. 3 -3.02. Plant Piping Test Pressure. Unless otherwise noted, piping shall be subjected to the test pressure as indicated in the Plant Piping Test Pressure Schedule 02704 -S02. 3 -4. PLANT PIPING LEAKAGE. All plant piping shall be watertight and free from leaks. Each leak which is discovered within the correction period stipulated in the General Conditions shall be repaired by and at the expense of CONTRACTOR. 3 -5. PIPELINE LEAKAGE TESTING. Following completion of pressure testing and acceptance by ENGINEER, the pipeline piping shall be subjected to a leakage test. The duration of the leakage test shall be 2 hours plus the additional time required for ENGINEER to make an accurate determination of leakage. 3 -5.01. Leakage Test Pressure. The hydrostatic pressure maintained during the leakage test shall be at least 75 percent, but not more than 100 percent, of the pressure specified for pressure testing of the piping and shall be maintained within plus or minus 5 psi [35 kPa] during the entire time that leakage measurements are being performed. 3 -5.02. Leakage Measurement. Measurement of leakage shall not be attempted until all trapped air has been vented and a constant test pressure has been established. After the pressure has stabilized, piping leakage shall be measured with a suitable water meter installed in the pressure piping on the discharge side of the force pump. 3 -5.03. Allowable Leakage. The term "leakage ", as used herein, refers to the total amount of water which must be introduced into the piping during the leakage test to maintain the test pressure. No piping will be accepted if and while it exhibits a leakage rate in excess of that determined by the indicated formulas: City of Yakima, Washington 02704 Pipeline Pressure & Leakage Testing PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Q = 0.0075 DLN (using inch -pound units) Where Q = allowable leakage in gallons per hour D = nominal diameter of pipe in inches L = length of section tested in thousand feet N = square root of average test pressure in pounds per square inch Q = 1.4 x 10 -6 DLN (using SI units) Where Q = allowable leakage in liters per hour D = nominal diameter of pipe in millimeters L = length of section tested in meters N = square root of average test pressure in kilopascals Whenever the piping to be tested contains pipe of different diameters, the allowable leakage shall be calculated separately for each diameter and the corresponding length of piping. The resulting allowable leakage rates shall be added to obtain the total allowable leakage for the entire piping. All joints in piping shall be watertight and free from visible leaks during the leakage test. Each leak which is discovered within the correction period stipulated in the General Conditions shall be repaired by and at the expense of CONTRACTOR regardless of the amount that the total leakage may have been below the specified allowable leakage rate during the leakage test. If the leakage test indicates a higher than allowable leakage rate, CONTRACTOR shall locate and repair leaking joints and other defective work to the extent necessary to reduce the leakage to an acceptable value. End of Section City of Yakima, Washington 02704 Pipeline Pressure & Leakage Testing PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Schedule 02704 -S01 PLANT PIPING TEST PRESSURE SCHEDULE Piping Designation Test Pressure Plane Elevation at Mean Sea Level (feet) C2 1235 Secondary Clarifier Effluent 1050 City of Yakima, Washington 02704 -S01 Plant Piping Test Pressure Schedule PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 03301 CONCRETE PART 1 - GENERAL 1 -1. SCOPE. This section covers all cast -in -place concrete, including reinforcing steel, forms, finishing, curing, and appurtenant work. All concrete shall be air - entrained to 6 percent ±1 percent. 1 -2. GENERAL. All cast -in -place concrete shall be accurately formed and properly placed and finished as indicated on the drawings and as specified herein. 1 -3. SUBMITTALS. All submittals of drawings and data shall be in accordance with the submittals section. 1 -4. STORAGE AND HANDLING. Cement shall be stored in suitable moistureproof enclosures. Cement which has become caked or lumpy shall not be used. Aggregates shall be stored so that segregation and the inclusion of foreign materials are prevented. The bottom 6 inches [150 mm] of aggregate piles in contact with the ground shall not be used. Reinforcing steel shall be carefully handled and shall be stored on supports that will prevent the steel from touching the ground. PART 2 - PRODUCTS 2 -1. LIMITING REQUIREMENTS. Unless otherwise specified, concrete shall be controlled within the following limiting requirements. 2 -1.01. Cement Content. The quantity of Portland cement in the concrete shall be not less than that indicated in the following table: Quantity of Cement (Ib /yd Coarse Aggregate Size from No. 4 Sieve to 3/4 in. 660 City of Yakima, Washington 03301 Concrete PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -1.02. Maximum Water - Cementitious Ratio. The maximum water - cementitious ratio shall be 0.42 on a weight basis. If fly ash is used, the combined mass of cement plus fly ash shall be used to determine the water- cementitious materials ratio. 2 -1.03. Fly Ash Content. At the option of the Contractor, fly ash may be substituted for up to 25 percent of the portland cement, but not less than 15 percent, on the basis of 1.0 Ibs [1.0 kg] of fly ash added for each lb [kilogram] of cement reduction. 2 -1.04. Coarse Aggregate. The maximum nominal coarse aggregate size shall be not larger than 3/4 inch [25 mm]. 2 -1.05. Slump. Concrete slump shall be kept as low as possible consistent with proper handling and thorough compaction. Unless otherwise authorized by the Engineer, slump of concrete without a superplasticizer shall not exceed 4 inches [100 mm]. Slump of concrete with a superplasticizer, or a midrange water reducer, shall not exceed 8 inches. 2 -1.06. Total Air Content. The total volumetric air content of concrete after placement shall be 6 percent ±1 percent. 2 -1.07. Admixtures. The admixture content, batching method, and time of introduction to the mix shall be in accordance with the manufacturer's recommendations. A water - reducing admixture and an air - entraining admixture shall be included in all concrete. A midrange water reducer or a superplasticizer may be used at the Contractor's option. No calcium chloride or admixture containing chloride from sources other than impurities in admixture ingredients will be acceptable. 2 -1.10. Strength. The minimum acceptable compressive strengths, as determined by ASTM C39 with 6 inch [150 mm] diameter by 12 inch [300 mm] cylinders, shall be: Age Minimum Compressive Strength 7 days 3,375 psi [23.5 MPa] 28 days 4,500 psi [31.5 MPa.] 2 -1.11. Concrete for Manholes, Pipe Blocking, and Pipe Encasement. Concrete for manholes, buried blocking, and encasement of pipe shall conform to the limiting requirements specified herein, except that the cement factor and total water content may be adjusted to provide a minimum compressive strength of City of Yakima, Washington 03301 Concrete PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 • 3,000 psi [21 MPa] at 28 days. Concrete shall have a slump of not less than 2 inches [50 mm] nor more than 5 inches [125 mm] when placed. 2 -2. MATERIALS. Cement ASTM C150, Type II or I /II, low alkali. Fly Ash ASTM C618, Class F, except loss on ignition shall not exceed 4 percent. Fine Aggregate Clean natural sand, ASTM C33. Artificial or manufactured sand will not be acceptable. Coarse Aggregate Non - reactive crushed rock, washed gravel, or other inert granular material conforming to ASTM C33, class 4S, except that clay and shale particles shall not exceed 1 percent. Water Potable. Admixtures Water- Reducing ASTM C494, Type A or D. Air - Entraining ASTM C260. Superplasticizing ASTM C494, Type F or G. Reinforcing Steel Bars ASTM A615, Grade 60, deformed. Welded Wire Fabric ASTM A185 or A497. Bar Supports CRSI Class 1, plastic protected; or Class 2, stainless steel protected. Mechanical Connector Classified Type 2 per ACI 318 -02 or per UBC- (Couplers or Form 97. Use only where indicated on the drawings. Savers) Water stops Metal, at construction Uncoated carbon steel, 12 gage, size as joints indicated on the drawings. City of Yakima, Washington 03301 Concrete PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 PVC, at construction Extruded, virgin, elastomeric, polyvinyl chloride joints (PVC), white (no pigment), flat, ribbed, 3/8 inch [9.5 mm] thick. Reclaimed material will not be acceptable. Provide hog rings or grommets spaced at 12 inches [300 mm] on center entire length. For concrete sections 6 inches [15n mm] wide, 3/8 inch [9.5 mm] less than 12 inches thick; Greenstreak "679" or Vinylex "R6 -38" [300 mm] in thickness For concrete sections 9 inches [225 mm] wide, 3/8 inch [9.5 mm] 12 inches [300 mm] or thick; Greenstreak "646" or Vinylex "R9 -38" more in thickness Forms Plywood Product Standard PS1, waterproof, resin - bonded, exterior type, Douglas fir. Lumber Straight, uniform width and thickness, and free from knots, offsets, holes, dents, and other surface defects. Form Coating Nonstaining and nontoxic after 30 days, VOC- compliant; Burke "Form Release (WB) ", L &M Chemical "E Z Strip ", Nox- Crete "Form Coating ", or Symons "Thrift Kote E ". Pre -Cure Finishing Aid Burke "Finishing Aid Concentrate ", Euclid "Eucbar ", L &M Chemical "E- Con ", Master Builders "Confilm ", or Sika "Sikafilm ". Polyethylene Film Product Standard PS17 or ASTM D 4397, 6 mils [150 pm] or thicker. Vapor barrier and seam Polyoiefin geomembrane, Stego Wrap, 15 mils tape [0.38 mm] Vapor Barrier. Stego Wrap Red polyethelene tape. Membrane Curing Compound and Floor Sealer VOC — Compliant ASTM C1315, Type I, Class A, water based, VOC- compliant acrylic, maximum VOC 2.9 lb/gal [350 g /L], minimum 30 City of Yakima, Washington 03301 Concrete PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 percent solids, nonyellowing, unit moisture loss 0.40 kg /m in 72 hours maximum. 2 -3. PRELIMINARY REVIEW. CONTRACTOR shall submit the mix design for review. The submittal of a mix design shall be on WSDOT form 350 -040 and shall provide unique identification for each mix design and shall include the mix proportions per cubic yard, the proposed sources, the average 28 day compressive strength for which the mix is designed, the fineness modulus, water cement ratio and the aggregate correction factor per WAQTC FOP for AASHTO T152. Concrete placeability, workability and strength shall be the responsibility of the CONTRACTOR. The CONTRACTOR shall notify the ENGINEER in writing of any mix design modifications. 2 -4. FORMS. Forms shall be designed to produce hardened concrete having the shape, lines, and dimensions indicated on the drawings. Forms shall be substantial and sufficiently tight to prevent leakage of mortar and shall be maintained in proper position and accurate alignment. Forms for pavement, curbs, or gutters shall be made of steel and shall be supported on thoroughly compacted earth. The top face of pavement forms shall not vary from a true plane more than 1/4 inch in 10 feet [2 mm /m]. Forms shall be thoroughly cleaned and oiled before concrete is placed. Where concrete is placed against gravel or crushed rock which does not contain at least 25 percent material passing a No. 4 [4.75 mm] sieve, such surfaces shall be covered with polyethylene film to protect the concrete from loss of water. Joints in the film shall be lapped at least 4 inches [100 mm]. 2 -4.01. Form Ties. Form ties shall be of the removable end, permanently embedded body type, and shall have sufficient strength and rigidity to support and maintain the form in proper position and alignment without the use of auxiliary spreaders. 2 -4.02. Edges and Corners. Chamfer strips shall be placed in forms to bevel all salient edges and corners, except the top edges of walls and slabs which are to be tooled and edges which are to be buried. Unless otherwise noted, bevels shall be 3/4 inch [19 mm] wide. 2 -4.03. Form Removal. Forms shall not be removed or disturbed until the concrete has attained sufficient strength to safely support all dead, five, and construction loads. Care shall be taken in form removal to avoid surface gouging, corner or edge breakage, and other damage to the concrete. City of Yakima, Washington 03301 Concrete PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -5. REINFORCEMENT. Reinforcement shall be accurately formed and positioned and shall be maintained in proper position while the concrete is being placed and compacted. Unless otherwise indicated on the drawings, the details of fabrication shall conform to ACI 315 and 318. In case of conflict, ACI 318 shall govern. Reinforcement shall be free from dirt, loose rust, scale, and contaminants. Mechanical connections shall be used only as indicated on the drawings. 2 -6. BATCHING AND MIXING. Concrete shall conform to ASTM C94 and shall be furnished by an acceptable ready -mixed concrete supplier. 2 -6.01. Consistency. The consistency of concrete shall be suitable for the placement conditions. Aggregates shall float uniformly throughout the mass, and the concrete shall flow sluggishly when vibrated or spaded. The slump shall be kept uniform. 2 -6.02. Delivery Tickets. A delivery ticket shall be prepared for each load of ready -mixed concrete and a copy of the ticket shall be handed to the Engineer by the truck operator at the time of delivery. Tickets shall indicate the name and location of the concrete supplier, the project name, the mix identification, the quantity of concrete delivered, the quantity of each material in the batch, the outdoor temperature in the shade, the time at which the cement was added, and the numerical sequence of the delivery. PART 3 - EXECUTION 3 -1. PLACEMENT. The Contractor shall inform the Engineer at least 24 hours in advance of the times and places at which he intends to place concrete. Methods of conveying concrete to the point of final deposit and of placing shall prevent segregation or loss of ingredients. During and immediately after placement, concrete shall be thoroughly compacted and worked around all reinforcement and embedments and into the corners of the forms. Concrete shall be compacted by immersion -type vibrators, vibrating screeds, or other suitable mechanical compaction equipment. The use of "jitterbug" tampers to compact concrete flatwork will not be permitted. 3 -2. WATER STOPS. Each water stop shall be continuous throughout the length of the joint in which it is installed. Water stops shall be clean, free from coatings, and shall be maintained in proper position until surrounding concrete has been deposited and compacted. Junctions between adjacent sections of metal water stops shall be lapped 5 inches [130 mm] and securely bolted, screwed, or spot welded together. City of Yakima, Washington 03301 Concrete PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Junctions between adjacent sections of elastomeric (PVC ) water stops shall be spliced in strict conformity with the recommendations of the manufacturer. Directional changes and intersections shall be factory fabricated by the water stop manufacturer prior to delivery to the site of the work. Field splices will be acceptable only in straight sections. 3 -3. FINISHING. Recesses from form ties shall be filled flush with mortar. Fins and other surface projections shall be removed from all formed surfaces, except exterior surfaces that will be in contact with earth backfill. Unless otherwise specified, unformed surfaces shall be screeded and given an initial float finish as soon as the concrete has stiffened sufficiently for proper working. Any piece of coarse aggregate which is disturbed by the float or which causes a surface irregularity shall be removed and replaced with mortar. Initial floating shall produce a surface of uniform texture and appearance, with no unnecessary working of the surface. Initial floating shall be followed by a second floating at the time of initial set. The second floating shall produce a finish of uniform texture and color and the completed finish for unformed surfaces unless indicated otherwise. 3 -3.01. Troweling. Interior floor surfaces which will be exposed after construction is completed; exposed top surfaces of equipment bases and interior curbs; and other surfaces designated on the drawings shall be steel trowel finished. Troweling shall be performed after the second floating when the surface has hardened sufficiently to prevent an excess of fines being drawn to the surface. Troweling shall produce a dense, smooth, uniform surface free from blemishes and trowel marks. 3 -3.02. Application of Pre -Cure Finishing Aid. Concrete flatwork subject to rapid evaporation due to hot weather, drying winds, and sunlight may be protected with a pre -cure finishing aid. The finishing aid shall form a monomolecular film on the surface of fresh, plastic concrete to retard evaporation. Immediately following screeding, pre -cure finishing aid shall be sprayed over the entire surface of fresh, plastic concrete flatwork at a rate of not less than 200 square feet per gallon [4 m /L], in accordance with the manufacturer's recommendations. The spray equipment shall have sufficient capacity to continuously spray finishing aid at approximately 40 psi [275 kPa] with a suitable nozzle as recommended by the manufacturer. The sprayable solution shall be prepared as recommended by the manufacturer. Under severe drying conditions, additional applications of finishing aid may be required following each floating or troweling, except the last finishing operation. City of Yakima, Washington 03301 Concrete PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3 -3.03. Sidewalks and Building Landings. Concrete surfaces shall be screeded to the proper elevation and contour. All aggregates shall be completely embedded in mortar. Screeded surfaces shall be given an initial float finish as soon as the concrete has stiffened sufficiently for proper working. Any piece of coarse aggregate which is disturbed by the float or which causes a surface irregularity shall be removed and replaced with mortar. Initial floating shall produce a surface of uniform texture and appearance, with no unnecessary working of the surface. Initial floating shall be followed by a second floating at the time of initial set. Floated surfaces shall be given a light broom finish, using a horsehair broom, to provide a nonslip surface. Brooming shall be done at right angles to the length of the walk. Sidewalks shall be edged using a 3 or 4 inch [75 or 100 mm] wide edging tool with a 1/8 inch [3 mm] corner radius. Edger lap marks at corners of each slab shall be carefully removed. False joints shall be provided at right angles to the length of the walk, using a grooving tool with 1/8 inch [3 mm] radius. The finished edge on each side of the joint shall be the same width as the edging tool used. False joints shall divide each sidewalk into square sections. The finished surface of all sidewalks shall be neat in appearance, shall be sloped to drain, and shall not pond water. 3 -3.06. Broom Finish. Concrete walking surfaces shall be given a light broom finish to produce a nonslip surface. Brooming shall be done after the second floating and at right angles to the normal direction of traffic. 3 -4. CURING. Concrete shall be protected from loss of moisture by water saturation or b membrane curing for at least 7 days after placement; however, when concrete is also being protected from low temperatures, the period of curing by saturation shall be 1 day less than the duration of the low temperature protection. Water saturation shall be used on concrete which will be covered later with mortar or additional concrete. Water saturation or membrane curing compound may be used on all other concrete surfaces. Water saturation of concrete surfaces shall begin as soon as possible after initial set. Unformed surfaces shall be covered with polyethylene film, tarpaulins, or sand to retain the water. Water shall be applied as often as necessary to keep the concrete saturated for the entire curing period. Acceptable methods of water curing are described in ACI 308. Membrane curing compound shall be sprayed at a coverage rate of not more than 300 square feet per gallon [7 m /L]. Unformed surfaces shall be covered City of Yakima, Washington 03301 Concrete PN 132965 -8- Bid No. 2182 Ultraviolet Disinfection Project November 2007 with curing compound within 30 minutes after final finishing. If forms are removed before the end of the specified curing period, curing compound shall be immediately applied to the formed surfaces. Curing compound shall be suitably protected against abrasion during the curing period. Concrete shall be protected against freezing for at least 8 days after placement. 3 -5. REPAIRING DEFECTIVE CONCRETE. Defects in concrete surfaces shall be repaired to the satisfaction of the Engineer. All concrete which is honeycombed or otherwise defective shall be cut out and removed to sound concrete, with edges cut square to avoid feathering. Concrete repair work shall conform to Article 5.3.7 of ACI 301 and shall be performed in a manner that will not interfere with thorough curing of surrounding concrete. Repair work shall be adequately cured. 3 -6. FIELD CONTROL TESTING. 3 -6.01. Air Content. An air content test shall be made on concrete from each batch of concrete from which concrete compression test cylinders are made. The Contractor shall provide all equipment and supplies necessary for the testing. Air content shall be determined in accordance with ASTM C231. 3 -6.02. Slump. A slump test shall be made on concrete from each batch of concrete from which concrete compression test cylinders are made. Slump shall be determined in accordance with ASTM C143. 3 -6.03. Test Cylinders. Compression test specimens shall be made, cured, stored, and delivered to the laboratory in accordance with ASTM C31 and C39. Compressive strength tests will be evaluated in accordance with ACI 318 and as specified herein. One set of 6 inch [150 mm] diameter by 12 inch [300 mm] concrete test cylinders shall be cast for each concrete pour. A set of test cylinders shall consist of four cylinders, two to be broken and to have compressive strengths averaged at 7 days, and two to be broken and to have compressive strengths averaged at 28 days. All concrete required for testing shall be furnished by, and at the expense of, the Contractor. The cured cylinders shall be tested by an independent testing laboratory at the expense of the Owner. End of Section City of Yakima, Washington 03301 Concrete PN 132965 -9- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 03450 PRE -CAST CONCRETE ELECTRICAL ENCLOSURE PART 1 - GENERAL 1 -1. SCOPE. This section covers the design standards, material specifications, and methods for manufacture, handling, storage, and delivery of the pre -cast electrical enclosure to be located at the UV disinfection area. The enclosure dimensions shall be equal to those shown on the drawings. The enclosure shall be provided with door openings, door framing, doors and hardware, pipe and conduit penetrations, air conditioning units. 1 -2. GENERAL. The pre -cast concrete enclosure shall be supplied in full conformity with project plans and specifications. The enclosure shall be delivered FOB the jobsite and installed by the Contractor. The Contractor shall provide all lifting cables and hardware needed to off -load and set the enclosure. 1 -2.01. Governing Standards. International Building Code (IBC) 2003 American Concrete Institute (ACI) ACI -318 Building Code ACI 211.1 Recommended Practices for Selecting Proportions for Normal and Heavyweight Concrete American Society of Testing and Materials (ASTM) ASTM C3 1 Standard Practice for Making and Curing Concrete Test Specimens in the Field ASTM C33 Specification for Concrete Aggregates ASTM C39 Test Method for Compressive Strength of Cylindrical Concrete Specimens ASTM C136 Test Method of Sieve Analysis for Fine and Coarse Aggregates ASTM C143 Test Method For Slump of Hydraulic Cement Concrete ASTM C150 Standard Specification For Portland Cement ASTM C23 1 Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C260 Specification for Air Entraining Admixtures in Concrete ASTM C494 Specification for Chemical Admixtures for Concrete ASTM C 172 Standard Method of Sampling Freshly Mixed Concrete ASTMC 1064 Standard Method for Determining Concrete Temperature ASTM A36 Specification for Carbon Structural Steel City of Yakima, Washington 03450 Pre -cast Concrete Electrical Enclosure PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 ASTM A496 Standard Specification for Steel Wire, Deformed for Concrete Reinforcement ASTM A497 Standard Specification for Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement ASTM A615 Specification for Deformed and Plain Billet Steel Bars for Concrete Reinforcement ASTM A706 Specification for Low Alloy Steel Deformed Bars for Concrete Reinforcement. American Welding Society (AWS) Structural Welding Code — Reinforcing Steel National Electric Code (NEC) 1 -3. SUBMITTALS. All electrical, controls and instrumentation equipment to be installed and operated within this enclosure is to be submitted and marked "no exceptions noted" prior to enclosure submittal. Blockouts for enclosure penetrations are to be coordinated by the Contractor. Complete shop drawings and data shall be submitted in accordance with the requirements of the plans and specifications showing dimensions, sizes, thickness, materials, finishes and methods of assembly, Submit Manufacturer's technical data for all building hardware and equipment. Complete details, model numbers, finishes and installation drawings covering doorways, doors, door hardware, louvers, air handling units and heating units shall be submitted. Complete calculations, drawings, and data shall be submitted for approval prior to fabrication. A letter of design certification by a professional structural engineer registered in the State of Washington shall be submitted with the design calculations and data. The construction drawings shall also be signed by the W regis }ered professional structural engineer. All work shall be fabricated and erected in accordance with the Manufacturer's drawings. PART 2 - PRODUCTS 2 -1. ACCEPTABLE MANUFACTURERS. Acceptable manufacturers include: Oldcastle Pre -cast Model 1221, or approved equal. The enclosure manufacturer shall be licensed by the State of Washington as a pre- fabricated building manufacturer. As a part of the submittal requirements, evidence of this license shall be submitted to ENGINEER. City of Yakima, Washington 03450 Pre -cast Concrete Electrical Enclosure PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 200 2 -2. MATERIALS 2 -2.01. ENGINEER shall have the right to inspect or test any materials during fabrication in the factory. At the option of ENGINEER, certified tests of materials may be accepted in lieu of field tests. Materials shall conform to the following: Cement Cement shall conform to ASTM C 150. Aggregate Fine and coarse aggregate shall conform to ASTM C33. Admixtures Admixtures shall conform to the applicable ASTM Standard: 1) Air - entraining admixture — ASTM A260. 2) Water reducing, high range water reducing, retarding and accelerating admixtures — ASTM C494. Note: Calcium chloride shall not be used under any circumstance. Steel Reinforcement Rebar shall conform to ASTM A615 or ASTM A706 (for welded). Reinforcing mesh shall conform to ASTM A496 and A497. Inserts and Embedded Metal 1) Structural steel plates, angles, etc. shall conform to ASTM A36. 2) Lifting inserts shall be used in accordance with manufacturers published literature. 2 -2.02. Mix Designs. Mix Proportions Concrete mixes shall be developed in accordance with ACI 211.1 (Recommended Practices for Selecting Proportions for Normal and Heavyweight Concrete). All concrete mixes shall be designed by a Professional Engineer or Certified Testing Lab to meet the specified strength requirements. Maximum allowable water /cement ratio shall be 0.50. Air Content for freeze /thaw conditions air - entraining admixtures shall be used. Total air content percent by volume shall be 4% to 6 %. City of Yakima, Washington 03450 Pre -cast Concrete Electrical Enclosure PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -3. HOLLOW METAL PERSONNEL DOOR AND HARDWARE. • Hollow Metal Personnel Doors. Provide in accordance with Specification Section 08110 - Steel Doors and Frames. Door Hardware. Provide in accordance with Specification Section 08700 - Finish Hardware: Hardware Group 1. 2 -4. HEATING, VENTILATION AND AIR CONDITIONING. 2 -4.01. Provide dual air conditioning units, each sized at 70% capacity, in accordance with Specification Sections 15650 and 15990 and criteria as specified herein. 2 -4.02. Design Criteria: Ambient Design Temperatures Winter, design dry bulb, F 5 Summer, design dry bulb /mean coincident wet bulb, F 93/65 Summer, design wet bulb, F 66 Dehumidification, design dew point, F 59 Climatic Data Mean Daily Dry Bulb Temperature Range, F 36 No. of Hours between 55 F <Ttb< 69 F from 8 pm to 4 pm 703 Indoor Design Temperatures Summer Design, F 78 Winter Design, F 60 Winter Setpoint, F 50 Estimated Indoor Heat Load UV Equipment (kW), CONTRACTOR to verify with UV 4 -6 manufacturer Distribution / Other (kW) 1 2-4.03. Performance Requirements: Maintain room temperature at design temperatures noted above. Electrical: 480V, 3PH Control: Lead, Lag temperature controller City of Yakima, Washington 03450 Pre -cast Concrete Electrical Enclosure PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -5. INTERIOR AND EXTERIOR FINISH. Interior concrete walls: Paint per Specification Section 09920 — Architectural Painting. The enclosure exterior finish shall be finished with a waterproof cement -based coating per Specifications Section 09920 — Architectural Painting; color to be determined by OWNER (desert tan is standard). PART 3 - EXECUTION 3 -1. DESIGN. Structural calculations and associated drawings shall conform to the latest revision of the following industry standards: 1) International Building Code (IBC) 2003 2) ACI -318 Building Code Design Criteria 1) Dead Load: as calculated. 2) Live Load: Per IBC 2003 3) Floor Live Load: 250 PSF 4) Snow, Wind, and Seismic Loads: See "LOADING CRITERIA" on Structural Drawing SG001. 5) Minimum Concrete Compressive Strength at 28 days: 5000 psi The enclosure shall have minimum interior dimensions of 11 ` -0" wide x 20' -0" long x 9' -3" headroom, and shall be constructed of steel- reinforced precast concrete. The precast concrete enclosure shall be such that the roof and walls are cast monolithically at manufacture. The floor shall be permanently attached to the walls by eight (8) welded connections and a continuous shear keyway which is filled with non - shrink grout. The enclosure shall have a minimum roof thickness of four (4) inches, minimum floor thickness of five (5) inches, and minimum wall thickness of three (3) inches. The enclosure shall be entirely factory assembled and shipped as a 1- piece unit. City of Yakima, Washington 03450 Pre -cast Concrete Electrical Enclosure PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3 -2. MANUFACTURE. • Forms Forms shall be of steel construction and designed expressly for the fabrication of the specified unit. Tolerances of form construction shall be such that no leakage of slurry (bleedout) occurs and specified product dimensions are achieved. Forms shall be clean and freP of excessive buildup, rust, tape, polystyrene, etc, Rebar Reinforcing steel shall be placed conforming to the design requirements relative to the size, spacing, and location. All reinforcing bars shall be adequately tied at crossover points and lap joints to assure rigidity during handling of the cage and placing of the concrete. Reinforcing shall be supported properly and adequately chaired to provide the proper concrete cover and prevent maintained during concrete placement and consolidation. ASTM A706 reinforcing steel shall be used when welding is required. Welding shall be performed in accordance with the American Welding Society (AWS) "Structural Welding Code — Reinforcing Steel ". Embedded Items Embedded items shall be positioned at locations specified in the drawings. Inserts, weld plates, lifting devices, and other items to be cast in shall be held rigidly in place so that they do not move during pouring operations. Concrete Placement The concrete shall be deposited into the forms as near to its final location as practical. The free fall of the concrete shall be kept to a minimum. The concrete shall be placed uniformly around the form. The concrete pouring operation should be continuous, making sure to avoid letting the previous placed concrete begin hardening. Concrete shall be consolidated in such a manner that segregation of the concrete is minimized. All concrete shall be consolidated by vibration so that the concrete is completely worked around all reinforcement, embedments, and into corners thus eliminating all air and stone pockets. City of Yakima, Washington 03450 Pre -cast Concrete Electrical Enclosure PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Product Handling All products should only be handled from the designed lifting locations. Care must be taken when stripping a product from its form to prevent damage. 3 -3. INSPECTION AND TESTING Concrete Testing As a minimum, concrete testing will be once per day. Testing will be performed by an ACI Certified Concrete Field Testing Technician Grade I. As a minimum, concrete testing will include a Slump Test (per ASTM C143), Temperature (per ASTM C1064) and fabrication of Cylinder Test Samples (per ASTM C3 1). The test sample will be obtained in accordance with ASTM C172 Standard Practice for Sampling Freshly Mixed Concrete. If the Mix Design specifies air entrainment the air content will be tested by ASTM C23 I Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. Concrete Test Cylinders will be fabricated and cured in accordance with ASTM C31. Five - four inches diameter by eight inches high test cylinders are to be collected. Compressive strength tests are to be performed at ages of 1 day, 7 days and 28 days (2 cylinders), final sample will be maintained for a 56 day test if required. These test sample quantities and ages will be superseded by any applicable job specifications. After curing per ASTM C31 the cylinders will be compression tested to failure per ASTM C39. Testing is to be performed by a ACI certified testing laboratory All testing results will be forwarded for review by ENGINEER with 7 days of test. Complete test results are to accompany delivery of the building. Mill Certificates The precaster shall have on file mill certificates for reinforcing steel, cement, and chemical admixtures to verify compliance with material specifications. Aggregate Testing A full set of fine and coarse aggregate tests will be performed at least annually and shall be on file to verify compliance with ASTM C33. Product Inspection All finished product will be inspected by a Quality Control Inspector to assure the product has been manufactured in compliance with specifications and drawings. Approved product will be marked as City of Yakima, Washington 03450 Pre -cast Concrete Electrical Enclosure PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 such. If repairs are required, they will be performed and reinspected before the product is approved and goes to inventory. 3 -4. DELIVERY AND INSTALLATION Loading Product will be loaded in a manner to prevent damage from occurring during shipment. In general, dunnage will be placed at the lift points and tie downs at the dunnage. Softeners will be used at tie -down chains. Products will be loaded only after the concrete has achieved adequate strength. Installation Product shall be installed in accordance with the precast manufacturer's recommended procedures. Enclosures should be handled in such a manner at the jobsite such that they are not damaged from equipment and excessive stresses. Lift gear, rigging, etc. shall be as specified by the manufacturer. End of Section City of Yakima, Washington 03450 Pre -cast Concrete Electrical Enclosure PN 132965 -8- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 03600 GROUT PART 1 - GENERAL 1 -1. SCOPE. This section covers procurement and installation of grout beneath column baseplates and other structural uses of grout as indicated on the drawings. Unless otherwise specified, only nonshrinking grout shall be furnished. Epoxy grouting of anchor bolts, threaded rod anchors, and reinforcing bars is covered in the anchorage in concrete and masonry section. Grouting of masonry is covered in the building masonry section. 1 -2. SUBMITTALS. A letter of certification indicating the types of grout to be supplied and the intended use of each type shall be submitted in accordance with the submittals section. 1 -3. DELIVERY, STORAGE, AND HANDLING. Materials shall be handled, transported, and delivered in a manner which will prevent damage of any kind. Materials shall be protected from moisture. PART 2 - PRODUCTS 2 -1. MATERIALS. Nonshrinking Grout Cementitious grout with demonstrated non - shrinking properties; L &M "Crystex ", Master Builders "Masterflow 713" or "Set Grout ", Sauereisen "F -100 Level Fill Grout ", Sonneborn "Sonogrout 10K ", Hilti "CG 200 PC ", or Five Star Products "Five Star Grout ". Water Clean and free from deleterious substances. 2 -2. NONSHRINKING GROUT. Nonshrinking grout shall be furnished factory premixed so that only water is added at the jobsite. City of Yakima, Washington 03600 Grout PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 PART 3 - EXECUTION 3 -1. PREPARATION. The concrete foundation to receive nonshrinking grout shall be saturated with water for at least 12 hours preceding grouting unless additional time is required by the grout manufacturer. 3 -1.01. Abandoning Existing Pipe. Pump grout into existing pipes to be abandoned. 3 -2. INSTALLATION. 3 -2.01. Mixing. Grout shall be mixed in a mechanical mixer. No more water shall be used than is necessary to produce a flowable grout. 3 -2.02. Placement. Unless otherwise specified or indicated on the drawings, grout under baseplates shall be 1 -1/2 inches [38 mm] thick. Grout shall be placed in strict accordance with the directions of the manufacturer so that all spaces and cavities below the baseplates are completely filled without voids. Forms shall be provided where structural components of baseplates will not confine the grout. 3 -2.03. Edge Finishing. In all locations where the edge of the grout will be exposed to view, the grout shall be finished smooth after it has reached its initial set. Except where shown to be finished on a slope, the edges of grout shall be cut off flush at the baseplate. 3 -2.04. Curing. Nonshrinking grout shall be protected against rapid loss of moisture by covering with wet cloths or polyethylene sheets. After edge finishing is completed, the grout shall be wet cured for at least 3 days and then an 1...1. w, .M, 4..- ...... .. .-. A .. L..-. I I 1-. .. ..1:....1 GUUGIJIa IJIG 1 I IeI I IL/1 Cl1 1c ULU II Ig lA./111 . /UUl Iu oI IaII IJC dppIICU. End of Section City of Yakima, Washington 03600 Grout PN 132965 -2- Bid No. 2182 1 II+r.,.: ... i 1et Disinfection Project November 2007 vuIaVIJI L vtO icVUVf1 rlv�c�i IVVVCI11IJCI GVV! Section 03710 CONCRETE CRACK REPAIR PART 1 - GENERAL 1 -1. SCOPE. This section covers the repair of concrete and shotcrete cracks and joints. The Work covered by this section includes, but is not limited to, the following: a. Sealing of all cracks and crack networks that are wider than a minimum thickness of 10 mils (0.01 inch) [250 pm]. b. Sealing of construction and movement joints that require repair. Both inch -pound (English) and SI (metric) units of measurement are specified herein; the values expressed in inch -pound units shall govern. 1 -2. SUBMITTALS. Specifications and data covering physical properties, mixtures, application procedures, and curing procedures of the materials proposed shall be submitted in accordance with the submittals section. Submittals shall include the approvals from the material manufacturer. 1 -3. QUALITY ASSURANCE. 1 -3.01. Manufacturer's Field Services. The material manufacturer shall provide engineering field services to review the project and the material application prior to any preparation; to approve the applicator, the material used, and the procedure to be used; to observe surface preparation; to approve surface preparation; and to observe application. The field representative of the material manufacturer shall submit, in writing through CONTRACTOR, approvals of proposed material, application procedures, applicator, and surface preparation. The field representative shall be an employee of the material manufacturer. 1 -3.02. Applicator. The applicator shall submit through CONTRACTOR a satisfactory experience record including references from previous application of the specified materials to structures of similar design and complexity. 1 -4. DELIVERY, STORAGE, AND HANDLING. Shipping shall be in accordance with the shipping section. Handling and storage shall be in accordance with the handling and storage section. City of Yakima, Washington 03710 Concrete Crack Repair PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 PART 2 - PRODUCTS 2 -1. PERFORMANCE AND DESIGN REQUIREMENTS. Unless otherwise specified or authorized, repairs shall conform to the requirements specified herein. Types of repairs not specified herein shall be as specified in other sections, as indicated on the drawings, or, in the absence of any definite requirement, as recommended by the manufacturer's representative and subject to acceptance by ENGINEER. The following types of repairs shall be performed as required. 2 -1.01. Pressure - Injected Epoxy Resin. Pressure- injected epoxy resin shall be used to seal cracks, construction joints, and other repairs in concrete and shotcrete structures as required or as directed by ENGINEER. 2 -1.02. Pressure - Injected Foam Resin. Pressure - injected foam resin shall be used to seal joints and cracks in concrete and shotcrete structures that will have movement as required or as directed by ENGINEER. 2 -1.03. Crack Sealant. Crack sealant shall be used to seal cracks in structures prior to pressure injection of resin. 2 -2. ACCEPTABLE PRODUCTS. Repair products /materials shall be manufactured by the companies specified herein. Equivalent products of other manufacturers regularly producing high quality concrete repair products /materials and providing engineering field services may be furnished subject to review and acceptance by ENGINEER. 2 -3. MATERIALS. All materials shall be as specified or as recommended by the manufacturer for temperature and moisture conditions encountered. Pressure- Injected Epoxy ASTM C881, Type IV, moisture insensitive, Resin maximum viscosity 350 cps at 77 °F [25 °C]. Sika "Sikadur 52 ", Master Builders "Concresive 1380 ", PolySpec "T 107", Prime Resins "Prime Rez 1000 ". • Pressure - Injected Foam Sika "SikaFix HH ", DeNeef "HA Sealfoam ", or 3M Resin "ScotchSeal 5600 ". Foam Resin Accelerator As recommended by foam resin manufacturer. Crack Sealant Master Builders "Concresive Paste LPL ", Sika "Sikadur Hi -Mod Gel ", or PolySpec "TuffRez 106 ", moisture insensitive. Epoxy Bonding Agent Master Builders "Concresive Liquid LPL ", Sika "Sikadur Hi -Mod Adhesive ", or PolySpec "TuffRez 101", moisture insensitive. Water Clean and free from deleterious substances. City of Yakima, Washington 03710 Concrete Crack Repair PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 PART 3 - EXECUTION 3 -1. INSPECTION. Prior to the placement of the repair materials, the crack to be repaired shall be inspected by the material manufacturer to assure that preparation and conditions are correct for the type of repair and the product/material being used as specified herein. 3 -2. PREPARATION. All cracks and surfaces around the cracks shall be free of objectionable substances and shall conform to the requirements of the material manufacturer. Concrete and shotcrete to be repaired shall be cleaned by methods acceptable to the material manufacturer so that the cracks are free of dirt, oil, grease, laitance, and other foreign matter. All loose and deteriorated existing concrete and shotcrete shall be removed down to sound materials. All concrete and shotcrete surfaces shall be checked for delamination to ensure that all surfaces are sound. All edges shall be square cut to avoid feather edges. Any other preparation recommended by the material manufacturer shall be brought to ENGINEER's attention and may be incorporated into the work if acceptable to ENGINEER. Concrete and shotcrete surfaces in the area of a crack to be repaired shall be cleaned by wire brushing, blasting, or other acceptable methods. Wall surfaces shall be sandblasted clean to expose crack networks and construction joints. If there is active water seepage in the repair area, the seepage shall be stopped as recommended by the injection material manufacturer and as acceptable to ENGINEER. Injection ports shall be installed, when recommended by the injection material manufacturer. 3 -2.01. Injected Epoxy Resin. Preparation for injected epoxy resin shall include sealing the surface at the crack on both sides, when possible, with crack sealant as recommended by the material manufacturer and as acceptable to ENGINEER for the pressure injection work. Injection ports for epoxy resin shall penetrate through the crack sealant into the cracks at spacings recommended by the material manufacturer. 3 -2.02. Injected Foam Resin. Preparation for injected foam resin shall include drilling offset injection holes at an angle that will intersect the crack, joint, or crack network at approximately one -half the thickness of the concrete or shotcrete up to a thickness of 36 inches [900 mm]. Spacing of injection ports shall be determined as recommended by the injection material manufacturer and as acceptable to ENGINEER. When the injection material manufacturer certifies, in writing, that spacing of injection ports and installation procedures are acceptable, the injection ports may be installed directly into the crack, subject to review by ENGINEER. 3 -3. APPLICATION. Concrete and shotcrete repair work shall be performed in accordance with the following requirements. 3 -3.01. Crack Sealant. Crack sealant shall be trowel - applied to a minimum dried thickness of 1/8 inch [3 mm]. The concrete surface where the sealant is applied shall City of Yakima, Washington 03710 Concrete Crack Repair PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 be smooth, uniform, and free from irregularities. Crack sealant shall be removed after the injection of resin is completed whenever the sealant will be visible after completion of the work. 3 -3.02. Pressure - Injected Resin. The injected areas shall be prepared as specified and as recommended by the manufacturer. Pressure - injected resin shall be suitable for penetration of joints, cracks, and crack networks 2 mils (0.002 inch) [50 pm] wide and larger. After the joints and tracks are prepar an d before the i o f th rosin, th joints shall be flushed with water. The water flush shall be terminated when the turbidity of the expelled water is equal to that of the flush water. The pumping equipment used for the pressure injection of resin shall have pressure metering. Written procedures for use and quality control of the injection equipment shall be furnished to ENGINEER for review and acceptance. The pump shall be electric. The material and process used for the pressure injection of the resin shall have been in use a minimum of 5 years. The joints and crack networks shall have a minimum of 90 percent penetration of resin into the joint or crack network. Core samples may be taken at ENGINEER's discretion. 3- 3.02.01. Epoxy Resin. Epoxy resin shall be injected into the structure in accordance with the material manufacturer's recommendations and as acceptable to ENGINEER. Epoxy resin shall be injected until the resin appears at the next port. 3- 3.02.02. Foam Resin. Foam resin shall be premixed and injected into the structure in accordance with the material manufacturer's recommendations and as acceptable to ENGINEER. Foam resin shall be injected into the structure until the resin appears at the next injection port. Surfaces of cracks and joints may need to be sealed with crack sealant. 3 -3.03. Cold Weather. When ambient temperatures below 40 °F [4 °C] are expected during the curing period, the repair materials shall be maintained at a temperature of at least 50 °F [10 °C] for 14 days or 75 °F [24 °C] for 7 days after placement. Sudden cooling of the repair materials shall not be permitted. 3 -4. PROTECTION. Post - placement curing and protection shall be as specified herein and in accordance with the manufacturer's recommendations. 3 -5. CLEANING. Work areas shall be cleaned each day in accordance with the project requirements section. Upon completion of the final cleanup, CONTRACTOR shall restore all areas affected by the grouting procedures to their original condition, leaving no trace of material piles or other wasted materials. End of Section City of Yakima, Washington 03710 Concrete Crack Repair PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 05520 HANDRAILING, GUARDRAILING, AND LADDERS Data Sheet Para- Description Data Unit graph Performance and Design Requirements Drawings and submittals to be r Yes sealed by a professional engineer. No Code requirements. UBC and OSHA B OCA and OSHA SBC and OSHA OSHA only `+ Other When "Other" is selected, indicate IBC and OSHA additional alternatives. Products and Accessories Systems required. Iv Aluminum - S tainless steel i,. G alvanized steel 1 Primed and painted steel Fiberglass Acceptable rail manufacturers a Moultrie "Wesrail" • (metal). w' Universal "Uni -Rail" Thompson "TUF Rail System" Julius Blum & Co "Connectorail" I O ther When "Other" is selected, indicate additional manufacturers. As specified without exception. Yes Alternatives may be proposed Acceptable rail and ladder Fibergrate Composite Structures manufacturers (fiberglass). " Dynarail" Strongwell "Safrail" Other When "Other" is selected, indicate additional manufacturers. City of Yakima, Washington 05520 Handrailing, Guardrailing, and Ladders PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 As specified without exception. Yes Alternatives may be proposed Acceptable ladder system Alaco "Series 500" manufacturers (metal). ;' Thompson "TUF Ladder" r Other When "Other" is selected, indicate adritional m As specified without exception. _. Yes Alternatives may be proposed Ladder extending safety posts Yes required beneath hatches. No _, As indicated on drawings Lighting standards integral with c Required per drawings posts. Not required Finishes Painted steel railing required to be r Yes shop prime coated. No Painted steel railing required to be Yes shop finish coated. No When "Yes" is selected, indicate color of painted steel railing. Finish for aluminum railing. Clear anodic as specified n Other When "Other" is selected, indicate additional alternatives. Fiberglass railing color. Yellow r Gray Other When "Other" is selected, indicate Not required. additional alternatives.. City of Yakima, Washington 05520 Handrailing, Guardrailing, and Ladders PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 05520 HANDRAILING, GUARDRAILING, AND LADDERS PART 1 - GENERAL 1 -1. SCOPE. This section covers the fabrication and installation of handrailing, guardrailing, and ladders fabricated from metal shapes. Concrete and masonry anchorage systems, and structural and miscellaneous metal are covered in other sections. 1 -1.01. Terminology. When the phrase "as required" is stated in this section, it shall mean "as required in the attached Data Sheet ". 1 -2. GENERAL. Fabricated items which are indicated on the drawings but not mentioned specifically herein shall be fabricated in accordance with the applicable requirements of this section. 1 -3. SUBMITTALS. Complete data, detailed drawings, and setting or erection drawings covering all materials shall be submitted in accordance with the submittals section. Each separate piece shall be marked. Drawings and submittals shall be sealed by a professional engineer registered in the state of the project. Data shall be submitted to certify that all railings and ladders meet all applicable requirements of the codes as required and the project specifications and drawings. ENGINEER may request copies of all supporting calculations. 1 -3.01. Samples. Samples shall be submitted to indicate finishes. Samples of each type of fitting required to complete the installation shall also be submitted. 1 -3.02. Colors. Not required. 1 -4. DELIVERY, STORAGE, AND HANDLING. Materials shall be handled, transported, and delivered in a manner which will prevent bends, dents, coating damage, or corrosion. Damaged materials shall be promptly replaced. Materials shall be stored on blocking so that no material touches the ground and water cannot collect thereon. The material shall be protected against bending under its own weight or superimposed loads. City of Yakima, Washington 05520 Handrailing, Guardrailing, and Ladders PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 PART 2 - PRODUCTS 2 -1. GENERAL. Railing systems and ladders shall be designed and fabricated by companies normally engaged in the manufacture of such systems and as required. Railing products of like materials shall be from a single supplier and the installed systems shall have a uniform appearance throughout the project. Ladders may be from another supplier. Unless indicated otherwise on the drawings, ladders in proximity with guardrailing shall be of the same material, style, and finish as the guardrailing. For metal railing systems, at CONTRACTOR'S option, handrailing and guardrailing shall be either shop fabricated welded systems or prefabricated nonwelded systems designed for field assembly. Welded railing systems shall be fabricated from pipe and accessories by metal fabricators experienced in designing and fabricating welded railing. 2 -2. PERFORMANCE AND DESIGN REQUIREMENTS. 2 -2.01. Railing System Design Criteria. All railing systems shall be designed and fabricated in compliance with the most stringent requirements of the applicable local building code, OSHA 29 CFR Part 1926 Subpart R, and all other pertinent OSHA regulations and local safety regulations. At a minimum, guardrailings shall be designed to withstand a uniform horizontal load of 50 Ibs per foot with a simultaneous vertical load of 100 lbs per foot applied to the top rail. Handrailing and stair railing shall be designed to withstand a uniform horizontal Toad of 50 Ibs per foot applied to the top rail. In addition, guardrailing, handrailing, and stair railing shall be designed to withstand a concentrated load of 200 Ibs applied in any direction, at any point on the railing s The 200 lb concentrated Toad need not b p li ed 1t sl with system. The 200 IN lconcentrated r llUalGU load need not IJG applied simultaneously VVtlll the 50 lbs per foot uniform horizontal load. Maximum spacing for railing posts shall be 6 feet. 2 -2.02. Handrails. Aluminum handrailings shall be fabricated from 1 -1/2 inch ID pipe. 2 -2.03. Guardrails. Aluminum guardrailings shall be fabricated from 1 -1/2 inch ID pipe. 2 -2.04. Kickplate. Kickplates shall be 4 inches high and shall be fabricated from similar materials as the railing. Kickplates shall clear the walking surface by 1/4 inch. 2 -2.05. Fasteners. Unless noted otherwise, all fasteners shall be stainless steel. Where galvanized bolts are indicated on the drawings or specified, the use of City of Yakima, Washington 05520 Handrailing, Guardrailing, and Ladders PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 zinc - plated bolts will not be acceptable. Metal railings shall be fastened to fittings with through bolts or flush set screws; glued or pop riveted connections are not permitted. Fastener details shall be indicated on the submittal drawings. 2 -2.06. Guarding of Openings. Openings in railing shall be guarded by self - closing gates in accordance with OSHA 1910.23. Safety chains shall not be used unless required or specifically indicated on the drawings. 2 -2.07. Removable Guardrail. Removable guardrail sections shall be so designed that each section has at least two, but not more than three posts. 2 -2.08 Expansion Control. Guardrailing in outdoor locations shall have slip joints at least every 60 feet and at all concrete expansion joints to permit expansion and contraction. The gap at each slip joint shall be not less than 1/4 inch. 2 -2.09. Mounting to Structure. Handrailing and guardrailing shall be mounted to structures as indicated on the drawings. If mounting details are not indicated, railing posts shall be surface mounted with base flanges or side mount brackets secured to concrete by stainless steel anchor bolts set in epoxy grout. Bolt sizes and pattern shall be as needed for the mounting device. 2 -2.10. Ladders. Ladders shall be designed to meet the requirements of OSHA and ANSI- A14.3. Ladders with climbing heights greater than 20 feet shall be provided with cages or fall prevention devices as indicated on the drawings. Rest platforms shall be provided to limit straight climbs to maximum 30 feet. Ladders shall be mounted to structures as indicated on the drawings. If mounting details are not indicated, bracket connection bolts shall be stainless steel bolted to structural steel or set in concrete or masonry with epoxy grout. 2 -3. MATERIALS. Aluminum Systems Pipe Aluminum ASTM B429, Alloy 6061 -T6, Schedule 40. Shapes and Plates Aluminum ASTM B308, Alloy 6061 -T6 for Shapes. ASTM B209, Alloy 6061 -T6 for Plates. Fittings, Welded Angles, offsets, tees, ells, crosses, caps for aluminum, ASTM B429, Alloy 6063 -T6, Schedule 40. City of Yakima, Washington 05520 Handrailing, Guardrailing, and Ladders PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Fittings, Non - welded Manufacturer's standard component • fittings, extruded sections, ASTM B221, Alloy 6063 -T5 or T6. Assembly Bolts, Nuts, Stainless steel. Washers, and Fasteners StPAI Pipe Sleeves Outer Sleeves Black steel pipe, Schedule 40. Hot -dip galvanized after fabrication. Removable Post Inner PVC tube, Schedule 40. Sleeves Plastic Pipe Sleeves PVC tube, Schedule 40. Post Setting Cement Minwax "Super Por -Rok Cement" or Master Builders Set Products Division "Set 45 ®. Ladder Fall Prevention Devices OHSA approved fall prevention device with harness. • Shop Coatings Universal Primer Ameron "Amercoat 385 Epoxy ", Carboline "Carboguard 888 Primer ", or Tnemec "Series N27 S.T. Typoxy." Red Oxide Primer f1 111"1/1 AI" T Red Oxide Primer SSPC i 5, Type 1, or Fed Spec TT-P-636. Epoxy Enamel Gray; Ameron "Amerlock 400 High - Solids Epoxy Coating ", Carboline "Carbogaurd 891", or Tnemec "Series N140 Pota -Pox Plus ". Asphalt Varnish Fed Spec TT -C -494. Anodic Finish AA- M10C22A41, clear unless otherwise required. 2 -4. FABRICATION. Unless otherwise indicated on the drawings, all railings provided under this section shall be of the same type and design. 2 -4.01. Welded Metal Railings. All angles, offsets, or other changes in alignment in welded pipe railings shall be made with railing ells and welded City of Yakima, Washington 05520 Handrailing, Guardrailing, and Ladders PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 connectors. Welded joints shall be flush type. Railings shall be smooth, with all projecting joints and sharp corners ground smooth. Members shall be neatly coped and continuously welded or mechanically connected at all junctions. Top rails shall run continuously over posts. All rails and posts shall be in the same plane and shall not be offset. All welding shall be done neatly and substantially by a process (e.g., TIG or MIG) producing a smooth weld. All weld spatter and burrs shall be removed, and all welds shall be thoroughly brushed with a stainless steel power wire brush. Field joints shall be made with a splice -lock connector which shall provide a firm, permanent connection. The connector shall mechanically draw the railing sections together to form tight, hairline joint. 2 -4.02. Guarding of Openings. Openings in railing shall be guarded by self closing gates unless safety chain is specifically required or indicated on the drawings. Self closing gates shall be fabricated of the same materials with the same finish as the guardrailing. The closure device shall be Manufacturer's standard. At locations specifically indicated on the drawings, a safety chain fabricated of 1/4 inch stainless steel shall be provided across openings in the railing. The chain shall be fastened to one railing post by a stainless steel eyebolt, and shall engage a similar eyebolt on the opposite post by means of a 2 -1/2 inch heavy -duty, stainless steel harness snap. The chain length shall be as needed by the width of the opening. 2 -4.03. Sleeves. When indicated on the drawings, sleeves for fixed handrail posts shall be fabricated from Schedule 40 PVC pipe or from Schedule 40 black steel pipe hot -dip galvanized after fabrication. Sleeves shall provide at least 1/4 inch clearance all around each post and shall be 5 inches long unless • otherwise indicated on the drawings. When indicated on the drawings, sleeves for removable posts shall have an outer and inner sleeve. The outer sleeve shall be fabricated from Schedule 40 black steel pipe and shall be hot -dip galvanized after fabrication. The inner sleeve shall be Schedule 40 PVC pipe. 2 -4.04. Ladders. Ladders, safety cages or climbing devices, and rest platforms shall be provided as indicated on the drawings. Ladder rails intersecting guardrailing shall be configured to provide an aesthetically pleasing transition,, although ladder rails need not be physically attached to the guardrailing. There shall be no gaps between ladder rails and adjacent guardrailing that would allow passage of a sphere greater than 4 inches in diameter. Railing gaps at ladders shall be protected by self - closing gates, unless safety chains are required or specifically indicated on the drawings. City of Yakima, Washington 05520 Handrailing, Guardrailing, and Ladders PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 All necessary brackets, bolts, and anchors shall be provided for installing the ladders. 2 -5. COATING. 2 -5.01. Aluminum. All surfaces of aluminum which will be in contact with concrete, mortar, or dissimilar metals shall be given a coat of epoxy enamel. All aluminum railings shall be provided with a clear anodic finish. PART 3 - EXECUTION 3 -1. INSTALLATION. When railings and ladders are assembled, all posts shall be plumb and longitudinal members shall be parallel with each other and with the floor surface or slope of stairs. In any section or run of railing, the center lines of all members shall be in true alignment, positioned in the same vertical plane. All posts in fixed handrail sections and all ladders shall be rigidly attached to the supporting structure. After installation, railings and ladders shall be checked for final alignment, using a tightly drawn wire for reference. The maximum misalignment tolerance for railings shall be 1/8 inch in 12 feet. Bent, deformed, or otherwise damaged installations shall be replaced. 3 -1.01. Attachment to Concrete. Posts shall be attached to concrete structures as indicated on the drawings. Base flanges and side -mount brackets shall be installed with minimal disturbance to the reinforcing steel. Bolts shall be stainless steel set in epoxy grout as indicated in the anchorage in concrete and masonry section. If sleeves are indicated, they shall be rigidly supported in accurate alignment 111 the forms and shall be positioned vertically so that the top of each sleeve is approximately 1/2 inch below the finished concrete surface. The position of all sleeves shall be carefully measured before railings are fabricated. When the railing is set, the posts shall be wedged in accurate alignment, and the annular space between the posts and sleeves shall be filled with handrail- setting cement to the top of the steel sleeve. Filling of the remaining space with sealant, as indicated on the drawings, is covered in the caulking section. 3 -1.02. Attachment to Steel or Aluminum. Where attached to steel or aluminum shapes, attachments shall be made with flanges or with other special attachments or anchorages as detailed on the drawings. 3 -1.03. Removable Attachments. For removable guardrail sections in embedded sleeves, inner sleeves shall be set in outer sleeves in the same manner as specified herein for the setting of fixed posts. Particular care shall be taken to ensure that the inner sleeves are accurately spaced and plumbed, so City of Yakima, Washington 05520 Handrailing, Guardrailing, and Ladders PN 132965 -8- Bid No. 2182 Ultraviolet Disinfection Project November 2007 that the handrail sections, when set in position, will stand in proper alignment and • will be removable without binding. Removable guardrail sections with base flanges or side mount brackets shall be secured in the bases with removable screws. 3 -1.04. Wall Mounted Handrailinq. Suitable wall brackets shall be provided where shown or required. Wall brackets shall be securely anchored to concrete walls with stainless steel bolts set in epoxy grout as indicated in the anchorage in concrete section. Expansion anchors shall not be used unless specifically indicated on the drawings. Wall brackets shall be securely anchored to pre- engineered metal building walls with stainless steel bolts through metal blocking as required. Coordinate blocking locations with building supplier. 3 -1.05. Connections. Welding connectors and splice locks shall be installed in accordance with the manufacturer's recommendations. Other methods of making connections and changes in alignment will be considered, provided complete information covering the proposed method is submitted to ENGINEER for review. End of Section City of Yakima, Washington 05520 Handrailing, Guardrailing, and Ladders PN 132965 -9- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 05530 GRATING PART 1 - GENERAL 1 -1. SCOPE. This section covers the fabrication and installation of metal and fiberglass grating. Both inch -pound (English) and SI (metric) units of measurement are specified herein; values expressed in inch -pound units shall govern. 1 -2. GENERAL. 1 -3. SUBMITTALS. Detailed fabrication and erection drawings covering the grating shall be submitted in accordance with the submittals sections. Drawings shall indicate locations of grating supports, profiles, thicknesses, lengths, markings of panels, and fastening methods. 1 -4. DELIVERY, STORAGE, AND HANDLING. Materials shall be handled, transported, and delivered in a manner which will prevent bends, dents, scratches, or damage of any kind. Damaged materials shall be promptly replaced. Materials shall be stored off the ground. PART 2 - PRODUCTS 2 -1. PERFORMANCE AND DESIGN REQUIREMENTS. 2 -1.01. Design Criteria. Except as modified herein, the manufacture and fabrication of metal grating shall comply with recommendations in the "Metal Bar Grating Manual" of the National Association of Architectural Metal Manufacturers (NAAMM). Grating depth shall be as indicated on the drawings. Fiberglass grating shall be designed and fabricated to support 100 psf [4.8 KPa] live load with a maximum deflection not greater than L/150 or 1/4 inch [6 mm], unless indicated otherwise on the drawings. 2 -1.02. Carbon Steel Grating. Carbon steel grating shall be the welded type. Bearing bars shall be at least 3/16 inch [5 mm] thick with center -to- center spacing of 1 -3/16 inch [30 mm]. Grating shall be galvanized. City of Yakima, Washington 05530 Grating PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -1.03. Stainless Steel Grating. Stainless steel grating shall be the pressure locked type. Bearing bars shall be at least 3/16 inch [5 mm] thick with center -to- center spacing of 1 -3/16 inch [30 mm]. Grating shall be a mill finish. 2 -1.04. Aluminum Grating. Aluminum grating shall be the pressure locked type, with cross bars deformed or swaged to prevent turning. Bearing bars shall be at least 3/16 inch [4.7 mm] thick flat stock or equivalent I -bars, with center -to- center spacing of 1 -3/16 inches [30 mm]. Cross bar center -to- center spacing shall be 4 inches [100 mm] maximum. Grating shall be a mill finish. 2 -1.05. Fiberglass Grating. Fiberglass grating shall be pultruded type with 6 inch [152 mm] cross bar spacing unless indicated on the drawings to be molded type. All pultruded grating shall have a surfacing veil and UV inhibitors in the resin. Molded grating shall have a square mesh pattern. Walking surfaces of pultruded grating shall have a grit finish. Walking surfaces of molded grating shall be concave or have a grit finish. 2 -2. MATERIALS. Carbon Steel Grating NAAMM MBG 531, ASTM A569, rectangular, welded, galvanized after fabrication. Galvanizing ASTM Al23, A153, A385; G90 coating. Stainless Steel Grating NAAMM MBG 531 ASTM A167, Type 304, 304L, 316, or 316L alloy, rectangular, pressure locked; mill finish. Aluminum Grating NAAMM MBG 531, ASTM B221, 6063 -T6 or 6061 -T6 alloy, pressure or swage locked, mill finish Fiberglass Grating ASTM E -84, D635 Molded Type Isophthalic polyester resin, ASTM E -84 flame spread of 25 or less; IKG Industries "Corgrate Molded SM ", Fibergrate Composite Structures molded grating, Strongwell "Duraarate ", Seasafe "Gator- Grate ". Pultruded Type Vinyl ester resin, ASTM E -84 flame spread of 25 or Tess; IKG Borden "Corgrate Fl" (flush top), Fibergrate Composite Structures "Safe -T- Span", Strongwell "Duradek/Duragrid ", Seasafe "Gator- Deck ". City of Yakima, Washington 05530 Grating PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Grating Stair Treads Grating stair treads shall match the material and finish of grating in adjacent platforms and floors. Treads shall have a permanently attached or integral non -skid nosing. Grating Fasteners Manufacturer's standard, AISI Type 316 stainless steel. Clips, Bolts, Nuts, Washers Manufacturer's standard, AISI Type 316 stainless steel. Welded Threaded Steel ASTM A108 fully threaded studs automatically Studs welded with compatible nuts and washers; TRW Nelson Type CFL or acceptable equal. Stepped Locking Fasteners Non - penetrating, non - welded mechanical fasteners, with stainless steel clips and bolts, galvanized cast iron body; Lindaptor "Grate - Fast" or Grating Specialty Co. "G- Clip ". Fiberglass Grating Support Adjustable fiberglass legs specifically designed Legs to support elevated molded fiberglass grating; Fibergrate Corporation "Grating Legs" or Strongwall Corporation "Elevated Floor System ". Fiberglass Curb Angle Vinyl ester resin, fiberglass trim angle with integral concrete anchorage; Fibergrate Composite Structures "EZ angle ". 2 -3. FABRICATION. Grating shall be fabricated in panels that can be easily handled by plant personnel. Unless otherwise indicated on the drawings, the weight of individual panels shall not exceed 150 Ibs [667 N]. Panels shall be within ±1/4 inch [6 mm] of authorized length and ±1/4 inch [6 mm] of authorized width, and shall have a maximum difference in length of opposite diagonals of 1/4 inch [6 mm]. The spacing of bearing bars shall be within 1/32 inch [0.8 mm] of authorized spacing. Cross bars and edge bars of adjacent panels shall align. After installation, there shall be not more than 1/4 inch [6 mm] clearance between panels. All bearing bars shall be parallel. Bands and toeplates shall align within 1/8 inch [3 mm] tolerance, vertical and horizontal. Angular, circular, and re- entrant cuts in steel grating may be made by flame cutting. All other cuts in steel grating shall be sawed or sheared. Cuts shall be clean and smooth, without fins, beads, or other projections. Any damaged protective coating shall be fully restored. City of Yakima, Washington 05530 Grating PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 All cuts in aluminum grating shall be sawed or sheared. All cuts in fiberglass grating shall be cut. All fiberglass grating which requires cutting shall have the affected surfaces sealed with catalyzed resin sealant of equal or superior corrosion resistance to the grating. Grating panels shall be arranged so that openings are centered on a joint between panels. Toeplates extending the full depth of the grating and 4 inches [100 mm] above the top shall be provided around openings. Toeplates shall be welded to each bearing bar. The ends of bearing bars need not be banded unless required by the drawings. Bands shall be welded to the first, the last, and every fourth intermediate bar. Bands and toeplates shall be 3/16 inch [5 mm] thick. Crossbars shall be cut off flush with the outside face of side bars. Steel frames anchored to or cast in concrete to support grating shall be stainless steel or hot -dip galvanized after fabrication. The anchorage of fiberglass curb angles shall consist of intermittent embedded shapes or interlocking deformations on the back side of the angle. Embedment details utilizing a continuous shape which would interfere with the placement of concrete beneath the angle shall not be permitted. 2 -4. SHOP COATING. Finish painting of grating, if required, is covered in the protective coatings section. 2 -4.01. Galvanizing. All galvanizing shall be done by the hot -dip process after fabrication, in conformity with the requirements of ASTM Al23, A153, and A385. 2 -4.02. Aluminum. All surfaces of aluminum which will be in contact with concrete, mortar, or dissimilar metals shall be given a coat of epoxy enamel on the contact surfaces. 2 -4.03. Fiberglass. All cut edges of fiberglass grating shall be sealed with catalyzed resin sealant of equal or superior corrosion resistance to the grating or as specified by the manufacturer. Sufficient quantities of edge repair coating shall be supplied with the grating. PART 3 - EXECUTION 3 -1. GENERAL. All materials shall be erected in compliance with OSHA 29 CFR Subpart R, and in compliance with all other applicable OSHA and local safety regulations. All grating shall lie flat, with no tendency to rock when installed. Poorly fitting or damaged grating shall be rejected. Grating openings may be field cut with the approval of ENGINEER, provided that no more than four adjacent bearing bars are cut. If the grating is cut or modified in the field, affected surfaces shall be City of Yakima, Washington 05530 Grating PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 repaired or sealed to assure restoration of the corrosion resistance of the grating. Field cut openings must be spaced so that there are at least as many continuous bars between each opening as there are cut bars at the opening. 3 -2. ATTACHMENTS TO SUPPORTING STRUCTURE. All grating supported on steel, aluminum, or fiberglass structures shall be attached. Grating shall be attached to the supporting structure in accordance with the grating manufacturer's recommendations and submittals. Single span grating over flumes, manholes, pits, or other openings in concrete floors may rest unattached in recesses constructed for that purpose. To preclude excessive accumulation of tolerances, an extra -long panel shall be provided for each unanchored grating cover that exceeds 20 feet [6 m] in length. The panel shall be cut to the required dimension after the remainder of the grating panels have been installed. 3 -2.01. Prime Painted Steel Supports. Unless otherwise required or indicated on the drawings, clip or flange block fasteners or stepped locking fasteners shall be used to attach grating to prime painted steel supports. Clip fasteners shall be secured to the supporting steel with through bolts in drilled holes. Through bolts shall be stainless steel. Fusion welded threaded studs may be utilized if the primer is removed before welding or if a suitable weldable primer is used. Welded studs shall be cleaned and prime painted to match the support steel prior to finish painting. 3 -2.02. Galvanized Steel Supports. Unless otherwise indicated on the drawings, stepped locking fasteners shall be used to attach grating to galvanized steel supports. The galvanized coating shall not be damaged. 3 -2.03. Stainless Steel, Aluminum, and Fiberglass Supports. Unless indicated otherwise on the drawings, clip or flange block fasteners or stepped locking fasteners shall be used to attach grating to stainless steel, aluminum, or fiberglass supports. Fasteners shall be secured to the supporting structure with stainless steel through bolts in drilled holes. Welded fasteners shall not be used. 3 -3. FINISH TOUCHUP. After erection, all grating shall be cleaned. Damaged coatings shall be touched up in accordance with the grating manufacturer's recommendations to fully restore the corrosion resistance of the grating. Cut ends of fiberglass grating pieces shall be sealed with catalyzed resin sealant of equal or superior corrosion resistance to the grating itself or repaired in accordance with the manufacturer's recommendations to assure full undamaged performance. End of Section City of Yakima, Washington 05530 Grating PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 05550 ANCHORAGE IN CONCRETE AND MASONRY PART 1 - GENERAL 1 -1. SCOPE. This section covers the procurement and installation of anchors in concrete and masonry for structural applications. It includes cast -in -place anchor bolts, adhesive anchors, expansion anchors, and epoxy grouted anchor bolts and reinforcing steel to be installed in concrete and masonry. When this section is referenced by any equipment section, anchorage for that equipment, including anchors and anchor bolts, shall be as specified herein. 1 -2. GENERAL. Unless otherwise specified or indicated on the drawings all anchors and anchor bolts shall be cast -in -place anchor bolts with forged heads or embedded nuts and washers. Unless otherwise indicated bolts in concrete shall have a diameter of at least 3/4 inch [19 mm], and bolts in grouted masonry shall have a diameter of at least 1/2 inch [12.7 mm]. Unless otherwise indicated on the drawings, anchors and anchor bolts used in the following locations and applications shall be of the indicated materials. Other anchors and anchor bolts shall be as indicated on the drawings. Cast -In -Place Anchor Bolts. Submerged locations Stainless steel. Locations subject to splashing Stainless steel. Buried locations Stainless steel. Anchorage of structural steel columns Galvanized steel. Other exterior locations Galvanized steel. Other interior locations Carbon steel. Threaded Rod and Expansion Anchors. Submerged locations Stainless steel. Locations subject to splashing Stainless steel. Buried locations Stainless steel. Anchorage of structural steel columns Stainless steel. Other exterior locations Stainless steel. Other interior locations Carbon steel. City of Yakima, Washington 05550 Anchorage in Concrete and Masonry PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Adhesive anchors and expansion anchors may be used instead of cast -in -place anchors where specifically indicated or permitted on the drawings or with the specific acceptance by ENGINEER. 1 -3. SUBMITTALS. Data and catalog cuts indicating the manufacturer and types of adhesive anchors, expansion anchors, and epoxy grouts to be supplied shall be submitted in accordance with the submittals section. All anchorage products and systems used shall have a current product report on file with ICBO. 1 -4. DELIVERY, STORAGE, AND HANDLING. Materials shall be handled, transported, and delivered in a manner which will prevent damage or corrosion. Damaged materials shall be promptly replaced. Materials shall be shipped and stored in original manufacturer's packaging. PART 2 - PRODUCTS 2 -1. MATERIALS. Materials shall be as indicated below. Expansion Anchors Hilti "Kwik -Bolt 3 "; ITW Ramset/Red Head "Trubolt Wedge Anchor "; Powers Fasteners "Power -Stud Anchor "; Simpson "Wedge -All ". Reinforcing Bars ASTM A615, Grade 60, deformed. Reinforcing Bars, weldable ASTM A706, Grade 60, deformed. Anchor Bolts and Nuts. Carbon steel ASTM A307 or ASTM A36, with �tble nuts. l.ol1Ipi QUUle 1IU. Stainless steel Bolts, ASTM F593, Alloy Group 2; nuts, ASTM F594, Alloy Group 2. Galvanized steel Carbon steel bolts and nuts; hot -dip galvanized, ASTM A153 and A385. Flat Washers ANSI B18.22.1; of the same material as anchor bolts and nuts. Threaded Rod Anchors and Nuts. Carbon steel ASTM A36, with compatible nuts. Stainless steel Rods, ASTM F593, Alloy Group 2; nuts, ASTM F594, Alloy Group 2. City of Yakima, Washington 05550 Anchorage in Concrete and Masonry PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Galvanized steel Carbon steel rods and nuts; hot -dip galvanized, ASTM A153 and A385. Adhesive Anchors for Concrete and Grout Filled Masonry. Threaded Rods and Nuts As specified for Threaded Rod Anchors and Nuts and as recommended by the adhesive manufacturer. Adhesive Hilti "HIT HY 150 ", "HIT- ICE ", "HIT RE 500 ", or "HVA" Systems; ITW Ramset/Redhead "Epcon Ceramic 6" System; Powers Fasteners "Power Fast Epoxy Injection Gel" System; Simpson "Set Epoxy" or "Acrylic -Tie" Systems. Epoxy Grout for Reinforcing Bars, Threaded Rod Anchors, and Anchor Bolts. Adhesive. For Floors and Horizontal Sika "Sikadur 35, Hi -Mod LV "; Surfaces ChemRex "Concresive Liquid LPL "; Sika "Sikadur 32 Hi- Mod ". For Vertical Surfaces and Sika "Sikadur 31 Hi -Mod Gel ". Overhead Applications Aggregate As recommended by the epoxy grout manufacturer. Water Clean and free from deleterious substances. Adhesive Anchors for Hollow Masonry System. Threaded Rod Anchors and As specified for Threaded Rod Anchors Nuts and Nuts and as recommended by the adhesive manufacturer. Adhesive Hilti "HIT HY 20" System; ITW Ramset/Redhead "Epcon Ceramic 6" System; Powers Fasteners "Power Fast Epoxy Injection Gel" System; Simpson "Set Epoxy" or "Acrylic -Tie" Systems. Screen Tubes As recommended by the manufacturer. City of Yakima, Washington 05550 Anchorage in Concrete and Masonry PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -2. ANCHORS. 2 -2.01. Cast -in -Place Anchor Bolts. Cast -in -place anchor bolts shall be delivered in time to permit setting before the structural concrete is placed. Anchor bolts shall be provided with sufficient threads to permit a nut to be installed on the concrete side of the concrete form or the supporting template. Two nuts, a jam nut, and a washer shall be furnished for cast -in -place anchor bolts indicated on the drawings to have locknuts; two nuts and a washer shall be furnished for cast -in -place anchor bolts without locknuts. Installation of anchor bolts is covered in the cast -in -place concrete section. 2 -2.02. Adhesive and Expansion Anchors. When adhesive or expansion anchors are indicated on the drawings, only acceptable systems shall be used. Acceptable systems shall include only those systems and products specified or specifically indicated by product name on the drawings. Alternative anchoring systems may be used only when specifically accepted by ENGINEER. An acceptable adhesive anchor system may be used as an alternative in locations where epoxy grouted anchor bolts and epoxy grouted threaded rod anchors are specified or indicated. Threaded rod anchors in adhesive anchor systems shall be furnished with a sufficient length to provide an embedment depth of at least 15 rod diameters and free of coatings that would weaken the bond with the adhesive. Unless otherwise required, single nut and washer shall be furnished for threaded rod anchors, adhesive anchors and expansion anchors. Anchor bolts and threaded rod anchors that are to be epoxy grouted shall be clean and free of coatings that would weaken the bond with the epoxy. Adhesive anchors in hollow masonry shall utilize screen tubes as recommended by tl le I I Ia1 lUlalitUl el . 2 -2.03. Epoxy Grouted Anchor Bolts and Reinforcing. Epoxy grout for installing reinforcing steel dowels and anchor bolts not indicated to be adhesive anchors shall consist of a two - component liquid epoxy adhesive of viscosity appropriate to the location and application, and an inert aggregate filler component, if recommended by the adhesive manufacturer. Components shall be packaged separately at the factory and mixed immediately before use. Anchor bolts and reinforcing steel shall be as indicated on the drawings. PART 3 - EXECUTION 3 -1. GENERAL. Anchor bolts shall be installed at the locations indicated on the drawings. City of Yakima, Washington 05550 Anchorage in Concrete and Masonry PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Anti -seize thread lubricant shall be liberally applied to projecting, threaded • portions of stainless steel anchors immediately before final installation and tightening of the nuts. 3 -2. CAST -IN -PLACE ANCHORS AND ANCHOR BOLTS. Cast -in -place anchors and anchor bolts shall be carefully positioned with templates and secured in the forms prior to placing concrete. CONTRACTOR shall verify that anchorage devices are positioned in accordance with the design drawings and with applicable equipment submittal drawings. Anchors and bolts shall be positioned sufficiently in advance of the concrete placement so that an on -site representative of ENGINEER or OWNER will have sufficient time to inspect the bolts prior to placing concrete. If Special Inspection of the anchor bolts is required by the local building code, anchorage shall be placed in sufficient time and with sufficient notification so that such inspection can take place without delaying progress of the work. Threads, bolts, and nuts spattered with concrete during placement shall be cleaned prior to final installation of the bolts and nuts. 3 -3. EPDXY GROUT. Epoxy grout components shall be packaged separately at the factory and shall be mixed immediately before use. Proportioning and mixing of the components shall be done in accordance with the manufacturer's recommendations. An acceptable adhesive anchoring system may be used where epoxy grouted threaded rod anchors are indicated on the drawings. 3 -3.01. Preparation. Where indicated on the drawings, anchor bolts, threaded rod anchors, and reinforcing bars shall be epoxy grouted in holes drilled into hardened concrete. Diameters of holes shall be as follows: Item Diameter of Hole Reinforcing Bars and Threaded 1/8 inch [3 mm] larger than the outside Rod Anchors diameter of the bar or the rod. Headed Anchor Bolts Bolt diameter plus 2 inches [50 mm] and sufficient to clear the bolt head. The embedment depth for epoxy grouted anchor bolts, threaded rod anchors, and reinforcing bars shall be at least 15 bolt, rod, or bar diameters, unless otherwise indicated on the drawings. Holes shall be prepared for grouting as recommended by the epoxy grout manufacturer. City of Yakima, Washington 05550 Anchorage in Concrete and Masonry PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3 -3.02. Installation. Anchor bolts, threaded rod anchors, and reinforcing bars shall be clean, dry, and free of grease and other foreign matter when installed. The bolts, rods, and bars shall be set and positioned and the epoxy grout shall be placed and finished in accordance with the recommendations of the grout manufacturer. Care shall be taken to ensure that all spaces and cavities are filled with epoxy grout, without voids. 3 -4. ADHESIVE ANCHORS. When adhesive anchors are indicated on the drawings, only an acceptable system shall be used. Alternative anchoring systems may be used only when acceptable to ENGINEER. An acceptable adhesive anchor system may be used as an alternative in locations where epoxy grouted anchor bolts and threaded rod anchors are specified or indicated. The embedment depth for adhesive anchors shall be at least 15 rod diameters unless a greater depth is indicated on the drawings. Adhesive for adhesive anchors shall be statically mixed in the field during application. All proportioning and mixing of the components shall be in accordance with the manufacturer's recommendations. Anchors shall be installed in holes drilled into hardened concrete or grout filled masonry. Diameter of holes shall be 1/16 inch [1.5 mm] larger than the outside diameter of the rod unless recommended otherwise by the anchor system manufacturer. Holes shall be prepared for insertion of the anchors by removing all dust and debris using procedures recommended by the adhesive manufacturer. Adhesive anchors and holes shall be clean, dry, and free of grease and other foreign matter at the time of installation. The adhesive shall be placed, the rods shall be set and positioned, and the adhesive shall be finished, all in accordance with +4... ... 01 . ie material .fact. Care shall b tai, t_ with uIG recommendations of UIC material manufacturer. 'llGll be taken to ensure that all spaces and cavities are filled with adhesive, without voids, and remain filled with adhesive until completion of the curing period. Adhesive shall be cured in accordance with the recommendations of the adhesive manufacturer. 3 -5. EXPANSION ANCHORS. When expansion anchors are indicated on the drawings, only an acceptable expansion anchor shall be used. Alternative anchoring systems may be used only when acceptable to ENGINEER. Expansion anchors shall be installed in accordance with the drawings, but in no case shall the depth of the hole be less than six bolt diameters. The minimum distance between the center of any expansion anchor and an edge or exterior corner of concrete shall be at least six times the diameter of the bolt. Unless otherwise indicated on the drawings, the minimum distance between the centers of expansion anchors shall be at least 12 times the diameter of the bolt. End of Section City of Yakima, Washington 05550 Anchorage in Concrete and Masonry PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 05990 STRUCTURAL AND MISCELLANEOUS METALS PART 1 - GENERAL 1 -1. SCOPE. This section covers the fabrication and erection of structural and miscellaneous metal items not covered in other sections. Except as otherwise specified or indicated on the drawings, all work shall conform to the applicable provisions of the AISC "Manual of Steel Construction - Allowable Stress Design ", Parts 1, 2, 3, and 4, the AISC "Specification for Structural Steel Buildings" and the Aluminum Association "Specifications for Aluminum Structures ". Special inspection during the fabrication and erection of structural steel, if required by the local building code, is addressed in the quality control section. Both inch -pound (English) and SI (metric) units of measurement are specified herein; the values expressed in inch -pound units shall govern. 1 -2. SUBMITTALS. Complete data, fabrication drawings, and setting or erection drawings covering all structural and miscellaneous metal items shall be submitted in accordance with the submittals section. All bolted connections and welds shall be properly identified on the shop drawings. Welding procedures, welding procedure qualification records and welder qualifications shall be submitted. Submittals for high strength bolts, tension control bolts and load indicator washers shall include statements from the bolt and washer manufacturers certifying satisfactory compliance with the governing standards and the specified tests. 1 -3. DELIVERY, STORAGE, AND HANDLING. Materials shall be handled, transported, and delivered in a manner which will prevent bends, dents, significant coating damage, or corrosion. Damaged materials shall be promptly replaced. Structural and miscellaneous metal work shall be stored on blocking so that no metal touches the ground and water cannot collect thereon. The material shall be protected against bending under its own weight or superimposed loads. Bolting materials shall be stored indoors. Weld rod shall be stored in accordance with the supplier's instructions and AWS D1.1. City of Yakima, Washington 05990 Structural and Miscellaneous Metals PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 1 -4. PLANT CERTIFICATION All fabricating plants providing structural steel shall be category Sbd certified in accordance with the AISC Quality Certification Program. PART 2 - PRODUCTS 2 -1. GENERAL. All structural steel shall be detailed and fabricated to facilitate compliance with OSHA 29 CFR Part 1926 subpart R and all other pertinent OSHA and local safety regulations. All field connection materials shall be furnished. 2 -2. MATERIALS. Steel Shapes (W, WT) ASTM A992 or ASTM 572 Grade 50. Shapes (S, M, HP, C) ASTM A36 or ASTM A572 Grade 50. Other Shapes (angles) ASTM A36 Plates and Bars ASTM A36. Sheets ASTM A1008 CS Type B or A1011 CS Type B. Pipe ASTM A53, Type E or S, Grade B; ASTM A500, Grade B or C; or ASTM A501. Square and Rectangular ASTM A500, Grade B or C. Structural Tubing Checkered Plate ASTM A786, carbon steel, skid resistant pattern as standard with the manufacturer; Inland "4 -way Floor Plate" or U.S. Steel "Multigrip Floor I Plate ". Bo its and Nuts Bolts, High Strength ASTM A325, Type 1; tested in accordance with Article 9.2 thereof. Bolts, Tension Control ASTM F1852. Equivalent to ASTM Type (Twist off) A325 Bolts, unfinished ASTM A307. Nuts, Heavy -Hex ASTM A563, grade and finish compatible with bolts. City of Yakima, Washington 05990 Structural and Miscellaneous Metals PN 1 32nac -2- Bid No. 2182 1 IY IJGJVJ Ultraviolet Disinfection Project November 2007 Nuts, Self- Locking Prevailing torque type; IFI -100, Grade A. Washers Flat, Hardened ASTM F436, Type 1. Lock ANSI /ASME B18.21.1, helical spring type. Beveled ASTM F436. Load Indicator ASTM F959, compressible- washer- type direct tension indicator; type compatible with bolts tested in accordance with Article 10.2 of ASTM F959. Anchor Rods (hooked, or ASTM F1554, Grade 55, with threaded and nutted) weldability supplement S1 Threaded Rods ASTM A572, Grade 50 Forged Steel Clevises and AISI C -1035 Turnbuckles Forged Steel Eyebolts and AISI C -1030, ANSI B 18.15 Type 2 Eyenuts shoulder pattern unless otherwise required Forged Steel Sleeve Nuts AISI C -1018, Grade 2 Stainless Steel Shapes ASTM A276, Type 316L. Plates ASTM A240, Type 316L. Pipe ASTM A312, Grade TP316L Tube ASTM A269, Grade TP316L Checkered Plate ASTM A793, stainless steel, raised pattern A Bolts ASTM F593, Alloy Group 1 or 2 Nuts ASTM F594, Alloy Group 1 or 2 Washers Flat ANSI /ASME B18.22.1, Type 316. Lock ANSI /ASME B18.21.1, helical spring type, Type 316. Cast Iron ASTM A48, Class 35B or better. City of Yakima, Washington 05990 Structural and Miscellaneous Metals PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Aluminum Sheet and Plate ASTM B209, Alloy 6061-T6. Rolled Sections ASTM B308, Alloy 6061 -T6. All members shall be Aluminum Association standard shapes. Rod and Bar (Rolled or ASTM B211, Alloy 6061 -T6 or Drawn) 2017 -T4. Extrusions ASTM B221, Alloy 6063 -T5 or T6. Pipe ASTM B429, Alloy 6061 -T6. Rivets ASTM B316, Alloy 6061 -T6. Bolts, Aluminum ASTM F468, Alloy 2024 -T4. Nuts, Aluminum ASTM F467, Alloy 6061 -T6. Washers, Aluminum Flat ANSI /ASME B18.22.1, Type 6061 T- 6. Lock ANSI /ASME B18.21.1, helical spring type, Type 6061 -T6. Castings ASTM B26 or B85. Checkered Plate ASTM B632, Type 6061 -T6. Brass or Bronze Plate and Strip ASTM B36. Casting ASTM B61 or B584 Bolts and Nuts IFI -104, Grade 462 or 464. Washers Flat ANSI /ASME B18.22.1 Lock ANSI /ASME B18.21.1, helical spring type. Silicon Rrnn7A Sheet and Plate ASTM B96, American Brass "Everdur 1010 ". Castings ASTM B584, American Brass "Everdur 1000 ". Bolts and Nuts IFI -104, Grade 655. City of Yakima, Washington 05990 Structural and Miscellaneous Metals PN 132965 -4- Bid No. 2 182 Ultraviolet Disinfection Project November 2007 Washers • Flat ANSI B18.22.1. Lock ANSI /ASME B18.21.1, helical spring type. Weld Metal (Steel Connections) ANSI /AWS D1.1, Table 3.1, filler metal with minimum 70 ksi [482 MPa] tensile strength unless otherwise required. Welded Headed Studs, Concrete ASTM A108 with a minimum Anchors, and Shear Connectors 50,000 psi [344 MPa] yield strength and minimum 60,000 psi [413 MPa] tensile strength. TRW /Nelson or equal. Deformed Bar Anchors (DBA) ASTM A496 with a minimum 70,000 psi [482 MPa] yield strength and minimum 80,000 psi [551 MPa] tensile strength. TRW /Nelson division or equal. Bird Screen 2 mesh [12 mm square openings], brass or copper wire cloth, min wire dia 0.063 inch [1.6 mm]. Body Solder Flux -core wire, ASTM B32, Alloy Grade 20B. Shop Coatings Universal Primer As indicated in protective coatings section. Epoxy Enamel As indicated in protective coatings section. Galvanizing ASTM Al23, A153, A385. 2 -3. FABRICATIONS. The following fabrications shall be constructed as indicated on the drawings and as specified herein. 2 -3.01. Stairs. Stairs shall be fabricated to the dimensions, arrangements and sizes indicated on the drawings. Stairs shall be true to line and slope, shall be rigidly supported, and shall be braced and tightened to prevent movement. All treads shall be level and in perfect alignment and spacing. Handrails shall be in alignment and rigidly connected. City of Yakima, Washington 05990 Structural and Miscellaneous Metals PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 After installation, stairs shall be rigid and shall not sway noticeably or deflect • under foot traffic. If necessary to prevent noticeable movement, additional supports or bracing shall be provided. 2- 3.01.01. Stair Design. Stairs shall be designed by the stair supplier in general accordance with details indicated on the drawings. The design shall comply with all applicable provisions of the local building code, ANSI A117.1, and OSHA as applicable. The design shall be sealed by an engineer registered in the state of the project. If requested, calculations shall be submitted for review. The completed fabrications shall support a uniform live load of 100 Ibs per square foot [5 kPa] and a concentrated load of 300 Ibs [1.3 kN] applied at the center of the span. Individual treads and platforms shall be designed to support a uniform live load of 100 lbs per square foot [5 kPa] or a 300 lb [1.3 kN] concentrated live load applied on an area of 4 square inches [2580 mm z ]. Vertical deflections under full live load shall be limited to span /240. Stairs and landings shall be braced or otherwise designed to avoid noticeable sidesway. The stair design and details shall be coordinated with the handrailing and guardrailing supplied. Stair members shall be adequate to accept loads from the rail posts based upon the following minimum railing design criteria. 200 lbs [0.9 kN] applied at any point and in any direction on the top of each rail post. 50 Ibs per lineal foot [929 N /m] applied in any direction on the handrail. 50 Ibs per lineal foot [929 N /m] applied horizontally at the required guardrail height simultaneously with 100 pif [1.4 kN /m] applied vertically downward at the tnp of the g i iarrirail Connections to the supporting structure shall be adequate to transfer all loadings with a factor of safety of at least 3.0 times service load. The number and type of connections shall comply, at a minimum, with the design drawings. All necessary brackets, bolts, and anchors shall be provided. 2- 3.01.02. Nosings. All stair treads shall have non -skid nosings, either fabricated integrally with the tread or attached with stainless steel bolts and self - locking nuts. 2- 3.01.03. Grating Stairs. Treads shall be fabricated from grating material in accordance with the grating section. Grating used for treads shall match material type used for grating as indicated on the drawings. 2- 3.01.04. Pan Type Stairs. Risers and subtreads shall be fabricated from 12 USS gage [2.66 mm] steel and subplatforms from 10 USS gage [3.42 mm] City of Yakima, Washington 05990 Structural and Miscellaneous Metals PN 132965 -6- Bid No. 2 182 Ultraviolet Disinfection Project November 2007 steel. Fill depth shall be 2 inches [50 mm] for treads and 3 inches [75 mm] for platforms. Each riser shall have an integral non -slip nosing and a formed sanitary cove, located so that the toe of the cove will be at the surface of the concrete fill or applied finish. 2- 3.01.05. Checkered Plate Stairs. Risers and subtreads shall be fabricated from checkered plate as indicated on the details on the drawings. 2 -3.02. Checkered Floor Plates. Checkered floor plates shall be painted steel unless specifically designated on the drawings as galvanized steel, stainless steel or aluminum. Shop welded stiffeners or grating backup shall be provided as indicated on the drawings. Stiffeners and grating backup shall be of the same material as the checkered plate. Checkered floor plates shall be detailed and fabricated in sections which can be lifted by one or two men. Plates which are not required to be bolted or welded in place shall be provided with lifting holes to facilitate removal. Warped or bent plates shall be straightened so they will lie perfectly flat. Checkered floor plates shall be secured to structural shapes or grating using 3/8 inch [9 mm] stainless steel slotted flathead machine screws at 12 inch [300 mm] centers, Lindapter "Floor- Fast" stepped locking fasteners or as indicated on the drawings. Connection devices shall not protrude above the plate surface. Access holes shall be provided in the plate if required to allow access to grating hold -down devices beneath the plate. 2 -3.03. Stop Plates and Grooves. Not Used. 2 -3.04. Basin Effluent Launders. Not Used. • 2 -3.05. Basin Weir Plates. Basin weir plates shall be fabricated to dimensions indicated on the drawings, with top surface cut to shape. The top edge of each weir plate shall be straight within 1/8 inch [3 mm]. Particular care shall be taken in cutting operations. Burrs or irregularities on cut edges shall be removed by grinding. Carbon steel weir plates shall be hot dip galvanized after fabrication unless otherwise noted on the drawings. Before installation, surfaces in contact with concrete shall be given a heavy coating of sealant as specified in the caulking section. Weir plates shall be adjusted after installation to provide uniform overflow rate at all points. 2 -3.06. Scum Baffles. Not Used. 2 -3.07. Metering Weirs. Not Used. 2 -3.08. Bar Screens. Not Used. City of Yakima, Washington 05990 Structural and Miscellaneous Metals PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -3.09. Lime Troughs. Not Used. 2 -3.10. Runway Beams. Not Used. 2 -3.11. Crane Rails. Not Used. 2 -4. SHOP COATING. All structural and miscellaneous metal items shall be shop coated as specified herein. The requirements for field painting are covered in the protective coatings section. 2 -4.01. Cleaning. Surfaces shall be dry and of proper temperature when coated, and shall be free of grease, oil, dirt, dust, grit, rust, loose mill scale, weld flux, slag, weld spatter, and other objectionable substances. Articles to be galvanized shall be pickled before galvanizing. All other ferrous metal surfaces shall be cleaned by solvent, high -speed power wire brushing or by blasting to the extent recommended by the paint manufacturer and as required in the protective coatings section. 2 -4.02. Edge Grinding. Sharp projections of cut or sheared edges of ferrous metals which will be submerged in operation, except for items specified to be hot - dip galvanized, shall be ground to a radius as needed to ensure satisfactory paint adherence and as required in the protective coatings section. 2 -4.03. Prime Painted Steel. Unless otherwise specified or indicated on the drawings, all ungalvanized structural and miscellaneous steel shall be given a universal prime coat in the shop after fabrication. The dry film thickness of the universal primer shall be at least 5 mils [125 pm]. Steel surfaces shall be prime - coated as soon as practicable after cleaning. Steel shall not be moved or handled until the shop coat is dry and hard. 2 -4.04. Galvanizing. Steel materials required to be galvanized are indicated on the drawings. All galvanizing shall be done by the hot -dip process after fabrication. An approved zinc -rich paint shall be used to touch up minor coating damage. Materials with significant coating damage shall be regalvanized or replaced. Where galvanized bolts are indicated on the drawings or specified, the use of zinc- plated bolts will not be acceptable. 2 -4.05. Stainless Steel. Unless otherwise specified, all items fabricated from stainless steel shall be thoroughly cleaned and degreased after fabrication. Pickling or a light blast cleaning shall produce a modest etch and remove all embedded iron and heat tint. Surfaces shall be subjected to a 24 hour water test or a ferroxyl test to detect the presence of residual embedded iron and shall be retreated as needed to remove all traces of iron contamination. Surfaces shall be City of Yakima, Washington 05990 Structural and Miscellaneous Metals PN 132965 -8- Bid No. 2 182 Ultraviolet Disinfection Project November 2007 adequately protected during shipping and handling to prevent contact with iron or steel objects or surfaces. 2 -4.06. Aluminum. All surfaces of aluminum which will be in contact with concrete, mortar, or dissimilar metals shall be given a coat of epoxy enamel. 2 -4.07. Castings. Shop coating of miscellaneous iron castings will not be required. 2 -4.08. Other Surfaces. Painting of zinc coated steel or bronze surfaces will not be required. PART 3 - EXECUTION 3 -1. STRUCTURAL STEEL ERECTION. Structural steel shall be erected so that individual pieces are plumb, level, and aligned within a tolerance of 1:500. The elevations of the top of floor and roof members shall be within 1/16 inch [1.5 mm] of the elevations indicated on the drawings. The faces of girls and other supporting members for rigid wall panels shall be in vertical planes within a maximum variation of 1/8 inch [3 mm]. All members and parts, as erected, shall be free of warps, local deformations, and unauthorized bends. All parts shall be assembled accurately as indicated on the drawings. Light drifting will be permitted to draw parts together, but drifting to match unfair holes will not be permitted. Any enlargement of holes necessary to make connections in the field shall be done by reaming with twist drills and only with the approval of ENGINEER. Enlarging holes by burning will not be permitted. Baseplates shall be set level in exact position and grouted in place. • All materials shall be erected in compliance with OSHA 29 CFR, Part 1926, Subpart R, and with all other applicable OSHA and local safety regulations. 3 -1.01. Inspection and Testing. When the quality control section indicates that special inspections are required, such inspections shall be performed for field fabrication and erection of structural and miscellaneous metals, and for all structural steel field connections. The erector shall provide access as needed to facilitate all inspections and shall provide timely notification during erection when inspection milestones are approaching. 3 -2. STRUCTURAL STEEL CONNECTIONS. Unless otherwise indicated on the drawings, bolted connections for structural steel, as defined in the AISC manual, shall be made with ASTM A325 high strength bolts conforming to the "Specification for Structural Joints Using ASTM A325 or A490 Bolts" as approved City of Yakima, Washington 05990 Structural and Miscellaneous Metals PN 132965 -9- Bid No. 2182 Ultraviolet Disinfection Project November 2007 by the Research Council on Structural Connections. The method of installation, pretensioning procedures, bolting equipment and tools shall likewise conform to the above referenced standard. Except as otherwise indicated on the drawings or specified herein, bolted connections shall be bearing type with threads excluded from the shear plane. Slip critical connections shall be used in diagonal bracing connections, where slip critical connections are indicated on the drawings, and where oversize holes or slotted holes parallel to the direction of the load are used. Bolts in all structural steel connections, both bearing and slip critical, shall be fully pretensioned in accordance with the AISC standards unless specifically noted otherwise on the drawings. The turn -of- the -nut method or load- indicator washers shall be used to verify pretensioning of bolts in bearing type connections. When using turn -of- the -nut method the bolt, nut, and material shall be match marked. A wax lumber marker or paint shall be used to clearly mark the assembly. The calibrated wrench method of pretensioning bolts will not be permitted. Load indicator washers shall be used to verify pretensioning of bolts in slip critical connections. Load indicator washers shall be installed in accordance with the manufacturer's recommendations, as supplemented herein. To facilitate proper tightening of fastener assemblies with load indicator washers, a hardened flat washer shall be installed under the turned element (bolt head or nut) and between the turned element and the load indicator washer protrusions, in all cases. Whenever possible, the load indicator washer shall be installed on the head end of the bolt. If the bolt head will not be visible for inspection of the indicator washer after installation, or if the bolt head must be turned to tighten the assembly, the load indicator washer may be installed on the nut end of the bolt. Tightening of each connection assembly shall progress systematically from the most rigid part of the joint toward the free edges until all have been sufficiently rotated or the load indicator washers on all bolts have been closed to the average gap stipulated by the load indicator washer manufacturer. If approved by the Engineer, patented tension control type (twist -off) bolts may be used in bolted connections. Bolts shall be of equivalent size and strength to the indicated high strength bolts, and shall be installed in strict accordance with the manufacturer's instructions. Bolt holes shall have a diameter nominally 1/16 inch [1.5 mm] larger than the nominal bolt diameter. Bolt holes for one ply of vertical diagonal bracing connections may be oversized to a diameter nominally 3/16 inch [5 mm] larger than the nominal bolt diameter. If oversized holes are provided in an outer ply, a hardened flat washer shall be installed over each hole during bolting. Load indicator washers shall not be substituted for hardened flat washers required for oversized holes. City of Yakima, Washington 05990 Structural and Miscellaneous Metals PN 132905 =10- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Contact surfaces of slip critical connections shall not be shop coated. Contact surfaces of bearing type connections may be shop coated. When assembled, all joint surfaces, including those adjacent to the bolt heads, nuts, or washers, shall be free of loose mill scale, dirt, burrs, oil, and other foreign material that would prevent solid seating of the parts. Beveled washers shall be used when the bearing faces of bolted parts have a slope of 1:20 or greater with respect to a plane perpendicular to the bolt axis. Bolt length shall be increased as needed to accommodate the beveled washers. Bolts, nuts, and washers shall be galvanized when connected materials are galvanized or where indicated on the drawings. 3 -3. MISCELLANEOUS STEEL CONNECTIONS. Connections for miscellaneous steel fabrications not included in the AISC definition of structural steel may be made with unfinished bolts unless indicated otherwise on the drawings. Unless otherwise indicated on the drawings all unfinished bolts shall be snug tight. 3 -4. STRUCTURAL AND MISCELLANEOUS STEEL WELDING. Welding and related operations shall conform to applicable provisions of the Structural Welding Code - Steel, AWS D1.1, of the American Welding Society. All welding shall be performed in accordance with written procedures, using only those joint details which have prequalified status when performed in accordance with AWS D1.1. All welding shall be performed by welders qualified in accordance with the American Welding Society for steel welding and American Society for Mechanical Engineers Section IX for stainless steel welding. All welds shall be visually inspected in accordance with AWS procedures. Welds not dimensioned on the drawings shall be sized to develop the full strength of the least strength component of the connection. Where structural or miscellaneous steel connections are welded, all butt and miter welds shall be continuous and, where exposed to view, shall be ground smooth. Intermittent welds shall have an effective length of at least 2 inches [50 mm] and shall be spaced not more than 6 inches [150 mm] apart. Surfaces to be welded and surfaces within 2 inches [50 mm] of a weld shall be free from loose or thick scale, slag, rust, moisture, grease, paint and other foreign materials that would prevent proper welding or release objectionable fumes. Only shielded metal arc, gas metal arc, flux cored arc, submerged arc, and gas tungsten arc welding are permitted. For flux cored arc welding, only E70xx one (1) or five (5) wire electrodes with supplemental gas shielding shall be permitted. Use of electroslag or electrogas welding processes or the short- circuiting transfer mode of the gas metal arc process will not be acceptable. City of Yakima, Washington 05990 Structural and Miscellaneous Metals PN 132965 -11- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Field welded connections shall not be substituted for field bolted connections indicated on the drawings. Deformed bar anchors, headed studs, concrete anchors and shear connectors shall be welded with an automatic stud welding gun per the manufacturer's recommendation. Hand welding will not be acceptable. 3 -5. STRUCTURAL AND MISCELLANEOUS ALUMINUM. Unless otherwise noted, all work shall conform to applicable provisions of the Aluminum Association "Standard for Aluminum Structures ". 3 -5.01. Connections. Connections not specifically detailed on the drawings shall develop the full strength of the least strength member of the connections. Bolted connections shall be all- bolted bearing type, equipped with a helical spring lock washer under the stationary element (bolt head or nut) and a flat washer under the turned element. All bolts shall be fully tightened. Bolts and nuts for structural aluminum connections shall be stainless steel. Bolts and nuts for nonstructural miscellaneous aluminum assemblies shall be stainless steel or aluminum. A sufficient number of bolts shall be provided in each connection to develop the shear strength of the member. Welded connections shall be made in accordance with the American Welding Society D1.2, Structural Welding Code - Aluminum. All welding shall be performed by welders qualified in accordance with American Welding Society. Welds shall be free of porosity, cracks, holes, and flux. Welded connections shall not be substituted for bolted connections without prior approval of ENGINEER. 3 -5.02. Erection. Structural aluminum inum shall be erected so that individual pieces are plumb, level, and aligned within a tolerance of 1:500. The elevation of horizontal members shall be within 1/16 inch [1.5 mm] of the elevation indicated on the drawings. Baseplates shall be set level in exact position and grouted in place. End of Section City of Yakima, Washington 05990 Structural and Miscellaneous Metals PN 132965 -12- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 07900 CAULKING PART 1 - GENERAL 1 -1. SCOPE. This section covers caulking and sealing. 1 -2. GENERAL. The terms "caulking" and "sealing ", as used on the Drawings and in these Specifications, are synonymous. Both terms indicate the materials specified herein. Oil -base caulking shall not be used on this Project. 1 -3. SUBMITTALS. Specifications and data covering the materials proposed for use, together with samples or color cards showing the manufacturer's full line of sealant colors, shall be submitted in accordance with Section 01300, Submittals. PART 2 - PRODUCTS 2 -1. MATERIALS. Thiokol Sealant Fed Spec TT -S- 00227; polysulfide rubber, two components. Nonsag Submerged Service, Pecora "Synthacalk GC -2 ". Nonpotable Water Nonsubmerged Service Pecora "GC -5" or Sonneborn "Sonolastic ". Self- Leveling, Nonsubmerged A. C. Horn "Hornflex Traffic Grade ". Urethane Sealant Fed Spec TT -S -00227 and ASTM C920; two components. Nonsag Submerged Service Potable Water Polyameric Systems "Permapol C- 270 ". Nonpotable Water Pecora "Dynatred" or PRC " Permapol RC- 270 ". City of Yakima, Washington 07900 Caulking PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project September 2007 Nonsubmerged Service Bostik "Chem Calk 500 ", Mameco "Vulkem 227 ", Pecora "Dynatrol II ", Polyameric Systems "Permapol RC 2 ", or Tremco "DYmeric ". Self- Leveling, Nonsubmerged Bostik "Chem -Calk 550 ", Mameco " Vulkem 245 ", Pecora "Urexpan NR 200 ", Polyameric Systems "Permapol RC 2SL ", or Tremco "THC 900 ". Primer As recommended by the sealant manufacturer. Backup Material Polyethylene or polyurethane foam as recommended by the sealant manufacturer; Dow "Ethafoam SB" or Plateau "Denver Foam ". Bondbreaker Tape Adhesive backed polyethylene tape as recommended by the sealant manufacturer. 2 -2. COLORS. Colors of sealants shall be as selected by the Engineer from the manufacturer's standard line of colors. Different colors may be required for different locations. 2 -3. LOCATIONS TO BE CAULKED. 2 -3.01. With Thiokol or Urethane Sealant (Nonsag) - Submerged Service. All joints requiring caulking in submerged locations. 2 -3.02. With Thiokol or Urethane Sealant (Nonsag) - Nonsubmerged Service. Entire perimeter of frames for exterior metal doors. Entire perimeter of metal louvers. Entire perimeter of metal dampers and metal shutters. Entire perimeter of aluminum windows. Watertight joints in aluminum sheet metal work, unless otherwise specified. Other locations where caulking is indicated on the Drawings, specified in other sections, or required for weatherproofing. City of Yakima, Washington 07900 Caulking PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project September 2007 2 -3.03. With Thiokol or Urethane Sealant (Self - Leveling). Horizontal joints in walks or drives. Horizontal joints in traffic - bearing decks and slabs. Annular space around handrail and fence posts set in sleeves. PART 3 - EXECUTION 3 -1. JOINT PREPARATION. All surfaces to receive sealant shall be clean, dry, and free from dust, grease, oil, or wax. Concrete surfaces which have been contaminated by form oil, paint, or other foreign matter which would impair the bond of the sealant to the substrate shall be cleaned by sandblasting. All surfaces shall be wiped with a clean cloth saturated with xylol or other suitable solvent, and shall be primed before the sealant is applied. Unless otherwise recommended by the sealant manufacturer and permitted by the Engineer, the depth of sealant in a joint shall be equal to the width of the joint, but not more than 1/2 inch. Backup material shall be provided as necessary to control the depth of sealant and shall be of suitable size so that, when compressed 25 to 50 percent, the space will be filled. Backup material shall be rolled or pressed into place in accordance with the manufacturer's installation instructions, avoiding puncturing and lengthwise stretching. If depth of the joint does not permit use of backup material, bondbreaker tape shall be placed at the bottom of the joint to prevent three -sided adhesion. 3 -2. SEALING. Sealing work shall be done before any field painting work is started. The air temperature and the temperature of the sealed surfaces shall be above 50° F when sealing work is performed. Upon completion of the sealing work, each sealed joint shall have a smooth, even, tooled finish, flush with the edges of the sealing recess, and all adjacent surfaces shall be clean. Sealant shall not lap onto adjacent surfaces. Any sealant so applied as to prevent the painting of adjacent surfaces to a clean line, or with an excess of material outside the joint and feathered onto surfaces, shall be removed and the joint resealed. End of Section City of Yakima, Washington 07900 Caulking PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project September 2007 Section 08110 STEEL DOORS AND FRAMES Data Sheet Para- Description Data Units graph 2 -1 Performance and Design Requirements 2 -2 Door types E Flush internally reinforced Flush foamed in place f Raised panel 2 -5.02 Door thickness "i 1 -3/4 inch [45 mml c Other 2 -5.02 When "Other" is selected, additional in. [mm] thicknesses. 2 -2.01 Labeled doors required I None required Class A, 3 hr, 250 °F [121 °C] maximum temp rise Class B, 1 -1/2 hr, 250 °F [121 °C] temp rise Class C, 3/4 hr, 250 °F [121 °C] temp rise E 20 minutes 22 = 4 Frame thickness 14 gage [1.89 mm] i;:j 16 gage [1.52 mm] i Other 2 -4 When "Other" is selected, ga [mm] alternative thickness. 2 -7 Door and frame finish Primed i� Galvanized 2 -3 Non - corrosive fasteners required. Yes r - No City of Yakima, Washington 08110 Steel Doors and Frames PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 08110 STEEL DOORS AND FRAMES PART 1 - GENERAL 1 -1. SCOPE. This section covers the furnishing and installation of hollow metal doors and frames. Unless otherwise indicated or specified, all steel doors shall be flush type. 1 -2. GENERAL. Doors, frames, and appurtenances shall be furnished and installed as specified herein and in accordance with the details and arrangements indicated on the drawings. Doors, frames, and appurtenances furnished under this Section shall be fabricated and assembled and erected, in full conformity with drawings, specifications, engineering data, instructions, and recommendations of the manufacturer unless exceptions are noted by ENGINEER. 1 -3. SUBMITTALS. Complete detail drawings of all items specified herein shall be submitted in accordance with the submittals section. Drawings shall show elevations of each door type; details of each frame type; location or identification of each item; typical and special details of construction; methods of assembling sections; location and installation requirements for hardware; size, shape, and thickness of materials; joints; connections; and finish. 1_d DEL \1GRV STORAGE AND HANDLING Shipping shall be in accordance with the shipping section. Handling and storage shall be in accordance with the handling and storage section. Materials shall be handled, transported, and delivered in a manner which will prevent bends, dents, scratches, or damages of any kind. Damaged materials shall be promptly replaced. PART 2 - PRODUCTS 2 -1. PERFORMANCE AND DESIGN CRITERIA. 2 -1.01. Governing Standard. Except as modified or supplemented herein, all steel doors and frames shall conform to the requirements of ANSI /SDI 100, Grade II, model 2. City of Yakima, Washington 08110 Steel Doors and Frames PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -1.02. Metal Thicknesses. Metal thicknesses and gages of steel sheet metal • specified herein are the minimum required. Gages refer to US Standard gage. 2 -1.03. Nomenclature. The nomenclature used herein conforms to ANSI Al23.1. 2 -2. ACCEPTABLE PRODUCTS. Internally reinforced doors and accompanying frames shall be equivalent to the following: The Ceco Corporation "Medallion" Curries Manufacturing Company "Series 747T" Pioneer Industries "Series C" Republic Builders Products "DS Series" 2 -2.01. Fire Doors. Not used. 2 -3. MATERIALS. Materials used in the manufacture of steel doors and frames shall be as follows: Doors and Frame ASTM A366 or A569, stretcher leveled, commercial quality sheet steel with smooth, clean surface. Internal Reinforcing ASTM A366, cold - rolled steel. Fillers for Internally Mineral wool or fiberglass. Reinforced Doors Anchoring Devices Zinc - plated where exposed; zinc - plated or galvanized where concealed; non - corrosive. Expansion Anchors As specified in the anchorage in concrete and masonry section. Tape Sealant PVC or neoprene closed -cell foam, black, 1/2 inch wide by 1/4 inch thick strip with pressure- sensitive adhesive back; Williams "Everlastic NN -1" or Blanchard "Foamgard ". City of Yakima, Washington 08110 Steel Doors and Frames PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -4. FRAMES. Frames for doors, transoms, sidelights, mullions, and interior glazed panels shall be formed of steel to the sizes, gage, and shapes required. 2 -4.01. Workmanship. The finished work shall be strong, rigid, neat, and free from defects. Molded members shall be fabricated straight and true, with corner joints well formed, and with fastenings concealed where practicable. 2 -4.02. Joints. Joints for frames shall be mitered or butted and continuously welded on the reverse side to produce rigid joints which are invisible on the face of the frame. Frame bottoms shall be held rigidly in position by spreader bars to maintain prnnPr alignment rll firing shipment and Prt cfinn, 2 -4.03. Hardware Provisions. Frames shall be prepared at the factory for the specified hardware. Frames shall be mortised, reinforced, drilled, and tapped for mortised hardware, and shall be reinforced for surface - applied hardware. Cover boxes shall be provided in back of all hardware cutouts. Frames for all doors except weatherstripped doors shall be punched to receive silencers, three holes on the lock side of single door frames and one hole for each leaf in heads of double door frames. Lock strikes shall be set out and adjusted to provide clearance for silencers. Concealed metal reinforcements shall be provided for hardware in at least the following thicknesses: Hinge reinforcement 10 gage Strike reinforcement 14 gage Closer reinforcement 12 gage Other reinforcement 14 gage 2 -4.04. Wall and Floor Anchors. Metal anchors of the sizes and shapes required for the adjoining type of wall construction shall be provided. Jamb anchors shall be fabricated from steel, of at least the same thickness as the frames. Anchors shall be located near the top and bottom of each frame and at intermediate points spaced not more than 32 inches apart. For frames set in hardened concrete or existing masonry walls, anchorage shall be provided as indicated on the drawings. Door frames shall be provided with a 16 gage thick base clip at each jamb for floor anchorage. Clips shall be sized and drilled for at least two 3/8 inch diameter anchoring devices. Where floor fill occurs at a door opening, the City of Yakima, Washington 08110 Steel Doors and Frames PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 bottom of the frame shall terminate at the indicated finished floor level and shall be supported by adjustable extension clip angles anchored to the structural slab. 2 -5. DOORS. Doors indicated on the drawings as hollow metal, including doors with glazed openings, shall be as specified herein. Doors shall be prepared to receive the hardware specified in the finish hardware section. 2 -5.01. Workmanship. Doors shall be rigid, neat in appearance, and free from defects. Molded members for glazed doors shall be formed straight and true, with joints coped or mitered, well formed, and in true alignment. All welded joints on exposed surfaces shall be dressed smooth so that they are invisible after finishing. 2 -5.02. Sizes and Clearances. Doors shall be of the thickness as required, and type indicated on the drawings, of the sizes and design indicated. Clearances for doors, except fire doors, shall be 1/8 inch at jambs and heads, 1/4 inch at meeting stiles of pairs of doors, and 3/4 inch at bottom, unless otherwise indicated. Clearances for fire doors shall be as indicated by NFPA Pamphlet No. 80 or by the authority having jurisdiction. 2 -5.03. Construction. Doors shall have 18 gage thick seamless outer sheets. Side edges of doors shall be flush and closed watertight. All seams shall be continuously welded and ground smooth. Doors shall be prepared at the factory for hardware, for glazing, and for louvers as indicated on the drawings. Door edges shall be beveled or rounded. Flush internally reinforced doors shall have fillers placed in the spaces between reinforcing members and shall be reinforced by 22 gage thick or thicker vertical steel stiffeners installed on 6 inch centers and welded to face sheets. Outswinging exterior doors shall be finished flush at the top, with all seams and joints closed watertight as specified for side edges. 2 -5.04. Hardware Provisions. Doors shall be mortised, reinforced, drilled, and tapped for mortised hardware. Reinforcing units shall be provided for locksets. Reinforcing plates shall be provided for mortised and surface- applied hardware in at least the following thicknesses: Hinge reinforcement 10 gage Surface- applied closers and hold -open arms 12 gage Other reinforcement 14 gage The locations of hardware items shall be in accordance with DHI "Recommended Locations for Builders' Hardware for Standard Steel Doors and Frames ". City of Yakima, Washington 08110 Steel Doors and Frames PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -5.05. Stops and Beads. Metal glazing beads shall be furnished with hollow • metal doors where glazed doors are indicated on the drawings. Glazing stops may be formed as an integral part of the doors, or separate glazing beads provided for both sides of the glass. Doors shall be prepared to receive the glazing beads. Beads shall be snapped into place, or shall be fastened with oval -head machine screws spaced at 9 inch centers maximum. Beads having a molded shape shall be mitered at corners. Rectangular beads may be either mitered or butted at corners_ Where glazed doors are exposed to weather, all seams and joints on all sides of th glass panel, except joints in removable beads, shall be closed watertight as specified for side edges. 2 -6. FIRE DOORS AND FRAMES. Not used. 2 -7. SHOP FINISH. A primer shall be applied to all surfaces of ferrous metal furnished under this section. Metal surfaces shall be cleaned and given a phosphate or equivalent treatment to ensure maximum corrosion protection and paint adherence. A dip or spray coat of synthetic resin, rust - inhibitive metallic oxide, or rust- inhibitive zinc chromate primer shall be applied to all surfaces, then baked or oven - dried. Finished surfaces shall be smooth ooth and free from irregularities. PART 3 - EXECUTION 3 -1. INSTALLATION. Frames shall be set in position, plumbed, aligned, and braced securely until permanent anchors are set. Frames shall be anchored to floors with expansion anchors or as indicated on the drawings. Jamb anchors shall be built into walls and secured to adjoining construction. Spreader bars shall remain in place until frames have been built into the walls. 3 -1.01. Glazing Beads. Glazing beads, when provided, shall be fastened to frames with oval -head machine screws spaced at 9 inch maximum centers. End of Section City of Yakima, Washington 08110 Steel Doors and Frames PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 08700 FINISH HARDWARE PART 1 - GENERAL 1 -1. SCOPE. This section covers finish hardware for hollow metal doors. 1 -2. GENERAL. 1 -2.01. Templates. Each hardware manufacturer shall deliver to the door and frame manufacturer a template for each item of mortised and surface- applied hardware. Each template shall be labeled with the manufacturer's name, hardware item, opening number, and location on the door or frame where the item is to be installed. 1 -3. SUBMITTALS. A complete schedule of finish hardware shall be submitted in accordance with the submittals section. The schedule shall indicate each item of hardware required for each opening, manufacturer's name, manufacturer's number or symbol, and finish. 1 -4. PACKAGING. Each item of hardware shall be packaged separately in an individual container complete with screws, keys, special wrenches, instructions, and installation templates necessary for accurately locating, setting, adjusting, and attaching the hardware. Each container shall be marked with the number of the opening to which the hardware item is to be applied. PART 2 - PRODUCTS 2 -1. ACCEPTABLE MANUFACTURERS. The catalog numbers which appear in the Hardware Schedule identify products of the first -named of the manufacturers listed herein for each hardware item. Equivalent products of the other manufacturers listed herein will also be acceptable. Butts Stanley, Hager, or Lawrence. Locksets, latchsets, and cylinders Sargent (without exception). CONTRACTOR shall verify specified system can be keyed with existing Sargent system. City of Yakima, Washington 08700 Finish Hardware PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Closers LCN, Sargent, or Russwin (cast iron bodies). Bumpers, and silencers Ives, Russwin, or Corbin. Thresholds, cast abrasive Wooster, American Abrasive, or • Stubbs. Weatherstripping and drip caps Reese, Zero, or Pemko. 2 -2. FINISH. The required finish shall be as indicated by the catalog number listed in the Hardware Schedule herein. Machine screws, bolts, and other exposed attachments shall be finished to match hardware. 2 -3. KEYING. All cylinder locks shall be keyed to match the existing keying system. After the finish hardware submittals have been accepted by the ENGINEER, the ENGINEER and OWNER will meet with the CONTRACTOR and hardware consultant to determine the keying groups. All locks in each group shall be keyed alike and each group shall be keyed differently. All locks shall be operable by a master key or by master key groups and a grand master key. Two keys shall be furnished with each lock. Six master keys shall be furnished. PART 3 - EXECUTION 3 -1. INSTALLATION. Hardware shall be accurately fitted, securely applied, carefully adjusted, and lubricated in accordance with the manufacturer's instructions. 3 -1.01. Location. Unless otherwise directed by the ENGINEER, the locations of hardware items shall be in accordance with DHI "Recommended Locations for Builders' Hardware for Standard Steel Doors and Frames ". 3 -1.02. Thresholds. The ends of thresholds shall be notched to fit the applicable door frame profile. Thresholds shall be field drilled to receive flush bolts where required. Thresholds shall be anchored to concrete by means of 5/16 inch diameter stainless steel flat head countersunk machine screws and expansion anchors spaced at 8 inch centers. Thresholds shall be set in asphalt roofing cement conforming to ASTM D4586, Type II. City of Yakima, Washington 08700 Finish Hardware PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3 -2. ADJUSTING. Each supplier of finish hardware shall provide the services of a trained and experienced hardware consultant to service and adjust installed hardware. 3 -3. PROTECTION. Special care shall be taken to protect finished surfaces of hardware during installation. Hardware on which the finish has been damaged prior to final acceptance of the work shall be replaced with new hardware at no additional cost to the OWNER. 3 -4. HARDWARE SCHEDULE. Hardware shall be furnished in accordance with the following schedule. Doors are listed by group number. A complete set of hardware is listed for each opening. Group No. No. Item Req'd Catalog No. 1 (Exterior, 3'x7', Hollow metal, Locked) Butts 3 FBB179 -626 4 -1/2" x 4 -1/2" NRP Lockset 1 10G05 LL -626 Closer 1 4040H- CUSH -AL Threshold, 1 115 Alumagrit 4" x cast abrasive Drip cap 1 R199A Weatherstripping Head and jambs 1 set DS70 Sill 1 323 End of Section City of Yakima, Washington 08700 Finish Hardware PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 09920 ARCHITECTURAL PAINTING PART 1 - GENERAL 1 -1. SCOPE. This section covers architectural field painting of surfaces for appearance, including surface preparation, protection of surfaces, and other appurtenant work. Regardless of the number of coats previously applied, at least two field coats, in addition to any shop or field prime coats, shall be applied to all surfaces unless otherwise specified. Field applied protective coatings, heavy duty maintenance coatings, and pipe color codings are covered in another section. Dampproofing of concrete surfaces not in contact with treated or raw water, protective coatings for equipment and surfaces with severe service conditions that have been designated to be coated with a heavy -duty maintenance coating are covered in other sections. 1 -2. GENERAL. Cleaning, surface preparation, coating application, and thickness shall be as specified herein and shall meet or exceed the coating manufacturer's recommendations. When the manufacturer's minimum recommendations exceed the specified requirements, CONTRACTOR shall comply with the manufacturer's minimum recommendations. When equivalent products are acceptable to ENGINEER, CONTRACTOR shall comply with this specification and the coating manufacturer's recommendations. 1 -2.01. Governing Standards. All cleaning, surface preparation, coating application, thickness, testing, and coating materials (where available) shall be in accordance with the referenced standards of the following American Water Works Association (AWWA), American National Standard Institute (ANSI), NACE International (NACE), SSPC: The Society for Protective Coating (SSPC), NSF International (NSF), and ASTM requirements. 1 -3. SUBMITTALS. CONTRACTOR shall submit color cards for all coatings proposed for use, together with complete descriptive specifications and the completed Coating System Data Sheets, to ENGINEER for review and color selection. Requests for review submitted directly to ENGINEER by coating suppliers will not be considered. For the epoxy enamel, aliphatic polyurethane, and satin gloss latex emulsion finish coatings, a total of not more than 15 custom colors may be required. The manufacturer's standard colors will be acceptable for all other coatings. City of Yakima, Washington 09920 Architectural Painting PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 1 -4. QUALITY ASSURANCE. 1 -4.01. Coating System Data. The coating applicator and coating manufacturer shall review and approve in writing the proposed coating manufacturer's written recommendations for the proposed coating system and the intended service. Any variations from the specifications or the coating manufacturers published recommendations shall be submitted in writing and approved by the coating manufacturer, 1 -5. DELIVERY AND STORAGE. All coating products shall be received and stor in acco with th coa m ane facturer's recommendations. .. . . . •: . . :N i..iVSJ Vi J iVVVli:i iiVi:ii iiV i PART 2 - PRODUCTS 2 -1. ACCEPTABLE MANUFACTURERS. 2 -1.01. Alternative Manufacturers. In addition to the coatings listed herein, equivalent coatings of the following manufacturers will also be acceptable: iCi Devoe Rust -Oieum PPG Sherwin- Williams MAB Porter Carboline Tnemec 2 -1.02. Equivalent Coatings. Whenever a coating is specified by the name of a proprietary product or of a particular manufacturer or vendor, the specified coating shall be understood as establishing the type and quality of coating desired. Other manufacturers' coatings will be accepted, provided that sufficient information is submitted to enable ENGINEER to determine that the proposed coatings are equivalent to those named. Information on proposed coatings shall be submitted for review in accordance with the submittals section. Requests for review of equivalency will be accepted only from CONTRACTOR, and will be considered only after the contract has been awarded. 2 -2. MATERIALS. All coatings shall be delivered to the job in original unopened containers with labels intact. Coatings shall be stored indoors and shall be protected against freezing. No adulterant, unauthorized thinner, or other material not included in the coating formulation shall be added to the coating for any purpose. All coatings shall conform to the air quality regulations applicable at the location of use. Coating materials which cannot be guaranteed by the manufacturer to conform, whether or not specified by product designation, shall not be used. City of Yakima, Washington 09920 Architectural Painting PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 The coatings specified have been selected on the basis of the manufacturer's statement that the VOC content of the product is 2.8 pounds per gallon or less in the thinned condition, unless otherwise indicated herein; however, it shall be CONTRACTOR's responsibility to use only coating materials that are in compliance with the requirements of all regulatory agencies. Local regulations may permit some coatings to have a higher VOC concentration than specified herein. The coatings specified may meet the VOC limits in the unthinned (as shipped) condition, but may exceed the limits if thinned according to the manufacturer's recommendations. Under these conditions, the coatings shall not be thinned beyond the 2.8 pounds per gallon limit, and if the product cannot be thinned to suit the application method or temperature requirements, another manufacturer's coating shall be used, subject to acceptance by ENGINEER. Some of the architectural coatings specified contain VOCs in excess of 2.8 pounds per gallon, however, the coatings may be acceptable if supplied in containers of 1 quart or less. 2 -2.01. Compatibility. CONTRACTOR shall be responsible for ensuring the compatibility of field coatings with each other or with the coatings on shop coated or previously coated surfaces. Coatings used in successive field coats shall be produced by the same manufacturer. Coatings used in the first field coat over shop coated or previously coated surfaces shall cause no wrinkling, lifting, or other damage to underlying coats. For shop applied acrylic primer coated metal decking, bar joist, or steel, a field applied primer shall be applied. The field applied primer shall be compatible with both the shop applied coating and the field applied final coatings. 2 -2.02. Primers. Universal Primer Ameron "Amercoat 385 Epoxy Carboline "Carboguard 888 Primer" Tnemec "Series 27 F.C. Typoxy " Sherwin- Williams "Macropoxy 646" Primer for shop applied Tnemec "Series 135" Acrylic coating. Ameron "Amercoat 185 HS" Carboline "Rustbond" Sherman - Williams "Kem Kromik" City of Yakima, Washington 09920 Architectural Painting PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -2.03. Intermediate and Finish Coatings. Epoxy Enamel Concrete Floors Ameron "Amercoat 385 Epoxy ", Non Skid Carboline "Carboguard 890" Tnemec "Series 69 Hi -Build Epnxnline 11" Sherwin Williams "Armorseal 1000 HS" Ferrous Metal Surfaces, Ameron "Amercoat 385 Epoxy" Carboline "Carboguard 890" Tnemec "Series N69 Hi -Build Epoxoline II" Sherwin Williams "Macropoxy 646" Shop coated ferrous Tnemec "Tnemec Series N69" Metal surface Ameron "Amerlock 400" Carboline "Carboguard 890" Sherwin-Williams "Macropoxy 646" Aliphatic Polyurethane Ameron "Armercoat 450HS" Carboline "Carbothane 134HG" Tnemec "Series 1074 Endura - Shield ". Sherwin Williams "Acrolon 218HS" Latex Emulsion Fiat Carboline "3359 Flat acrylic latex ", Sherwin- Williams "Weather Perfect Acrylic Latex Series B -36" Tnemec "Series 6 Tneme -Cryl" Satin Gloss Ameron "Amerguard 220 Acrylic Enamel Satin ", Carboline "Sanitile 155 Acrylic latex satin ", Sherwin - Williams "Metalatex Semi gloss Enamel Series B -42 ", Tnemec "Series 29 Tuff-Cryl SG" City of Yakima, Washington 09920 Architectural Painting PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Clear Satin Varnish ICI Devoe "Glidden Woodmaster Polyurethane Clear Finish, Satin Sheen No. 82" Sherwin- Williams "Polyurethane Varnish A67F1". Traffic Marking Paint Fed Spec TT -P -115, yellow; ICI Devoe "Glidden Traffic Marking Paint 667355" Sherwin- Williams "ProMar Alkyd Traffic Marking Paint ". Waterproof Cement -Based Coating Thoro "Thoroseal ". PART 3 - EXECUTION 3 -1. SURFACE PREPARATION. All surfaces to be coated shall be clean and dry and shall meet the recommendations of the coating manufacturer for surface preparation. Freshly coated surfaces shall be protected from dust and other contaminants. Oil and grease shall be completely removed by use of solvents or detergents before mechanical cleaning is started. The gloss of previously coated surfaces shall be dulled if necessary for proper adhesion of topcoats. Surfaces shall be free of cracks, pits, projections, or other imperfections that would interfere with the formation of a smooth, unbroken coating film, except for concrete block construction where a rough surface is an inherent characteristic. When applying touchup coating or repairing previously coated surfaces, the surfaces to be coated shall be cleaned as recommended by the coating manufacturer and the edges shall be sanded or wire brushed and feathered or otherwise smoothed so that they will not be noticeable after they are coated. All coatings made brittle or otherwise damaged by heat of welding shall be completely removed. 3 -1.01. Galvanized Surfaces. Galvanized surfaces shall be prepared for coating in conformity with the instructions of the manufacturer of the epoxy enamel. Any chemical treatment of galvanized surfaces shall be followed by thorough rinsing with clean water. 3 -1.02. Ferrous Metal Surfaces. Ungalvanized ferrous metal surfaces shall be prepared for coating by cleaning using one or more of the following methods as specified: solvents (SSPC -SP1); blasting (SSPC -SP5, -SP6, -SP7, or - SP10); power tools (SSPC -SP3); or hand tools (SSPC -SP2). Oil and grease shall be completely removed in accordance with SSPC -SP1 before beginning any other cleaning method. Surfaces of welds shall be scraped and ground as necessary City of Yakima, Washington 09920 Architectural Painting PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 to remove all slag and weld spatter. Tools which produce excessive roughness shall not be used. All ferrous metal surfaces which are specified to be coated with epoxy enamel shall have all welds ground smooth and blended and sharp edges ground smooth, if not previously prepared in the shop. The cleaning methods and profiles specified herein are minimums, and if the requirements printed.in the coating manufacturer's data sheets exceed the limits specified, the value printed on the data sheets shall become the minimum rent iirement. 3- 1.02.01. Ferrous Metal Surfaces - Nonimmersion Service. Ferrous metal surfaces, including fabricated equipment, in nonimmersion service shall be cleaned to the degree recommended by the coating manufacturer for surfaces to be coated with epoxy enamel , except galvanized surfaces. Blast cleaning to at least SSPC -SP6 shall be used where recommended by the coating manufacturer, and may be used elsewhere at the option of CONTRACTOR, provided that no dust is permitted to settle on adjacent wet coating. Surface profile shall be at least 15 percent of the dry film thickness specified for the coating system. 3 -1.03. Concrete Surfaces. All concrete surfaces shall be free of objectionable substances and shall meet the coating manufacturer's recommendations for surface preparation. Any other surface preparation recommended by the coating material manufacturer shall be brought to ENGINEER's attention and may be incorporated into the work if acceptable to ENGINEER. All concrete surfaces shall be dry when coated and free from dirt, dust, sand, mud, oil, grease, and other objectionable substances. Oil and grease shall be completely removed by use of solvents or detergents before mechanical cleaning is started. New concrete shall have cured for at least 28 days before coating is applied as recommended by the material manufacturer. Concrete surfaces shall be tested for capillary moisture in accordance with ASTM D4263. There shall be no capillary moisture when coatings are applied on concrete. All surfaces to be coated shall be cleaned in accordance with ASTM D4258 and abraded in accordance with ASTM D4259. Prior to application of the coating, the surfaces shall be thoroughly washed or cleaned by air blasting to remove all dust and residue. Spalled areas, voids, and cracks shall be repaired in accordance with the concrete section and as acceptable to ENGINEER. Fins and other surface projections shall be removed to provide a flush surface before application of coating. City of Yakima. Washington 09920 Architectural Painting PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Except where indicated otherwise, the concrete surfaces, including those with bug holes Tess than 1 inch in any dimension, shall be prepared when required and as recommended by the manufacturer, using an epoxy concrete block filler. 3 -1.04. Plastic Surfaces. All wax and oil shall be removed from plastic surfaces that are to be coated, including PVC and FRP, by wiping with a solvent compatible with the specified coating. 3 -1.06. Hardware. Hardware items such as bolts, screws, washers, springs, and grease fittings need not be cleaned prior to coating if there is no evidence of dirt, corrosion, or foreign material. 3 -2. MIXING AND THINNING. Coating shall be thoroughly mixed each time any is withdrawn from the container. Coating containers shall be kept tightly closed except while coating is being withdrawn. Coating shall be factory mixed to proper consistency and viscosity for hot weather application without thinning. Thinning will be permitted only as necessary to obtain recommended coverage at lower application temperatures. In no case shall the wet film thickness of applied coating be reduced, by addition of coating thinner or otherwise, below the thickness recommended by the coating manufacturer. Thinning shall be done in compliance with all applicable air quality regulations. 3 -3. APPLICATION. Coating shall be applied in a neat manner that will produce an even film of uniform and proper thickness, with finished surfaces free of runs, sags, ridges, laps, and brush marks. Each coat shall be thoroughly dry and hard before the next coat is applied. In no case shall coating be applied at a rate of coverage greater than the maximum rate recommended by the coating manufacturer. Coating failures will not be accepted and shall be entirely removed and the surface recoated. Failures include but are not limited to sags, checking, cracking, teardrops, fat edges, or delaminations. 3 -3.01. Priming. Edges, corners, crevices, welds, and bolts shall be given a brush coat of primer before application of the primer coat. Special attention shall be given to filling all crevices with coating. Abraded and otherwise damaged portions of shop - applied coating shall be cleaned and recoated as recommended by the manufacturer of the finish coating. Welded seams and other uncoated surfaces, heads and nuts of field - installed bolts, and surfaces where coating has been damaged by heat shall be given a brush coat of the specified primer. Before the specified spot or touchup coating of metal surfaces, edges, corners, crevices, welds, and bolts in the area of the spot or touchup coating shall be given a brush coat of primer. This patch, spot, City of Yakima, Washington 09920 Architectural Painting PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 or touchup coating shall be completed, and the paint film shall be dry and hard, before additional coating is applied. 3 -3.02. Latex Coating. Latex coating shall be applied by brushing or rolling; spraying will not be permitted. Latex coating shall not be thinned excessively. 3 -3.03. Epoxy Enamel. Epoxy enamel shall be applied in accordance with the coating manufacturer's recommendations, including temperature limitations and • protection from sunlight until topcoated. Coatings shall not be applied to concrete surfaces in direct sunlight or when the temperature of the concrete is rising. Preferably the coating shall be applied when the temperature of the concrete is dropping. When applying high build epoxy coatings with a roller or brush and where a dry film thickness of at least 4 - 6 mils per coat is required, two or more coats shall be applied to achieve the recommended dry film thickness equal to a spray applied coating. 3 -3.05. Film Thickness. The total coating film thickness, including prime coat (if any), intermediate coats, and finish gnat shall he not le th th fnllhwing: Type of Coating Minimum Dry Film Thickness Latex 3 mils Clear varnish 2 mils Epoxy enamel Floors 5 mils Surfaces with first coat of epoxy 7 mils enamel and final coat of aliphatic polyurethane Other surfaces (two coats) 10 mils Waterproof Cement -Based Coating 40 mils All other finishes 5 mils 3 -3.06. Weather Conditions. Coatings shall not be applied, except under shelter, during wet, damp, or foggy weather, or when windblown dust, dirt, debris, or insects will collect on freshly applied coating. Coatings shall not be applied at temperatures lower than the minimum temperature recommended by the coating manufacturer, or to metal surfaces such as tanks or pipe containing cold water, regardless of the air temperature, when metal conditions are likely to cause City of Yakima, Washington 09920 Architectural Painting PN 132965 -8- Bid No. 2182 Ultraviolet Disinfection Project November 2007 condensation. When necessary for proper application, a temporary enclosure shall be erected and kept heated until the coating has fully cured. 3 -4. REPAIRING FACTORY FINISHED SURFACES. Factory finished surfaces damaged prior to acceptance by OWNER shall be spot primed and recoated with materials equivalent to the original coatings. If, in the opinion of ENGINEER, spot repair of the damaged area is not satisfactory, the entire surface or item shall be recoated. 3 -5. PROTECTION OF SURFACES. Throughout the work CONTRACTOR shall use drop cloths, masking tape, and other suitable measures to protect adjacent surfaces. CONTRACTOR shall be responsible for correcting and repairing any damage resulting from its or its subcontractors' operations. Coatings spilled or spattered on adjacent surfaces which are not being coated at the time shall be immediately removed. Exposed concrete or masonry not specified to be coated which is damaged by coatings shall be either removed and rebuilt or, where authorized by OWNER, coated with two coats of masonry coating. 3 -6. FIELD PRIMING SCHEDULE. In general, surfaces of steel, cast iron, and equipment are specified to be shop primed. Any such surfaces which have not been shop primed shall be field primed. Damaged or failed shop coatings which have been determined unsuitable by ENGINEER shall be removed and the surfaces shall be field primed. Galvanized, aluminum, stainless steel, wood, and insulated surfaces shall be field primed. Primers used for field priming, unless otherwise required for repair of shop primers, shall be: Surface To Be Primed Material Steel and cast iron, surfaces to be coated with Epoxy enamel Same as finish coats Galvanized Epoxy enamel Plastic surfaces, including PVC and Same as finish coats FRP Wood (varnished)Wood stain Insulated piping As recommended by manufacturer of finish coats Concrete, surfaces to be Epoxy concrete block filler coated with epoxy enamel City of Yakima, Washington 09920 Architectural Painting PN 132965 -9- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Surfaces specified to be field coated with clear finish coats need not be primed. Unless otherwise recommended by the coating manufacturer or specified herein, priming will not be required on concrete or gypsum wallboard surfaces specified to be coated with latex coating, nor on metal surfaces specified to be coated with epoxy enamel coatings. Priming will not be required on surfaces to be marked with traffic marking paint. Concrete surfaces to be coated with epoxy enamel shall be filled with epoxy concrete block filler so that a continuous film is obtained , except where indicated otherwise . • 3 -7. COATING SCHEDULE. The following schedule lists coatings for inter- . mediate and finish. coats. All exposed surfaces, including sides and edges, shall be coated. Surface To Be Coated Material 3 -7.01. Metal Surfaces. Structural and miscellaneous Epoxy enamel (one finish coat) steel exposed to view inside buildings. Steei Doors, rinnr frames Intermediate coat Universal Primer Finish Coat Aliphatic polyurethane Heating and air conditioning units, convector covers, electrical equipment cabinets, and similar items and equipment (unless ial.wi y finished) expos U w view Intermediate coat. Universal primer Finish coat. Aliphatic polyurethane Electrical conduit exposed to view inside buildings (except banks of conduits in multiple layers hung from ceilings), including fittings, boxes, supports, and accessories, after proper priming. Adjacent to ceilings Aliphatic polyurethane Adjacent to walls. Aliphatic polyurethane City of Yakima, Washington 09920 Architectural Painting PN 132965 -10- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3 -7.02. Concrete and Masonry Surfaces. All concrete and concrete block (except floors and surfaces scheduled to receive other coatings) which are exposed to view in interior locations (two coats). Walls and columns. Satin gloss latex emulsion Ceilings and overhead Flat latex emulsion construction. Exterior wall and roof of precast buildings Waterproof Cement -based coating Other wall surfaces indicated on Epoxy enamel the drawings. 3 -7.03. Miscellaneous Surfaces. Gypsum wallboard surfaces (two coats). Walls. Satin gloss latex emulsion Ceilings. Satin gloss latex emulsion Insulated piping (except aluminum Satin gloss latex emulsion jacketed insulation). Plastic surfaces, including PVC and FRP. Indoors. Epoxy enamel Outdoors. First coat. Epoxy enamel Finish coat. Aliphatic polyurethane Pavement marking (one coat). Traffic marking paint City of Yakima, Washington 09920 Architectural Painting PN 132965 -11- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3 -7.04. Surfaces Not To Be Coated. Unless otherwise specified, the following surfaces shall be left uncoated: Exposed aluminum, except ductwork. Polished or finished stainless steel. Unfinished stainless steel , except flashings and counterflashings, shall be coated. Nickel or chromium. Galvanized surfaces, except metal decking, piping, conduit, ductwork, and other items specifically noted. Piping concealed in inaccessible plumbing chases and above suspended ceilings. Rubber and plastics, except as specified. Metal wall panels Acoustical panel ..galls. Exterior concrete. Surfaces specified to be factory finished. End of Section City of Yakima, Washington 09920 Architectural Painting PN 132965 -12- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 09940 PROTECTIVE COATINGS Data Sheet Paragraph Description Data Units General Coatings and painting covered in other V Architectural painting sections. Dampproofing of concrete when NSF compliance not required Water repellant for masonry F._ Elastomeric deck coverings Steel tank coating 1 --- Other Not Applicable When "Other" is selected, indicate the section. Custom colors are required. Yes No When "Yes" is selected, indicate the number of custom colors that will be required. 1-4 Quality assurance options required. Coating system data sheet i certifications i__ Special interior coating systems When special coatings are required, • indicate the systems. Limiting Requirements 22 = 2 VOC compliance required. Yes No When "Yes" is selected, indicate the VOC requirements. Potable water service conditions '*. Yes No Wastewater service conditions. Yes No Field Quality Control Additional field quality control Spark testing requirements. Adhesion testing Other Not applicable City of Yakima, Washington 09940 Protective Coatings PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 When "Other" is selected, indicate requirement. Metal Surfaces Coating Schedule Structural and miscellaneous steel ; Non - galvanized exposed to view or to the elements in exterior locations. (Galvanized surfaces i Galvanized are not to be coated unless otherwise r Other required.) Not applicable When "Other" is selected indicate other surfaces that require coating. Finish coating system required for =e+ Finish Coating System A6 surfaces indicated in the previous two rows. ,_• Other When "Other" is selected, indicate the alternative finish coating system. Structural and miscellaneous steel i Non- galvanized exposed to view inside buildings. j Galvanized (Galvanized surfaces are not to be • coated unless as required. f__ Other V Not applicable • When "Other" is selected indicate other surfaces that require coating. Finish coating system required for Finish Coating System A2 surfaces indicated in the previous two _ rows. Other When "Other" is selected, indicate the alternative system. Surfaces requiring coating. 1 Steel doors Door frames IJ Steel handrails ( Steel floor plates i Other r Not applicable When "Other" is selected indicate other surfaces that require coating. Finish Coating System required for the • Finish Coating System A8 surfaces indicated in the two previous rows. • Other When "Other" is selected, indicate alternative finish coating system. Unless otherwise specified or as ••Finish Coating System E8 required, pumps, motors, speed reducers, and other machines and Other equipment exposed to view. • Not applicable When "Other" is selected, indicate alternative finish coating system. City of Yakima, Washington 09940 Protective Coatings PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Actuator surfaces for the indicated i Sluice gates equipment require coating, unless factory Slide gates finished. Control weirs Other Not applicable When "Other" is selected, indicate the additional equipment. Finish Coating System required for the Finish Coating System E6 surfaces indicated in the two previous rows. Other When "Other" is selected, indicate the alternative finish coating system. Digester covers, all iron and steel parts r_. Finish Coating System E6 that will be exposed to view. .__ Other Not applicable When "Other" is Selected, indicate the alternative finish coating system. Metal curbs for skylights and power roof :`" Finish Coating System Al ventilators. Other Not applicable When "Other" is selected, indicate alternative finish coating system. Exterior of elevator car, car frame, and r Finish Coating System Al enclosure. ,`._. Other Not applicable When "Other" is selected, indicate the alternative finish coating system. Interior of elevator car, car gates, and Finish Coating System Al hoistway doors and frames. Other Not applicable When "Other" is selected, indicate the alternative finish coating system. Elevator guiderails and structural steel in r Finish Coating System A2 hoistway. Other ( Not applicable When "Other" is selected, indicate alternative finish coating system. Heating and air conditioning units, * Finish Coating System E8 convector covers, electrical equipment cabinets, and similar Items and Other equipment (unless factory finished) Not applicable exposed to view. City of Yakima, Washington 09940 Protective Coatings PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 • When "Other" is selected, Indicate the alternative finish coating system. Surfaces of cranes and hoists exposed to r Finish Coating System E2 view indoors. :__ Other Not applicable When "Other" is selected, indicate the alternative finish coating system. Surfaces of cranes and hoists exposed to Finish Coating System E6 the elements outdoors. c— Other Not applicable When "Other" is selected, indicate the alternative finish coating system. Dockboard and metal parts of dock c' Finish Coating System E8 bumpers exposed to view or to the elements. Other r; Not applicable When "Other" is selected, indicate the alternative finish coating system. Steel yard lighting poles exposed to view r Finish Coating System A8 or to the elements. Other *" Not applicable When "Other" is selected, indicate the alternative finish coating system. Cast Iron and steel piping inside r Finish Coating System A2 buildings, including valves, fittings, flanges, bolts, supports, and accessories, Other and galvanized surfaces after proper :i Not applicable priming. v 'Vhi�i 1 "Other" is selected, indicate the alternative finish coating system. Cast Iron and steel piping above grade Finish Coating System A6 exposed to the elements and to view outdoors, including valves, fittings, Other flanges, bolts, supports, and accessories, :• Not applicable and galvanized surfaces after proper priming. When "Other" is selected, indicate the alternative finish coating system. Copper pipe and tubing, including fittings Finish Coating System F1 and valves. Finish Coating System F2 Other Not applicable When "Other" is selected, indicate the alternative finish coating system. City of Yakima, Washington 09940 Protective Coatings PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Copper pipe and tubing, including fittings :« Finish Coating System F6 and valves exposed to view in exterior locations. Finish Coating System F7 Other Not applicable When "Other" is selected, indicate the alternative finish coating system. Enclosed type screw pumping ,._ Finish Coating System E7 equipment, all iron and steel exterior surfaces exposed to UV except stainless r Other steel, motors, and speed reducers. Not applicable When "Other" is selected, indicate the alternative finish coating system. Open type screw pumping equipment, all r Finish Coating System E7 iron and steel exterior surfaces exposed to UV except stainless steel, motors, and Other speed reducers. (.+ Not applicable When "Other" is selected, indicate the alternative finish coating system. Open type screw pumping equipment, all r" Finish Coating System E4 iron and steel interior surfaces including the screw surfaces except stainless steel, ' Other motors, and speed reducers. Not applicable When "Other" is selected, indicate the alternative finish coating system. Circular sludge collecting equipment and " Finish Coating System E4 accessories, all Iron and steel parts except platform, walkway, walkway Finish Coating System E5 beams, motors and speed reducers, and . ;m Other other iron or steel parts above the walkway. Not applicable When "Other" is selected, indicate the alternative finish coating system. Circular sludge collecting equipment Finish Coating System E6 platform, walkway, walkway beams, and other iron or steel parts and accessories Finish Coating System E7 above the walkway except motors and =;`- Other speed reducers. Not applicable When "Other" is selected, indicate the alternative finish coating system. Straight -line sludge collecting equipment Finish Coating System E4 and accessories, all iron and steel parts except motors, speed reducers, Finish Coating System E5 sprockets, chains, and stainless steel. Other Not applicable When "Other" is selected, indicate the alternative finish coating system. City of Yakima, Washington 09940 Protective Coatings PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Basin launders, troughs, weir plates, and Finish Coating System A4 • accessories. Other Not applicable When "Other" is selected, indicate the alternative finish coating system. Rapid mix equipment, all Iron and steel e Finish Coating System E4 surfaces except stainless steel, motors, _ and speed reducers. Other ,-. Not applicable When "Other" is selected, indicate the alternative finish coating system. Surface aeration equipment, all Iron and Finish Coating System E4 steel surfaces except stainless steel, motors, and speed reducers. Other Not applicable When "Other" is selected, indicate the alternative finish coating system. All metal surfaces, unless otherwise 4, Finish Coating System E4 or A10 specified, which will be submerged or buried, all or in part, including valves, and Finish Coating System E5 scum baffles, and sluice gates, but r Other excluding piping laid in the ground. Not applicable When "Other" is selected, indicate the alternative finish coating system. All fully or partially submerged surfaces _.. Finish Coating System E4 or A10 of screening, grit removal, aeration mixing, and sludge mixing equipment. Finish Coating System E5 Other Not applicable When "Other" is selected, indicate the alternative finish coating system. Sludge inlet hoppers lining. ,`_. Finish Coating System E10 Other Not applicable When "Other" is selected, indicate the alternative. Miscellaneous castings, including Finish Coating System E2 or A10 manhole rings and covers, and manhole steps. (One coat, if not shop coated.) r Finish Coating System E3 Other Not applicable When "Other" is selected, indicate the alternative finish coating system. City of Yakima, Washington 09940 Protective Coatings PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Cast iron and steel piping in manholes, Finish Coating System A4 or A10 wetwells, grit basin, aeration basin, and similar locations, including valves fittings, Finish Coating System E5 flanges, bolts, supports, and accessories.: - Other Not applicable When "Other" is selected, indicate the alternative finish coating system. All metal harness anchorage for buried Finish Coating System A10 piping. Other . Not applicable When "Other" is selected, indicate the alternative finish coating system. Digester covers, all iron and steel parts r Finish Coating System El0 that will be fully or partially submerged, Finish Coating System E11 exposed to sewage gas, or concealed inside; and digester mixing equipment. Other Not applicable When "Other" is selected, indicate the alternative finish coating system. Cast iron filter surface wash piping inside Finish Coating System E3 filter boxes, including fittings, bolts, and supports. Other Not applicable When "Other" is selected, indicate the alternative finish coating system. Exterior surfaces of extension hoppers r Outdoor - Finish Coating System E6 and accessories for chemical feeders. 1 " -- Indoor - Finish Coating System E2 - Other ;;;., Not applicable When "Other" is selected, indicate the alternative finish coating system. Exterior surfaces of carbon steel r Indoor - Finish Coating System Al chemical tanks. r Outdoor - Finish Coating System A6 Other Not applicable When "Other" is selected, indicate the alternative finish coating system. Supports and miscellaneous metal for i Indoor - Finish Coating System A2 equipment handling corrosive chemicals. Outdoor - Finish Coating System A6 _. Other Not applicable When "Other" is selected, indicate the alternative finish coating system. City of Yakima, Washington 09940 Protective Coatings PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Aluminum in contact with concrete. Finish Coating System F1 r Other Not applicable When "Other" is selected, indicate the alternative finish coating system. Boiler breeching and other surfaces Finish Coating System H12 which will be hot during operation. Finish Coating System H13 "� Other Not applicable When "Other" is selected, indicate the alternative finish coating system. Pneumatic conveyor piping. ( Finish Coating System H12 t Other Not applicable When "Other" is selected, indicate the alternative finish coating system. Vacuum pump discharge piping. Finish Coating System H12 r Other Not applicable When "Other" is selected, indicate the alternative finish coating system. Engine exhaust piping. Finish Coating System H12 Other Not applicable When "Other" is selected, indicate the alternative finish coating system. Aluminum and galvanized ductwork and 4. Finish Coating System F1 or G1 conduit indoors. Finish Coating System F2 or G2 ,.__ Other Not applicable When "Other" is selected, indicate the alternative finish coating system. Aluminum and galvanized ductwork and 4 Finish Coating System F6 or G6 • conduit exposed to elements outdoors. Finish Coating System F7 or G7 (- Other ` Not applicable When "Other" is selected, indicate the alternative finish coating system. City of Yakima, Washington 09940 Protective Coatings PN 132965 -8- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Aluminum materials exposed to the ; Finish Coating System F6 elements outdoors. Finish Coating System F7 - Other Not applicable When "Other" is selected, indicate the alternative finish coating system. Tilting weirs. - Finish Coating System E4 Other Not applicable When "Other" is selected, indicate the alternative finish coating system. Concrete and Masonry Surfaces Coating Schedule All concrete and concrete block in Interior Locations - Finish Coating corrosive areas (Except floors and System C2 surfaces scheduled to receive other coatings) which are exposed to view. r _ Exterior Locations - Finish Coating System C7 I Other iV Not applicable When "Other" is Selected, indicate the alternative finish coating system. Interior surfaces of filter wash water r Finish Coating System C3 flumes. Other Not applicable When "Other" is selected, indicate the alternative finish coating system. Filter wash water troughs. (" Finish Coating System C3 - Other Not applicable When "Other" is selected, indicate the alternative finish coating system. Interior surfaces of sludge drawoff boxes. Finish Coating System C10 - Other 4 . Not applicable When "Other" is selected, indicate the alternative finish coating system. Concrete block surfaces in carbon r Finish Coating System C2 handling rooms and janitors closets. `° Other Not applicable When "Other" is selected, indicate the alternative finish coating system. City of Yakima, Washington 09940 Protective Coatings PN 132965 -9- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Where indicated on the drawings, walls, Finish Coating System C2 • floors, and curbed areas, adjacent to corrosive chemical storage and feed Other equipment. . 4-. Not applicable When "Other" is selected, indicate the alternative finish coating system. All walls in contact with liquid where the Finish Coating System C4 opposite face forms a part of an interior i'' Finish r Quctm ('I room or dry pit. e , u.,,, ,�..,, r Other Not applicable When "Other" is selected, indicate the alternative finish coating system. All walls in contact with treated or potable : Finish Coating System C5 water where the opposite face is above grade or which form is a part of an s_. Other interior room or a dry pit. _' Not applicable When "Other" is selected, indicate the alternative finish coating system. All surfaces, including basin walls, in Finish Coating System C5 contact with treated or potable water. " Other Not applicable When "Other" is selected, indicate the alternative finish coating system. All interior surfaces of walls in r Finish Coating System C5 flocculation basins where the wall is also part of an interior room or dry pit. Other Not applicable When "Other" is selected, indicate the alternative finish coating system. All interior surfaces of walls in a clearwell Finish Coating System C5 where the wall is also part of an interior room or dry pit. Other i; Not applicable When "Other" is selected, indicate the alternative finish coating system. Interior walls of filter boxes, full height Finish Coating System C5 above underdrains and including edges of walkways. Other `+ Not applicable When "Other" is selected, indicate the alternative finish coating system. Miscellaneous Surfaces Coating Schedule City of Yakima, Washington 09940 Protective Coatings PN 132965 -10- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Plastic Surfaces, including PVC and Indoor - Finish Coating System P2 FRP. Outdoor - Finish Coating System P6 - Other I_.._. Not applicable When "Other" is selected, indicate the alternative finish coating system. Piping Insulation Indoor - Finish Coating System P2 Outdoor - Finish Coating System P6 Other Not applicable When "Other" is selected, indicate the alternative finish coating system. Color Coding of Piping Color coding and lettering of pipe. As specified r_ Other - Not applicable When "Other" is selected, indicate the alternative finish coating system. Additional color coding of piping. r Yes No When "Yes" is selected, indicate additional requirements. City of Yakima, Washington 09940 Protective Coatings PN 132965 -11- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 09940 PROTECTIVE COATINGS PART 1 - GENERAL 1 -1. SCOPE. This section covers field applied protective coatings, including surface preparation, protection of surfaces, inspection, and other appurtenant work for equipment and surfaces designated to be coated with heavy -duty maintenance coatings. Regardless of the number of coats previously applied, at least two field coats in addition to any shop coats or field prime coats shall be applied to all surfaces unless otherwise specified. 1 -1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet ". 1 -2. GENERAL. Cleaning, surface preparation, coating application, and thickness shall be as specified herein and shall meet or exceed the coating manufacturer's recommendations. When the manufacturer's minimum recommendations exceed the specified requirements, CONTRACTOR shall comply with the manufacturer's minimum recommendations. When equivalent products are acceptable to ENGINEER, CONTRACTOR shall comply with this specification and the coating manufacturer's recommendations. 1 -2.01. Governing Standards. All cleaning, surface preparation, coating • application, thickness, testing, and coating materials (where available) shall be in accordance with the refer s tandarrlc of the follo AVVIA /A AN NACG SSPC, NSF, and ASTM. 1 -2.02. Delivery and Storage. All coating products shall be received and stored in accordance with the coating manufacturer's recommendations. 1 -3. SUBMITTALS. CONTRACTOR shall submit color cards for all coatings proposed for use, together with complete descriptive specifications and the completed Coating System Data Sheets, to ENGINEER for review and color selection. Requests for review submitted directly to ENGINEER by coating suppliers will not be considered. CONTRACTOR shall submit a Coating System Data Sheet for each separately identified surface in the Coating Schedule that will be used in the project, using the appropriate Coating System Data Sheet forms (Figures 1 -09940 and 2- 09940) at the end of this section. Each field coating system shall be acceptable to the coating material manufacturer. Each Coating System Data Sheet shall include application temperature limits including recoat time City of Yakima, Washington 09940 Protective Coatings PN 132965 -12- Bid No. 2182 Ultraviolet Disinfection Project November 2007 requirements for the ambient conditions at the site, including temperatures up to 130 °F [54 °C]. Temperature requirements shall be specified by the coating manufacturer. Each proposed coating system shall be assigned a unique number with a prefix letter based on the following: Prefix Surfaces Figure A Iron and steel 2 C Concrete and concrete block 1 E Equipment - submerged 1 nonsubmerged 2 F Nonferrous metal 1 G Galvanized 1 H High temperature 1 P PVC and FRP 1 Each coating system that will be applied entirely in the field shall be assigned only a prefix letter and no suffix letter. When appropriate under the indicated conditions, the following suffix shall be added to the coating system numbers: -F Each shop - applied coating system that includes a finish coat applied in the field. A separate Coating System Data Sheet shall be developed and submitted for each variation or change in a coating system or surface to be coated. The manufacturer's standard colors will be acceptable for all coatings. 1 -4. QUALITY ASSURANCE. PART 2 - PRODUCTS 2 -1. ACCEPTABLE MANUFACTURERS. 2 -1.01. Alternative Manufacturers. In addition to the coatings listed herein, equivalent products of the following manufacturers will also be acceptable: ICI Devoe Rust -Oleum Sigma PPG City of Yakima, Washington 09940 Protective Coatings PN 132965 -13- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -1.02. Equivalent Coatings. Whenever a coating is specified by the name of a proprietary product or of a particular manufacturer or vendor, it shall be understood as establishing the desired type and quality of coating. Other manufacturers' coatings will be accepted, provided that sufficient information is submitted to enable ENGINEER to determine that the proposed coatings are equivalent to those named. Information on proposed coatings shall be submitted for review in accordance with the submittals section. Requests for review of equivalency will be accepted only from CONTRACTOR and will be co nsidered only after the contract has been awarded. 2 -2. MATERIALS. All coatings shall be delivered to the job in original, unopened containers, with labels intact. Coatings shall be stored indoors and shall be protected against freezing. No adulterant, unauthorized thinner, or other material not included in the coating formulation shall be added to the coating for any purpose. All coatings shall conform to the air quality regulations applicable at the location of use. Coating materials that cannot be guaranteed by the manufacturer to conform, whether or not specified by product designation, shall not be used. CONTRACTOR shall be responsible for ensuring the compatibility of field coatings with each other or with any previously applied coatings. Coatings used in successive field coats shall be produced by the same manufacturer. The first field coat over shop coated or previously coated surfaces shall cause no wrinkling, lifting, or other damage to underlying coats. All coatings used on surfaces that will be in contact with potable or treated water shall be certified as being in compliance with ANSI /NSF 61. Coatings that cannot be so certified, whether or not specified by manufacturer and by product designation, shall not be used. All intermediate and finish coating materials that will be in contact with wastewater atmosphere shall be guaranteed by the manufacturer to be fumeproof and suitable for wastewater plant atmosphere that contains hydrogen sulfide. Coatings that cannot be so guaranteed shall not be used. Lead -free and mercury -free coatings shall be used if available, but in no case shall coatings containing lead or mercury be used that become discolored when exposed to wastewater plant atmosphere. 2 -2.01 Primers. Universal Primer Ameron "Amercoat 385 Epoxy ", Carboline "Rustbond ", ICI Devoe "Devran 224HS" Tnemec "Series 27 F.C. Typoxy ", or Sherwin- Williams "Macropoxy 646 ". City of Yakima, Washington 09940 Protective Coatings PN 132965 -14- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Epoxy Concrete Block Ameron "Amerlock 400BF Epoxy Block Filler Filler ", Carboline "Sanitile 600 ", ICI Devoe "Blox Filler 4000 ", Tnemec "Series 54- 660 ", or Sherwin- Williams "Kem Cati -Coat HS ". Epoxy Concrete Filler and Tnemec "Series 63- 1500 ", Ameron Surfacer NuKlad 114A, or Carboline "Carboguard 510 ". 2 -2.02. Intermediate and Finish Coatings. Epoxy Enamel (NSF certified systems) Ferrous Metal Surfaces and Ameron "Amerlock 400 Concrete Surfaces in High - Solids Epoxy Coating ", Contact with Treated or Raw Carboline "Carboguard 891", ICI Water in Potable Water Devoe "Bar -Rust 233H" Tnemec Facilities "Series N140 Pota -Pox Plus ", or Sherwin- Williams "Macropoxy 646NSF "; immersion service. Epoxy Enamel Concrete Floors Ameron " Amerlock 400 ", Carboline "Carboguard 890 ", ICI Devoe "Devran 224HS ", Tnemec "Series N69 Hi -Build Epoxoline 11 ", or Sherwin- Williams "Armorseal • 1000HS "; nonskid. Ferrous Metal Surfaces and Ameron "Amercoat 385 Epoxy ", Masonry or Concrete Carboline "Carboguard 890 ", ICI Surfaces Other Than Floors Devoe Devran "224HS ", Tnemec "Series N69 Hi -Build Epoxoline 11 ", or Sherwin- Williams "Macropoxy 646 ". Aliphatic Polyurethane Ameron "Amercoat 450H ", Carboline "Carbothane 134HG ", ICI Devoe "Devthane 379H" Tnemec "Series 1074 Endura - Shield II ", or Sherwin - Williams "Acrolon 218HS ". City of Yakima, Washington 09940 Protective Coatings PN 132965 -15- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Coal Tar Epoxy High -build coal tar epoxy; Ameron "Amercoat 78HB Coal Tar Epoxy ", Carboline "Bitumastic 300 M ", Tnemec "46H -413 Hi -Build Tneme- Tar ", or Sherwin- Williams "Hi -Mil Sher -Tar Epoxy ". Medium Consistency Coal Tar Carboline "Bitumastic 50" or Tnemec "46 -465 H.B. Tnemecol ". Vinyl Ester Tnemec "Series 120 vinester" Carboline "Plasite 4110" or Sherwin - Williams "Magnalux 304FF ". Heat - Resistant Suitable for temperatures up to 400 °F [207 °C]; Ameron "Amerlock 400 ", Carboline "Thermaline 450 ", Tnemec "43 -38H Diffused Aluminum ", or Sherwin - Williams "Silver -Brite Aluminum ". High Heat - Resistant Suitable for temperatures up to 1000 °F [537 °C]; Ameron " Amercoat 878 ", Carboline " Thermaline 4700 VOC ", Tnemec "Series 39 Silicone Aluminum" or Sherwin- Williams "Silver -Brite Hi- Heat Silicone Aluminum ". PART 3 - EXECUTION 3 -1. SURFACE PREPARATION. All surfaces to be coated shall be clean and dry and shall meet the recommendations of the coating manufacturer for surface preparation. Freshly coated surfaces shall be protected from dust and other contaminants. Oil and grease shall be completely removed by use of solvents or detergents before mechanical cleaning is started. The gloss on previously coated surfaces shall be dulled if necessary for proper adhesion of topcoats. Surfaces shall be free of cracks, pits, projections, or other imperfections that would interfere with the formation of a smooth, unbroken coating film, except for concrete block construction where a rough surface is an inherent characteristic. When applying touchup coating or repairing previously coated surfaces, the surfaces to be coated shall be cleaned as recommended by the coating City of Yakima, Washington 09940 Protective Coatings PN 132965 -16- Bid No. 2182 Ultraviolet Disinfection Project November 2007 manufacturer and the edges of the repaired area shall be feathered by sanding or wire brushing to produce a smooth transition that will not be noticeable after the coating is applied. All coatings made brittle or otherwise damaged by heat of welding shall be completely removed. 3 -1.01. Galvanized Surfaces. Galvanized surfaces shall be prepared for coating according to the instructions of the manufacturer of the epoxy enamel. Any chemical treatment of galvanized surfaces shall be followed by thorough rinsing with clean water. 3 -1.02. Ferrous Metal Surfaces. Ungalvanized ferrous metal surfaces shall be prepared for coating by using one or more of the following cleaning procedures as specified: solvents (SSPC -SP1); blasting (SSPC -SP5, -SP6, -SP7, or - SP10); power tools (SSPC -SP3 or - SP11); or hand tools (SSPC -SP2). Oil and grease shall be completely removed in accordance with SSPC -SP1 before beginning any other cleaning method. Surfaces of welds shall be scraped and ground as necessary to remove all slag and weld spatter. Tools which produce excessive roughness shall not be used. All components of equipment that can be properly prepared and coated after installation shall be installed prior to surface preparation. Components that will be inaccessible after installation shall have the surfaces prepared and coated before installation. Motors, drive trains, and bearings shall be protected during surface preparation in accordance with the equipment manufacturer's recommendations. All cut or sheared edges shall be ground smooth to a 1/8 inch [3 mm] minimum radius for all material 1/4 inch [6 mm] thickness and larger. For material thickness less than 1/4 inch [6 mm] all cut or sheared edges shall be ground smooth to a radius equal to 1/2 the material thickness. Grinding of rolled edges on standard shapes with a minimum radius of the 1/16 inch [1.5 mm] will not be required. All ferrous metal surfaces shall have all welds ground smooth and free of all defects in accordance with NACE Standard RPO178, Appendix C, Designation C and sharp edges ground smooth, if not previously prepared in the shop. Instead of blending of the weld with the base metal as required by the NACE standard, it will be acceptable to furnish a welded joint that has a smooth transition of the weld to the base metal. All welds shall be ground smooth to ensure satisfactory adhesion of paint. The cleaning methods and surface profiles specified herein are minimums, and if the requirements printed in the coating manufacturer's data sheets exceed the limits specified, the value printed on the data sheets shall become the minimum requirement. City of Yakima, Washington 09940 Protective Coatings PN 132965 -17- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3- 1.02.01. Ferrous Metal Surfaces - Nonimmersion Service. Ferrous metal surfaces, including fabricated equipment, in nonimmersion service shall be cleaned to the degree recommended by the coating manufacturer for surfaces to be coated with coal tar epoxy, epoxy enamel, and heat - resistant coatings, except galvanized surfaces. Blast cleaning to at least SSPC -SP6 shall be used where recommended by the coating manufacturer, and may be used elsewhere at the option of CONTRACTOR, provided that no dust is permitted to settle on adjacent wet mating. Surface profile shall be as recommended by ma manu but not less than 2 mils [50 pm]. 3- 1.02.02. Ferrous Metal Surfaces - Immersion Service. Surface preparation of ferrous metal surfaces in immersion service shall consist of blast cleaning to at least SSPC -SP10 and the first application of coating shall be performed on the same day. If more surface area is prepared than can be coated in one day, the uncoated area shall be blast cleaned again to the satisfaction of ENGINEER. Surface profile shall be as recommended by coating manufacturer, but not less than 3.5 mils [88 pm]. 3 -1.03. Concrete Surfaces. All concrete surfaces shall be free of objectionable substances and shall meet the coating manufacturer's recommendations for surface preparation. Any other surface preparation recommended by the coating material manufacturer shall be brought to ENGINEER's attention and may be incorporated into the work if acceptable to ENGINEER. All concrete surfaces shall be dry when coated and free from dirt, dust, sand, mud, oil, grease, and other objectionable substances. Oil and grease shall be completely removed by use of solvents or detergents before mechanical cleaning is started. New concrete shall have cured for at least 4 weeks before coating is applied as recommended by the material manufacturer. Concrete surfaces shall be tested for capillary moisture in accordance with ASTM D4263. There shall be no capillary moisture when coatings are applied on concrete. All surfaces to be coated shall be cleaned in accordance with ASTM D4258 and abraded in accordance with ASTM D4259. Surface profile shall be at least 25 percent of the dry film thickness specified for the coating system. Prior to application of the coating, the surfaces shall be thoroughly washed or cleaned by air blasting to remove all dust and residue. Spalled areas, voids, and cracks shall be repaired in accordance with the concrete section and as acceptable to the ENGINEER. Fins and other surface projections shall be removed to provide a flush surface before application of coating. Except where epoxy enamel is applied as dampproofing, the concrete surfaces, including those with bug holes less than 1 inch [25 mm] in any dimension, shall be prepared when required and as recommended by the manufacturer, using an epoxy concrete filler and surfacer. Where coating with a vinyl ester the concrete City of Yakima, Washington 09940 Protective Coatings PN 132965 -18- Bid No. 2182 Ultraviolet Disinfection Project November 2007 filler and surfacer shall be as recommended by the manufacturer to be compatible with vinyl ester. 3 -1.04. Concrete Block Surfaces. Voids and openings in concrete block surfaces shall be pointed. All exposed exterior surfaces and surfaces to be coated with epoxy enamel, including the joints, shall be filled so that a continuous unbroken coating film is obtained. 3 -1.05. Copper Tubing. All flux residue shall be removed from joints in copper tubing. Immediately before coating is started, tubing shall be wiped with a clean rag soaked in xylol. 3 -1.06. Plastic Surfaces. All wax and oil shall be removed from plastic surfaces that are to be coated, including PVC and FRP, by wiping with a solvent compatible with the specified coating. 3 -1.07. Hardware. Hardware items such as bolts, screws, washers, springs, and grease fittings need not be cleaned prior to coating if there is no evidence of dirt, corrosion, or foreign material. 3 -1.08. Aluminum. When a coating system is required, remove all oil or deleterious substance with neutral detergent or emulsion cleaner or blast lightly with fine abrasive. 3 -2. MIXING AND THINNING. Coating shall be thoroughly mixed each time any is withdrawn from the container. Coating containers shall be kept tightly closed except while coating is being withdrawn. Coating shall be factory mixed to proper consistency and viscosity for hot weather application without thinning. Thinning will be permitted only as necessary to obtain recommended coverage at lower application temperatures. In no case shall the wet film thickness of applied coating be reduced, by addition of coating thinner or otherwise, below the thickness recommended by the coating manufacturer. Thinning shall be done in compliance with all applicable air quality regulations. 3 -3. APPLICATION. Coating shall be applied in a neat manner that will produce an even film of uniform and proper thickness, with finished surfaces free of runs, sags, ridges, laps, and brush marks. Each coat shall be thoroughly dry and hard before the next coat is applied. In no case shall coating be applied at a rate of coverage greater than the maximum rate recommended by the coating manufacturer. Coating failures will not be accepted and shall be entirely removed down to the substrate and the surface recoated. Failures include but are not limited to sags, checking, cracking, teardrops, fat edges, fisheyes, or delamination. City of Yakima, Washington 09940 Protective Coatings PN 132965 -19- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3 -3.01. Priming. Edges, corners, crevices, welds, and bolts shall be given a brush coat (stripe coat) of primer before application of the primer coat. The stripe coat shall be applied by a brush and worked in both directions. Special attention shall be given to filling all crevices with coating. Abraded and otherwise damaged portions of shop - applied coating shall be cleaned and recoated as recommended by the manufacturer of the finish coating. Welded seams and other uncoated surfaces, heads and nuts of field - installed bolts, and surfaces where coating has been damaged by heat shall be given a brush coat of the specified primer. Before the specified spot or touchup coating o f metal surfaces, edges, corners, crevices, `„".gelds, an d b in the area of the spot or touchup coating shall be given a brush coat of primer. This patch, spot, or touchup coating shall be completed, and the paint film shall be dry and hard, before additional coating is applied. 3 -3.02. Epoxy Enamel. When used, epoxy enamel shall be applied in accordance with the coating manufacturer's recommendations, including temperature limitations and protection from sunlight until topcoated. When concrete is to be coated, coatings shall not be applied to concrete surfaces in direct sunlight or when the temperature of the concrete is rising. Preferably the coating shall be applied when the temperature of the concrete is dropping. When applying high build epoxy coatings with a roller or brush and where a dry film thickness of at least 4 -6 mils [100 -150 pm] per coat is required, two or more coats shall be applied to achieve the Cecommended dry film thickness equal to a spray applied coating. 3 -3.03. Coal Tar Epoxy. When used, the application of coal tar epoxy, including time 1:. - -:1_ I 1:. 1__11 conform to the recommendations 11 time limits for recoating, shall conform o the recommendations of the coating manufacturer. When concrete is to be coated, coatings shall not be applied to concrete surfaces in direct sunlight or when the temperature of the concrete is rising. Preferably the coating shall be applied when the temperature of the concrete is dropping. 3 -3.04. Vinyl Ester. When used, the application of vinyl ester coating system, including time limits for recoating and temperature requirements of the materials, shall conform to the recommendations of the coating manufacturer. 3 -3.05. Film Thickness. The total coating film thickness including intermediate coats and finish coat, shall be not less than the following: City of Yakima, Washington 09940 Protective Coatings PN 132965 -20- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Type of Coating Minimum Dry Film Thickness Medium consistency coal tar 20 mils [500 pm]. Coal tar epoxy (two coats) 20 mils [500 pm]. Epoxy enamel Floors 5 mils [125 pm]. Surfaces with first coat of epoxy 7 mils [175 pm] (5 mils [125 pm] enamel and final coat of DFT for epoxy plus 2 mils [50 pm] aliphatic polyurethane DFT for aliphatic polyurethane). Surfaces with first and second 12 mils [300 pm] (10 mils [250 coat of epoxy enamel and final pm] DFT for epoxy plus 2 mils [50 coat of aliphatic polyurethane pm] DFT for aliphatic polyurethane). Other surfaces (two coats) 10 mils [250 pm]. Immersion service (three coats) 15 mils [375 pm]. Vinyl ester 30 mils [750 pm]. Heat - resistant (silicone) 3 mils [75 pm]. High heat - resistant (silicone) 3 mils [75 pm]. Other surfaces (one coat) 5 mils [125 pm]. Other surfaces (two coats) 10 mils [250 pm]. 3 -3.06. Weather Conditions. Coatings shall not be applied, except under shelter, during wet, damp, or foggy weather, or when windblown dust, dirt, debris, or insects will collect on freshly applied coating. Coatings shall not be applied at temperatures lower than the minimum temperature recommended by the coating manufacturer, or to metal surfaces such as tanks or pipe containing cold water, regardless of the air temperature, when metal conditions are likely to cause condensation. When necessary for proper application, a temporary enclosure shall be erected and kept heated until the coating has fully cured. Coatings shall not be applied at temperatures higher than the maximum temperature recommended by the coating manufacturer. Where coatings are applied during periods of elevated ambient temperatures, CONTRACTOR and the coatings manufacturer shall be jointly responsible to ensure that proper application is performed including adherence to all re -coat window requirements. Precautions shall be taken to reduce the temperature of the surface application, especially for metal, at elevated temperatures above 100 °F [38 °C] including shading application area from direct sunlight, applying coating in the evening or at night, and ventilating the area to reduce the humidity and temperature, City of Yakima, Washington 09940 Protective Coatings PN 132965 -21- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Vinyl ester coating materials, when required, shall be maintained during transportation, storage, mixing, and application at the temperature required by the coating manufacturer, 35 °F [2 °C] to 90 °F [32 °C]. 3 -4. REPAIRING FACTORY FINISHED SURFACES. Factory finished surfaces damaged prior to acceptance by OWNER shall be spot primed and recoated with materials equivalent to the original coatings. If, in the opinion of ENGINEER, spot repair of the damaged area is no t satisfactory, the entire s or it the entire surface or item shall be recoated. 3 -5. PROTECTION OF SURFACES. Throughout the work CONTRACTOR shall use drop cloths, masking tape, and other suitable measures to protect adjacent surfaces. CONTRACTOR shall be responsible for correcting and repairing any damage resulting from its or its subcontractors' operations. Coatings spilled or spattered on adjacent surfaces which are not being coated at the time shall be immediately removed. Exposed concrete or masonry not specified to be coated which is damaged by coatings shall be either removed and rebuilt or, where authorized by OWNER, coated with two coats of masonry coating. 3 -6. FIELD QUALITY CONTROL. The following inspection and testing shall be performed: visual inspection, surface profile, and wet and dry film thickness. All inspection and testing shall be witnessed by ENGINEER. 3 -6.01. Surface Profile Testing. The surface profile for ferrous metal surfaces shall be measured for compliance with the specified minimum profile. The surface profile for concrete shall comply with SSPC 13; MACE 6 Table 1 for severe service. 3 -6.02. Visual Inspection. The surface of the protective coatings shall be visually inspected. 3.6.03. Film Thickness. Coating film thickness shall be verified by measuring the film thickness of each coat as it is applied and the dry film thickness of the entire system. Wet film thickness shall be measured with a gauge that will measure the wet film thickness within an accuracy of ±0.5 mil [12.5 pm]. Dry film thickness shall be measured in accordance with SSPC -PA 2. 3 -7. FIELD PRIMING SCHEDULE. In general, steel and cast iron surfaces of equipment are specified to be shop primed. Any such surfaces which have not been shop primed shall be field primed. Damaged or failed shop coatings which have been determined unsuitable by ENGINEER shall be removed and the surfaces shall be field coated, including prime coat (if any). Galvanized, City of Yakima, Washington 09940 Protective Coatings PN 132965 -22- Bid No. 2182 Ultraviolet Disinfection Project November 2007 aluminum, stainless steel, and insulated surfaces shall be field primed. Primers used for field priming, unless otherwise required for repair of shop primers, shall be: Surface To Be Primed Material Equipment, surfaces to be coated with Aliphatic polyurethane Universal primer. Epoxy enamel Same as finish coats. Coal tar coating Same as finish coats. Vinyl ester Same as finish coats. Steel and cast iron, surfaces to be coated with Epoxy enamel Same as finish coats. Coal tar coating Same as finish coats. Aluminum Epoxy enamel. Galvanized Epoxy enamel. Copper Epoxy enamel. Stainless steel Epoxy enamel. Plastic surfaces, including PVC Same as finish coats. and FRP Insulated piping As recommended by manufacturer of finish coats. • Concrete, surfaces to be coated with epoxy enamel For dampproofing Epoxy enamel. For all other surfaces Epoxy concrete filler and surfacer. Concrete block exposed in Epoxy concrete block filler. exterior locations Concrete block to be coated with Epoxy concrete block filler. epoxy enamel Unless otherwise recommended by the coating manufacturer or specified herein, priming will not be required on concrete, or concrete block, nor on metal surfaces specified to be coated with epoxy enamel, coal tar epoxy, and heat - resistant coatings. Concrete surfaces to be coated with epoxy enamel shall be filled with City of Yakima, Washington 09940 Protective Coatings PN 132965 -23- Bid No. 2182 Ultraviolet Disinfection Project November 2007 epoxy concrete filler and surfacer so that a continuous film is obtained, except where concrete is dampproofed with epoxy enamel. 3 -8. FINISH COATING SYSTEMS. The following schedule lists coatings systems and coating system designations. No. Finish Coating Systems Coating System Designation A C E F G H P • 1. Epoxy enamel — One coat x x x 2. Epoxy enamel — Two coats x x x x x x 3. Epoxy enamel / NSF — Two coats x x 4. Epoxy enamel — Three coats x x x • 5. Epoxy enamel / NSF — Three coats x x 6. Epoxy enamel — First coat x x x x x x Aliphatic polyurethane — Finish coat 7. Epoxy enamel — First and second x x x coat Aliphatic polyurethane — Finish coat 8. Universal primer — First coat x x Aliphatic polyurethane — Finish coat 9. Medium consistency coal tar — Two x x x coats 10. Coal tar epoxy — Two coats x x x 11. Vinyl ester — Two coats x 12. Heat resistant — Two coats x 13. High heat resistant — Two coats x 3 -8.01. Surfaces Not To Be Coated. Unless otherwise specified, the following surfaces shall be left uncoated: Exposed aluminum, except ductwork. Polished or finished stainless steel. Unfinished stainless steel, except flashings and counter flashings, shall be coated. Nickel or chromium. Galvanized surfaces, except piping, conduit, ductwork, and other items specifically noted. City of Yakima, Washington 09940 Protective Coatings PN 132965 -24- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Rubber and plastics, except as specified. Exterior concrete. Surfaces specified to be factory finished. 3 -8.02. Shop Finishing. Items to be shop finished include the following. Shop finishing shall be in accordance with the coating schedule and the manufacturer's recommendations. a. All slide gates. b. Other surfaces where blast cleaning cannot be or is not recommended to be performed in the field. c. Other items as otherwise specified. 3 -8.03. Field Coating. Items to be field coated include the following. Field coating shall be in accordance with the field priming schedule, the coating schedule, and the manufacturer's recommendations. a. Surfaces not indicated to be shop finished and surfaces where blast cleaning can be performed in the field. b. Other items as otherwise specified. 3 -9. PIPING IDENTIFICATION SCHEDULE. Exposed piping and piping in accessible chases shall be identified with lettering or tags designating the service • of each piping system, shall be marked with flow directional arrows, and shall be color coded as required. Piping scheduled to be color coded shall be completely coated with the indicated colors, except surfaces specified to remain uncoated shall include sufficiently long segments of the specified color to accommodate the lettering and arrows. All other piping shall be coated to match adjacent surfaces, unless otherwise directed by ENGINEER. 3 -9.01. Location. Lettering and flow direction arrows shall be provided on pipe near the equipment served, adjacent to valves, on both sides of wall and floor penetrations, at each branch or tee, and at least every 50 feet [15 m] in straight runs of pipe. If, in the opinion of ENGINEER, this requirement will result in an excessive number of labels or arrows, the number required shall be reduced as directed. 3 -9.02. Metal Tags. Where the outside diameter of pipe or pipe covering is 5/8 inch [15 mm] or smaller, aluminum or stainless steel tags shall be provided instead of lettering. Tags shall be stamped as specified and shall be fastened to City of Yakima, Washington 09940 Protective Coatings PN 132965 -25- Bid No. 2182 Ultraviolet Disinfection Project November 2007 • the pipe with suitable chains. Pipe identified with tags shall be color coded as specified. 3 -9.03. Lettering. Lettering shall be painted or stenciled on piping or shall be applied as snap -on markers. Snap -on markers shall be plastic sleeves, Brady "Bradysnap -On B -915" or Seton "Setmark ". Letter size shall be as follows: Outside Diameter of Pipe or Covering Minimum Height of Letters 5/8 inch [15 mm] and smaller Metal tags -1/4 inch [6 mm] 3/4 to 4 inches [20 to 100 mm] 3/4 inch [20 mm] 5 inches [125 mm] and larger 2 inches [50 mm] 3 -9.04. Color Coding and Lettering. As required, all piping for the following services shall be color coded. Bands shall be 6 inches [150 mm] wide spaced along the pipe at 5 foot [1,500 mm] intervals. For services not listed, the color coding and lettering shall be as directed by the ENGINEER. Piping Identification Service Color of Pipe Color of Letters Activated Silica (solution) Light brown with blue bands White Alum (solution) Yellow with green bands Black Ammonia Yellow with brown bands Black Ash Dark gray with green bands White Carbon Black White Carbon Dioxide (liquid or Yellow with gray bands Black gas) Carbon Dioxide (solution) Yellow with black bands Black Chilled Water (return) Dark brown with red bands White Chlorine (gas, liquid, or vent) Yellow Black Chlorine (solution) Yellow with red bands Black Combustion Air Dark green White Compressed Air Light green Black Condensate Light gray with brown bands Black Distilled Water Light Blue with white bands Red Drain Dark gray White Electrolyte Aluminum with red bands Black Ferric Chloride Orange Black City of Yakima, Washington 09940 Protective Coatings PN 132965 -26- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Piping Identification Service Color of Pipe Color of Letters Filtrate Dark gray with red bands White Fuel Oil Black White Gasoline Black with red bands White Grease Black with yellow bands White Heated Sludge Light brown with yellow bands White Heating Water (return) Light gray with black bands Black Heating Water (supply) Light gray with white bands Black Hydrofluosilicic Acid Yellow with blue bands Black Instrument Air Light green with dark green Black bands Laboratory Vacuum Dark green with light green Red bands Lime Sludge Light brown with white bands White Lime Slurry Light brown with green bands White Liquid Alum Yellow with orange bands Black Low Pressure Air Light green Black (aeration supply) Nonpotable or Raw Water Light blue with white bands Black Odor Control Dark green with Tight brown White bands Oil - Hydraulic Black with white bands White Other Hydrocarbons Black White (identify) Ozone Orange with green bands Black Polymer Light brown with red bands White Polyphosphate Light brown with gray bands White Potable Water (hot or cold) Light blue Black Potassium Permanganate Orange with white bands Black Refrigerant Yellow with white bands Black Sample Light gray with green bands Black Scum Dark brown White Service Water Dark blue with red bands White (lines downstream from an air gap repump system) Settled Sewage Light gray with brown bands Black City of Yakima, Washington 09940 Protective Coatings PN 132965 -27- Bid No. 2182 Ultraviolet Disinfection Project November 2007 • Piping Identification Service Color of Pipe Color of Letters Settled Sewage Dark blue with orange bands White Service Water Sewage Light gray Black Sludge Light brown White Soda Ash (solution) Light brown Black Sodium Chlorite Orange ' re d h Black Sodium Silica (solution) Light brown with orange bands White Steam Light gray with orange bands Black Steam Vent Light gray with red bands Black Sulfur Dioxide Orange with brown bands Black Sulfur Dioxide (solution) Orange with blue bands Black Vacuum Pump Discharge Aluminum Black Electrical conduit shall be coated to match adjacent ceiling or wall surfaces as directed by ENGINEER. Vent lines shall be coated to match surfaces they adjoin. In addition, special coating of the following items will be required: Item Color Valve handwheels and levers Red Hoist hooks and blocks Yellow and black stripes Numerals at least 2 inches [50 mm] high shall be painted on or adjacent to all accessible valves, pumps, flowmeters, and other items of equipment which are identified on the drawings or in the specifications by number. End of Section City of Yakima, Washington 09940 Protective Coatings PN 132965 -28- Bid No. 2182 Ultraviolet Disinfection Project November 2007 SURFACE DESCRIPTION SYSTEM NO. - SURFACE PREPARATION DESCRIPTION Solvent SSPC -SP1 F Ferrous Metal Nonimmersion SSPC -SP6 1- Ferrous Metal Immersion i SSPC -SP10 E SSPC -SP -5 i__ Other COATING mil [gym] MANUFACTURER AND PRODUCT First Coat (Primer) Second Coat Third Coat Total Not less than minimum thickness specified. System Notes: (Attached if needed.) Project: Coatings Manufacturer: Initials Painting Applicator: Initials BLACK & VEATCH COATING SYSTEM Fig 1 -09940 DATA SHEET City of Yakima, Washington 09940 -Fig 1 Coating System Data Sheet PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 SURFACE DESCRIPTION SYSTEM NO. - -F SURFACE PREPARATION DESCRIPTION Solvent SSPC -SP1 I Other: COATING mil (gym] MANUFACTURER AND PRODUCT Shop (Identify Product/Type) (Primer) Touchup Intermediate Coat Finish Coat Total Not Tess than minimum thickness specified. System Notes: (Attached if needed.) Project: Coatings Manufacturer: Initials Painting Applicator: Initials BLACK & VEATCH COATING SYSTEM Fig 2 -09940 DATA SHEET City of Yakima, Washington 09940 -Fig 2 Coating System Data Sheet PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 11905 UV DISINFECTION EQUIPMENT DATA SHEET Para. Description Data Units General Location of equipment. UV Disinfection Chamber Tag number. UV -DSUV -401, UV -DSUV -402, UV -DSUV- 403 1.202 General Equipment Stipulations required. 4 "." Yes r" No UV modules power supply in 480 volts, 60 Hz, 3 phase Other When "Other" is selected, indicate the alternative. 480 volts, 60 Hz, 3 phase ; 120 Volts, 60 Hz, 1 phase 1- Approximate site elevation above sea level. 1000 2.03 1- Operation and Maintenance manuals required. Yes 3.02 r No 2.102 Operating Conditions Initial Peak hour flow 28.0 mgd Average plant daily flow 11.28 mgd Wastewater flow per reactor Minimum flow 4.0 mgd Ave daily flow 4.0 mgd Peak hour flow 9.3 mgd UV Transmittance (at 253.7 nm through 1 cm cell, for 60 _ design sizing) Min. UV bioasseyed dosage, at design conditions, 30,000 aWs /cm after 8,750 hours of operation. Maximum daily basin effluent BOD <30 Mg /L Maximum daily basin effluent TSS <30 Mg /L Influent fecals /100 mL 200,000 #/100 mL 30 -day geometric mean, Effluent fecals 200 #/100 mL Weekly geometric mean value, Effluent fecals 400 #/100 mL Mean Particle Size diameter <30 Micron Max daily ammonia nitrogen NA Mg /L Waste water temperature range 15 - 28 °C City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Bioassay tests required. Yes At 50% UVT No Maximum water elevation at entrance to upstream UV 999.21 at Peak Hour Flow of 14.0 MGD ft. modules Maximum water elevation downstream of UV modules 998.57 at Peak Hour Flow of 14.0 MGD ft. 2.2 UV equipment Min. Number of Channels /reactors 3 Min. Number of sections /banks per channel 2 Minimum Number of UV lamps per section /bank. 132 Minimum total number of lamps Current 792 Reactor width. As needed by UV Manufacturer in. Reactor length. As needed by UV Manufacturer ft. Side Water Depth (Min. /Max.) in. Max. allowable headloss at peak hydraulic flow 8.0 in. through UV system. (System includes reactor and manufacturer provided level controls) Max power consumption, Current 180 Amps Minimum Lamp output for design sizing at end of lamp 80 life Spare Parts UV germicidal lamps 36 Lamp ballasts, electronic 18 AFP tubes 3 Set of gland nuts, washers, O- rings, and seals As required by Manufacturer UV intensity monitor sensor with circuit board 1 MLM Lamp Monitors 3 Complete Lamp Rack Assembly including all 3 electrical components except lamps Field Services 3 -1 Installation check required. '; Yes No When "Yes" is selected, indicate the number of days. As required for compliance with specification Days When "Yes" is selected, indicate the number of round As required for compliance with specification Trips trips. 3 -1 Installation supervision required. Yes No When "Yes" is selected, indicate the number of days. As required for compliance with specification Days When "Yes" is selected, indicate the number of round As required for compliance with specification Trip trips. City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 11905 ULTRAVIOLET DISINFECTION SYSTEM PART 1 - GENERAL 1 -1. SCOPE. This section covers a non - contact low pressure, high output ultraviolet (UV) disinfection system to be furnished and installed in new cast -in- place concrete channels. The UV system shall be a non - contact, gravity flow facility utilizing horizontal, low pressure, high intensity, non - amalgam lamps. The system shall include the following principal components: Three flow through UV Tamp reactors. UV intensity detection system. Horizontally mounted lamps. Horizontally mounted flow through AFP tubes. Lamp assemblies with connecting wiring. Power distribution centers. PLC system. System instrumentation and controls. Flow metering and indication. Temperature control system. Accessories. Spare parts. Special tools, whether specifically mentioned in this specification or not, is required for a complete system. Manual Cleaning System as required by manufacturer. The UV system shall be capable of disinfecting secondary wastewater effluent to meet the water quality standards specified in this section. The MANUFACTURER and CONTRACTOR shall supply all accessories and appurtenances required for satisfactory operation of the integrated UV disinfection system. City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 1 -1.01. Acceptable Manufacturers. The UV disinfection system shall be as manufactured by ENAQUA, Inc. No other vendors will be acceptable. Any changes to the dimensions and details indicated on the Drawings or specified herein shall be the responsibility of CONTRACTOR. All costs for these changes shall be the responsibility of CONTRACTOR. CONTRACTOR shall reimburse OWNER for all charges by ENGINEER for review, coordination, and design of all chances. 1 -1.02 Terminology. When the phrase "as required" is stated in this section, it shall mean "as required in the attached Data Sheet ". 1 -2. GENERAL. Equipment furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer unless exceptions are noted by ENGINEER. The complete ultraviolet disinfection system shall be factory assembled and tested by operating all lamps, monitoring equipment, and controls prior to shipment. Th manu s h a ll p w ritte n certification following factory 4V written VVI IIIV �IV11 IVIIV VV111 testing. OWNER reserves the right to attend such testing. CONTRACTOR shall notify OWNER two weeks in advance of any scheduled factory tests. 1 -2.01. General Equipment Stipulations. The General Equipment Stipulations shall apply to all equipment furnished under this section. 1 -2.02. Power Supply. Power supply to each UV power distribution equipment from the isolating transformers furnished with the system for each UV power distribution center will be 480 volts, 60 Hz, 3 phase, 4 wire (3 phase ± neutral) plus ground and control power supply to each UV power distribution center shall be 120 volts, 60 Hz, 1 phase plus ground. Power supply to each transformer shall be 480 volt, 3 phase, 3 wire (no neutral). Power supply to the System Control Center (SCC) and cooling fans will be 120 volts, 60 Hz, single phase. 1 -2.03. Anchor Bolts. Contractor shall supply All anchor bolts, nuts, and washers shall be stainless steel (minimum 3/4 inch) and shall comply with the anchorage in concrete and masonry section. Tie rod connections will not be acceptable. Anchor bolts shall be accurately located as required for the equipment furnished. 1 -2.04. Edge Grinding. Sharp corners of cut or sheared edges shall be dulled by at least one pass of a power grinder. City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 1 -2.05. Surface Preparation. All ferrous metal surfaces, except stainless steel, shall be shop cleaned by sandblasting or equivalent, conforming to the paint manufacturer's recommendation. All mill scale, rust, and contaminants shall be removed before shop primer is applied. 1 -2.06. Shop Painting. All ferrous metal surfaces, except stainless steel, shall be shop painted in accordance with the General Equipment Stipulations. 1 -2.07. Stainless Steel Cleaning. The UV manufacturer will certify that all stainless steel used in the fabrication of the UV equipment has been pickled, and passivated. All welds shall be cleaned, degreased, and passivated following fabrication. Vat dipping, paste, and other liquid pickling techniques will be acceptable. Pickling shall produce a modest etch and remove all embedded iron and heat tint. Welds and surfaces requiring pickling shall be subjected to a water test or ferroxyl test to detect the presence of residual embedded iron, and shall be repickled as required to remove all traces of iron contamination. Stainless steel surfaces shall be adequately protected during shipping, handling, and installation to prevent contact with iron or steel objects or surfaces. Blast cleaning of stainless steel will not be acceptable. 1 -2.08. Spare Parts. A set of spare parts shall be provided for the system as required as indicated in the Data Sheet. Spare parts shall be suitably packaged in accordance with the General Equipment Stipulations, with labels indicating the contents of each package. Spare parts shall be delivered to OWNER as directed. 1 -2.09 Equipment Identification. 1- 2.09.01. Temporary Nameplates. Each component denoted by a symbol and an identifying number in the Specifications or on the Drawings shall be provided with temporary plastic tags. Identification used shall be the same as the symbol indicated in the Specifications or on the Drawings and shall be removable but securely fastened to the equipment. Temporary nameplates shall be as specified in the identifying devices section. 1- 2.09.02. Permanent Nameplates. Each component denoted by a symbol and an identifying number in the Specifications or on the Drawings shall be provided with permanent plastic or metal nameplates. Identification used will be furnished by the OWNER and shall be located in a conspicuous place acceptable to the ENGINEER. Permanent nameplates shall be as specified in the identifying devices section. 1- 2.09.03. Manufacturer's Nameplate. Each major component of equipment shall have the manufacturer's name, address, and catalog number on a City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 nameplate securely affixed to the equipment. The nameplate of the distributing agent only will not be acceptable. 1 -3. SUBMITTALS. Contractor shall submit for review in accordance with the submittals section, engineering data, including headloss, power consumption, and disinfection ability. These will be verified during the performance testing of the equipment and prior to acceptance of the equipment by the Owner. Any exceptions or deviations to these specifications shall be listed and fully d in the submittal. 1 -3.01. Shop Drawings and Manufacturers Data. Shop drawings and manufacturer's data covering all equipment, fabrications, and materials which will become a permanent part of the Work under this Contract shall be submitted to ENGINEER for review in conformance with the requirements of Section 01300, Submittals. Shop drawings shall include, but not be limited to, the following: Fabrication, assembly, and installation drawings, schematics, and wiring diagrams, together with specifications and data covering materials used, parts, devices, and other accessories forming a part of the equipment furnished. Complete description in sufficient detail to permit an item -by -item comparison with the specifications. Dimensions and installation requirements. Descriptive information, including catalog cuts and manufacturers' specifications for major components. Electrical schematics and layouts. P &IDs of the system, including hydraulic and pneumatic and electrical schematics detailing the equipment supplied by the manufacturer and showing equipment provided by others that will interface with the System. Electrical schematic diagrams including electrical load information and identification of external wiring (panel) connections and for coordination with the CONTRACTOR. Bill of Materials: Provide a bill of materials for all tagged devices and components supplied with the UV System including component original part numbers identifying each furnished component. Manufacturer 's literature, illustrations, specifications, weights, and engineering data for project engineered equipment including dimensions, materials, sizes, and performance data. The equipment schedule shall include the pertinent information associated with the equipment including tag number, description, functional name location, component equipment model, part number, size, materials, accessories and range. City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Hydraulic calculations demonstrating compliance with the required hydraulic characteristics at peak, average, and minimum flows as indicated in the Data Sheet including head Toss calculations through the reactor with all restrictions, and controls factored in. Previous test results completed by a qualified independent third party showing effective hydraulic design of the UV system (equipment, reactor and level control) being bid, shall be submitted. Listing of three full -scale installation references in North America, who are users of similar systems, using the lamp technology being provided, which are designed, assembled, and furnished by the UV system supplier. These systems must have been in operation sufficient time (24 months) to determine replacement frequency for lamps, ballasts and flow tubes Contact names, phone numbers, addresses, and brief project descriptions shall be included. Operational records from three existing domestic wastewater disinfection installations showing effluent disinfection results, at designated flow rates, and lamp and ballast replacement history. Bioassay results conducted by a qualified laboratory or company showing system being supplied will achieve the dose requirements at the required 50% transmittance at the end of lamp requirements established in the specification. The UV manufacturer shall state the power per lamp (including ballast Toss and cooling system) and the system peak power consumption (including ballast loss and cooling system), for both new lamps and end of lamp life. Harmonic analysis report of both voltage and current at the point of connection shall be submitted. Lamp output certification. Complete UV lamp and ballast output report prepared by a qualified third party organization. Operating and troubleshooting procedures for system being supplied. Number of lamps and power consumption required to achieve disinfection requirements at peak flow requirements. Number of lamps or power consumption required to achieve disinfection requirements at average flow conditions. Calculations showing power draw (Ampres) from system (including cooling system) at average and peak flow conditions. Guaranteed operating life of lamps in hours. Guaranteed operating life of ballasts in years. Guaranteed useful life of AFP flow through tubes. City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Certification that the cost of replacement lamps are guaranteed for a minimum of five years from the date of acceptance after performance testing. During these five years, the price shall be adjusted annually by the Producer Price Index - Industrial Commodities (where the base is 1982 = 100) published by the United States Department of Labor, Bureau of Labor Statistics, applicable on the anniversary of the date of UV system acceptance. Values submitted for and power consumption will be verified during the performance testing of the equipment and prior to acceptance of the equipment by the OWNER. 1 -3.02. Installation, Operation and Maintenance Data and Manuals. Adequate operation and maintenance information shall be supplied. Operation and maintenance manuals shall be submitted based on the requirements of Section 01300 - Submittals. Equipment designations shall correspond to those indicated on the Drawings. Operation and maintenance manuals shall include the following: a. General information as required by the UV system supplier. b. Contact information. c. Operation information including equipment function, normal operating characteristics, and limiting conditions. Operating instructions for startup, routine and normal operation, regulation and control, shutdown, and emergency conditions. d. Assembly, installation, alignment, adjustment, and checking instructions. tio� assembly �� IsLI u,,L�VI IJ. Outline, cross-section, and asset l luty VI dVVll IyJ, engineering data; and wiring diagrams. Parts lists and predicted life of parts subject to wear. e. Recommended routine and preventive maintenance schedules. f. Lubrication and maintenance instructions, where applicable. g. Step -by -step procedure for cleaning lamps, sensors, and reactors, including the volume of cleaning chemical required to clean one reactor and expected cleaning frequency given the water quality constituents. h Guide to troubleshooting. i. Spare parts, where applicable. j. Accessories, where applicable. k Test data and performance curves, where applicable. City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -8- Bid No. 2182 Ultraviolet Disinfection Project November 2007 The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered. 1 -4. WARRANTY. The equipment furnished under this section shall be free from defects in materials and workmanship, including damages that may occur during shipping, for a period of one year from the date of acceptance after performance testing. Lamps shall be warranted to produce a minimum bioasseyed dose of 30,000 pWs /cm for 12,000 hours of operation based on 60% UVT in a 1 cm cell. If 20 percent of the lamps installed as part of this contract mechanically fail before 12,000 hours, the manufacturer shall replace all lamps within 30 days after written notification from OWNER, at no additional cost to OWNER. This replacement is subject to verification from the plant that the UV system was operated per the manufacturer's instructions. Installation of the replacement lamps is the responsibility of the OWNER. Ballasts shall be designed for the service conditions for which they are provided and shall be warranted for a minimum of four years regardless of the operating hours. If 20 percent of the ballasts fail during the four -year period, the manufacturer shall replace all ballasts within 30 days after written notification from OWNER, at no additional cost to OWNER. This replacement is subject to verification from the plant that the UV system was operated per the manufacturer's instructions. Installation of the replacement ballast is the responsibility of the OWNER. Flow through tubes and wetted materials inside the reactor shall be warranted for a minimum of 10 years. If 20 percent of the tubes fail during the 10 year period, the manufacturer shall replace all tubes within 30 days after written notification from OWNER, at no additional cost to OWNER. This replacement is subject to verification from the plant that the UV system was operated per the manufacturer's instructions, and after cleaning of the AFP tubes per the manufacturer's instructions. Installation of the replacement tubes is the responsibility of the OWNER. The warranty for lamps, ballasts, and flow through tubes shall include all parts and freight for replacement during the warranty period. 1 -5. SPARE PARTS. In addition to the spare parts as required, any special tools required to facilitate maintenance of any component of the UV system shall also be furnished. All spare parts shall be in waterproof packages, labeled with the description and part numbers. Each item or set of parts expected to be installed at one time shall be in an individual package as indicated in the Data Sheet. If any of the spare parts are used during the installation process, they shall be replaced by the manufacturer at no cost to OWNER. City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -9- Bid No. 2182 Ultraviolet Disinfection Project November 2007 PART 2 - PRODUCTS 2 -1. PERFORMANCE AND DESIGN REQUIREMENTS. 2 -1.01. Service Conditions. During normal flow periods, the UV system will be used to disinfect wastewater which has undergone screening, grit removal, primary clarification, trickling filter treatment, activated sludge treatment, and secondary cl The UV disinfection reactors will be arranged in parallel in new channels as indicated on the drawin The equipment shall be subject to the specified testing requirements described in this specification after installation and startup. A sufficient number of UV reactors will be provided such that when one reactor is out of service the remaining reactors will have a design flow capacity of 50 percent of the peak hour flow. 2 -1.02. Design Criteria. The UV equipment shall be designed for operating conditions as required in the data sheet. Headloss limitations as noted in the datasheet is defined as the headloss through the UV reactor and any manufacturer provided hydraulic level controls. The UV manufacturer shall furnish to the OWNER, a written report certifying that the equipment (1) has been properly installed, (2) is in accurate alignment, and (3) is free from any undue stress imposed by anchor bolts or any other attachment. This certification shall be provided a minimum of two weeks before performance testing. 2 -2. EQUIPMENT MATERIALS AND CONSTRUCTION. 2 -2.01. General. The design shall allow for cleaning and maintenance of the system without requiring any shutdown or bypass. No tools or special equipment shall be required for lamp rack module removal. All wetted parts shall be AISI Type 316, stainless steel, AISI Type 304 stainless steel, AFP or materials not susceptible to UV or chemical degradation, including oxidants. All non - wetted metal components shall be AISI Type 316 stainless steel, AISI Type 304 stainless steel or aluminum. All wiring exposed to UV light shall be Teflon coated. All material exposed to UV light shall be AISI Type 316 stainless steel, AISI Type 304 stainless steel, AFP or other suitable material approved by ENGINEER. The end of lamp life UV dose produced by the system shall not be less than 30,000 microwatt- secs /cm measured after 12,000 hours of lamp operation in an City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -10- Bid No. 2182 Ultraviolet Disinfection Project November 2007 effluent with 60 percent UV transmission at 253.7 nm. Lamp output must be at least 80 percent of initial level after 12,000 hours of operation and with no fouling on the flow through tubes. It has been called to the attention of the ENGINEER that US patent 6,129,893 — Method for Preventing Replacation in Cryptosporidium parvum, published on October 20, 2000, may be applicable to this project. 2 -2.02. System Description. The ultraviolet disinfection system will consist of the following sub - systems. Ultraviolet disinfection reactor. Electrical enclosure. 2- 2.02.01 Ultraviolet Disinfection Reactor. The ultraviolet disinfection reactor will consist of six main components: Inlet/outlet flow distribution assembly. Two AFP ultraviolet light units, 2 Stages Long. Reactor temperature control system. Reactor flow measurement system. • Germicidal UV Lamps. UV Lamp racks. 2- 2.02.02 Inlet/Outlet Flow Distribution Assembly. Each ultraviolet disinfection system will have inlet /outlet flow distributors and distribution sheets, so as to direct flow into the reactor, distribute water efficiently and evenly in the AFP tubes and, then direct flow out of the reactor. The inlet/outlet flow distributors and distribution sheets will be fabricated of 304SS. The inlet/outlet flow distributors / tube sheet will be of square, or rectangular design, suitable for being mounted to a concrete channel within a concrete basin. The tube sheet will be arranged to mount directly to the sides and bottom of the concrete channel and once sealed per the manufacturer's specifications will provide a water tight seal against the channel. The inlet/outlet sheets will be attached to the channel by appropriate means that seal the sheet to the reactor and do not allow bypass. The inlet flow shall enter at the upstream end of the inlet tube sheet and outlet flow shall exit at the downstream end of the outlet tube sheet. The inlet and outlet may be flooded, as such the inlet and outlet distribution assemblies shall extend to the top of the concrete channel and shall be designed to direct such flows through the reactor. The distribution assembly shall seal the exterior of the reactor from accidental overflow as may occur from high water levels within the freeboard of the channel. Inlet conditions will be appropriate for UV system being supplied. City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -11- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2- 2.02.03 AFP Tube Ultraviolet Reactor. Within the ultraviolet reactor, AFP tubes shall be arranged in a horizontal array. The AFP tubes shall be in a parallel mode and shall be attached at one end to the inlet flow distribution assembly and to the outlet flow distribution assembly with appropriate leak proof fittings. The AFP tubes shall be adequately supported with multiple supports within the UV rector to eliminate sagging of the tubes. In between and around the AFP ti bes, lamp rack as shall be placed i such a fashion so as -to provide uniform and adequate ultraviolet light intensity. The lamp racks shall slide in and out, between and around a row of an AFP array. Within the AFP UV reactor, all material exposed to UV light shall be Type 304L or Type 316L stainless steel, aluminum alloy, Teflon, or other suitably UV resistant material. The flow path of the water through the AFP tubes shall be plug flow. The flow of water through the tubes shall be turbulent, having a Reynold's number greater than 85,000, at the average daily design flow. Calculation and testing results collected during the performance test will need to be submitted to demonstrate the effective Reynolds number at average flow. The tube side flow pattern shall not allow the fluid to come in contact with any metal within the ultraviolet light reactor. The ultraviolet light reactor shall be covered from five sides with 304SS stainless panels. The sixth side shall have access door providing full access to the lamp racks. The doors shall be of sufficient size to allow removal and installation of all interior components. The UV dosage shall be calculated at the center point farthest away from the UV lamps, and at the midpoint of water flow between lamps. Measurements and calculations showing dose shall be submitted for review. Dose averaging shall not be allowed. All flow shall be within the AFP tubes. No water shall encircle the UV lamps, no water contact with quartz sleeves shall be allowed. 2- 2.02.04 Reactor Temperature Control System. The air temperature inside the AFP UV reactor shall be maintained between 40 - 55 °C or 107 -131 °F by means of air to water heat exchangers. The control of the lamp temperature is intended to ensure optimum UV light emissions from the UV lamp. The air to water heat exchanger shall be configured such that no outside air or dust can get into the UV reactor and settle on the AFP tubes and UV lamps. Indirect closed loop air cooling (heat removal) systems will be installed either on the top or side of the UV reactor, preferably on each subsection of the reactor. City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -12- Bid No. 2182 Ultraviolet Disinfection Project November 2007 The indirect closed loop cooling system will be automatically activated when the inside air temperature of the UV reactor reaches 120 °F. Temperature set point shall be field adjustable. A flanged connection for plant reuse water and one submersible pump per reactor (total of three), shall be provided with all necessary re- circulation lines for installation at the outfall of the UV disinfection system. MANUFACTURER shall provide all valves, flow switches, pumps, required controls for automatic start, and continued operation of the temperature control system. The warranty shall extend to these components. The plant reuse water shall be the duty water source. Pumps shall operate as stand -by. 2- 2.02.05 Germicidal UV Lamps. Low pressure high output ultraviolet lamps shall be installed on removable racks within the UV reactor. The ultraviolet disinfection lamps will have the following characteristics: A low pressure, high output mercury vapor lamp of the hot cathode type. Low pressure mercury lamps of the hot cathode instant or rapid start design in which the coiled filament cathodes are heated by the arc current or rapid start circuit. The filament of the lamps shall be the clamped design, significantly rugged to withstand shock and vibration. The electrical connections of the UV lamps at one end shall be through a non- proprietary ceramic connection with molded 4 pin circline connector. Each lamp shall produce at least 90 percent emissions at the germicidal frequency of 253.4 (254nm) nanometers. The power consumption shall be a maximum of 155 input watts per lamp including ballast losses. Certification of lamp output shall be as described within this specification The rated UV C output at 253.7 nanometers shall be a minimum of 45 UV Watts at 12,000 hours of operation. Certification of output shall be as described in this specification. The rated UV efficiency shall be a minimum of 30 percent of actual lamp input wattage (exclusive of ballast losses) as certified by an independent laboratory. Certified laboratory output information shall be submitted. Each lamp shall be single ended with one side having a ceramic aluminum end. Each lamp shall have a nominal arc length of 1554 millimeters. Each Tamp shall have a minimum length of 1422 mm. Each lamp shall produce no measurable amount of ozone. Each lamp shall have an envelope made of quartz (hard glass). Envelope shall be capable of transmitting at 90 percent of UV light at 254 nm. UV lamp pins shall be di- electrically tested for 2500 volts when installed in the lamp holder. City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -13- Bid No. 2182 Ultraviolet Disinfection Project November 2007 The UV lamp shall have a rated life of 12,000 hours. At the end of lamp life (EOL), the lamp shall be capable of producing 80 percent of its rated 100 hour output. 2- 2.02.06 UV Lamp Racks. UV Tamp racks shall be placed between rows of the AFP tubes. The Tamp racks shall typically slide in and out within a track that shall be attached to the main frame of the UV reactor. The lamp rack assemblies shall be made from UV resistant material as described in this specification. Electrical mounting sockets shall be attached to one end of the Tamp rack. The other end of the rack shall have slotted holes to slide lamps in and out during installation and removal of lamps. UV lamps shall be separated by an aluminum tube spacer designed to laterally stiffen the lamp racks, and provide a reflective surface directing UV energy to the AFP tubes and prevent negating of UV energy from opposite lamps as may be required by the MANUFACTURER. Molded power disconnects shall be provided at each Tamp rack. The disconnects shall allow quick disconnect of the Tamp rack assembly to the main power. The UV lamp racks shall be designed such that OWNER's personnel can change the lamps. Systems whereby the lamp assemblies have to be returned to the factory for lamp replacement are not acceptable. 2- 2.02.07. Fasteners. All bolts, nuts, washers, and other fasteners shall be Type 316 stainless steel. Bolts and nuts shall be Type 316 stainless steel conforming to ASTM A193, Grade B8M for bolts and ASTM A194, Grade 8M for nuts. Anti - seize compound shall be applied to all threads prior to connection. 2- 2.02.08. Reactor Flow Measurement System. Flo.vv through each reactor shall be measured by a dedicated magnetic flowmeter. The meter shall be installed on the outlet side of the reactor. Meter shall be flange mounted on an extended 304SS pipe attached to the outlet flow distribution assembly. Pipe shall be directly inline with a single AFP tube. The pipe shall be vertically located outside of the reactor and within the middle area of the tube array such that the flowmeter will always measure flow with a full pipe under any flow conditions. The pipe shall extend beyond the outlet assembly a minimum of 5 pipe diameters before attachment to the flowmeter. An outlet pipe shall be attached to the downstream side of the meter a minimum of 3 pipe diameters. Flange diameter and bolt pattern shall comply with ANSI /ASME B16.5, class 150. The entire pipe and meter assembly shall be supported with 304SS pipe supports mounted to the channel. Flow in each reactor shall be estimated by multiplying the flow measured by the dedicated flow meter by the total number of tubes conveying flow in the reactor. City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -14- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -3. ACCESSORIES. The following accessory items shall be provided for the equipment specified herein. 2 -3.01. Lifting Eyes or Lugs. All equipment weighing more than 100 pounds and all Tamp rack assemblies shall be provided with lifting eyes or lugs or shall be denoted with lifting point. Where special lifting sling or spreader bar is required, it shall be furnished by the MANUFACTURER. 2 -3.02. Safety Equipment. Safety equipment consisting of 6 personnel goggles and two personal face shields for protection against UV energy between 200 to 400 nm wavelength along with four UV area warning signs shall be provided by the manufacturer. 2 -3.03. Level Control. Level control will be the standard provided by the UV system supplier. UV manufacturer will be responsible for integration of complete UV system. 2 -3.04. Flow Indication. The control system shall be designed and configured by the system supplier to accept the flow signal from the flow indicating transmitter. The flow indicating transmitter shall be provided by the OWNER. 2 -3.05. Bench Photometer. A single beam UV photometer with front panel and 100 percent transmittance control adjustment shall be supplied by the CONTRACTOR to measure the UV transmittance of the effluent. The range shall be 0 -100 percent transmittance with a wavelength accuracy of +0.16 half bandwidth. Accessories shall include two matched quartz cuvettes, 100 percent T standard solution, and cuvette cleaning solution. 2 -4. ELECTRICAL. 2 -4.01. Power Distribution. The external power supply brought to the UV power transformers shall be 480 volt, 60 amps, 3 phase, 3 wire plus ground. The UV power transformers shall be sized and supplied by the UV system supplier. The transformers shall be rated 50 kVA minimum with a delta -wye configuration and shall have a NEMA 3R enclosure. UV power transformers shall meet the requirements for transformers as described in Section 16050 of the specifications. Distribution centers shall be 480 volts, 60 Hz, 3 phase, 4 wire (3 phase + neutral) plus ground and 120 volts, 60 Hz, 1 phase plus ground for the control circuit. CONTRACTOR shall provide 480 volt -120 volt step down transformers for each 120 volt, 50 amp control power circuit to each distribution center. CONTRACTOR shall provide and install electrical disconnects as required by the National Electric Code, which are not included as part of the UV system. Maximum power consumption by each power distribution center shall be 60 amps for 480 volt circuits and 50 amps for 120 volt control circuits. If additional voltages are required within the power distribution center, a control power transformer shall be provided by the CONTRACTOR and sized for the City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -15- Bid No. 2182 Ultraviolet Disinfection Project November 2007 maximum simultaneous load. Power distribution system shall be capable of continued operation when supply voltage fluctuates within magnitudes of +10 or - 10 percent. The distribution center enclosure shall be NEMA 4X Type 316 stainless steel. 2 -4.02 Electrical Enclosure. Each ultraviolet disinfection system shall have a remote electrical enclosure. The electrical enclosure shall house as appropriate: Electronic Relays UV Intensity Monitor PLC and Associated circuit boards and circuit breakers, switches, & electricals The electrical enclosure shall be a modular enclosure and shall be NEMA 12 rated. The electrical enclosure will be housed in a separate environmentally controlled enclosure housing other system and electrical equipment. 2 -4.03 Electronic Ballasts. The ballasts used to energize the UV lamps shall be high frequency electronic ballasts, the electronic ballasts shall be rated at 90 — 277 V + 10 percent without discernable change of characteristics. The electronics ballast shall have the following features: Power factor greater than or equal to 0.95. Electrical conversion efficiency greater than or equal to 90 percent. Ballasts shall have ground wires and CFI's. Ballasts shall have high frequency phase returns from the UV lamps. The operating circa iit voltage and output rt urrent shall be 600 V +1n percent and 800 mA +5 percent. The ballasts operating frequency shall be between 20 and 150 K Hz. The ballast shall have a thermal overload protector when ballast reaches 100 °C. Manufacturer shall submit calculations and information demonstrating compliance with the above listed features. 2 -4.04. Wiring and Connections. All wiring and electrical connections shall be protected against moisture to prevent electrical shorts or failure. All electrical components, installation, wiring, and controls on or within the UV disinfection system as a whole shall be designed, constructed, and installed by the system supplier and in accordance with the current edition of the National Electrical Code and all applicable state and local electrical codes. City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -16- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Signal /communication wiring interfacing the UV power distribution centers, and UV System Control Center shall be as indicated on the drawings. System supplier shall supply communication cable for use between components. Conduit shall be supplied by the CONTRACTOR. The UV system modules shall be completely wired, requiring only an external connection from external power supplies and control wiring. External wiring to and from the plant control system, except as noted, and power disconnect and alarm circuits shall be furnished and installed under the electrical section. Wiring between the power distribution center and the ballasts enclosure, and from the ballasts to the lamps, shall be provided under this section. CONTRACTORS shall take note that ballasts are built into each UV module and power is distributed via the control panel to the ballasts in each UV module. 2 -5. CONTROL AND INSTRUMENTATION. 2 -5.01. System Control Center. The UV system shall be provided with a single microprocessor -based control center controller furnished by the UV system manufacturer. The controller shall be capable of controlling UV banks based on 4 -20 mA signal from the plant influent flowmeter. The control center shall provide complete operator interface through a 15 -inch menu driven operator interface with automatic fault message windows appearing upon alarm conditions. The microprocessors shall be fully programmed to reflect the specifics of the UV disinfection system. Software shall provide a user - friendly interface to system status display information. The controller shall have the following features at a minimum: Each bank shall be capable of being placed in either the Hand, Off, • or Auto mode. The module banks shall be cycled for equal wear and timed off to minimize bank cycling. Elapsed time of each bank and Tamp shall be recorded and displayed on the display screen when prompted. On /Off status and Error Status. An advanced signal for lamp service or replacement. UV intensity and calculated dosage monitoring. UV reactor temperature. The System Control Center shall be furnished with a UPS power supply. The UPS shall be sized to power all controller equipment and instrumentation. The UPS shall meet the requirements of Section 13580. There shall be a total of City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -17- Bid No. 2182 Ultraviolet Disinfection Project November 2007 three (3) power distribution and electronic control panels controlled by a single System Control Center and HMI. 2 -5.02. Minor Alarms. Minor alarms shall be provided to indicate that maintenance attention is required and shall include the following: a. Low UV intensity warning shall be preset at the factory for 70 percent of the intensity after 100 hours. Alarm set point shall be field adjustable. 2 -5.03. Major Alarms. Major alarms shall be provided to indicate an extreme alarm condition in which the UV disinfection performance may be jeopardized. Major alarms shall include the following: a. Low UV intensity alarm shall be preset at the factory for 25 percent of the intensity after 100 hours burn -in of the lamps. The alarm set point shall be field adjustable. b. Individual lamp failure indicated by the address system specified below. c. Critical Instrument Failure. Failure of an instrument or rommunirations link resi !ting in a rnntroi si b lost. This condition shall instigate a default routine in the PLC control to put all available UV lamps on to ensure that disinfection will be achieved if physically possible. Personnel and plant safety must be maintained at all times. d. High Temperature alarms for each individual module. e. Flow meter signal failure. f. UV system power failure. Failure of main power supply to the UV system. g F to meet UV Dose. Fail to meet the dose el g. Failure c w met V UV IJVSe. Failure e W I I IeGI the I l tll 111 l llll 1 1 UVSe level either due to effluent conditions or possible plant limitations. h. Multiple lamp failure indicated by the address system specified below. Failure of an instrument or communication link resulting in a control signal being lost. This condition shall instigate a default routine in the PLC control to put all available UV lamps on to ensure the disinfection will be achieved if physically possible. i. Low warning UV dose shall occur when the design dose is not being delivered. Set point shall be field adjustable. Major and minor alarms shall identify the affected lamps by an address system. The address shall specify the module and lamp (e.g., Bank #1, Module #2, Lamp #2) or pair of lamps. The 20 most recent alarms shall be recorded in an alarm history register and displayed when prompted. All alarms shall energize one common alarm for each bank for transmittal to the plant control system. The common alarm shall be double pole, double throw relay rated at 120 volts ac, 5 amperes. City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -18- Bid No. 2182 Ultraviolet Disinfection Project November 2007 The panel shall be rated NEMA Type 12. 2 -5.04. Control Logic. The system shall be capable of being placed in either Hand, Off, or Auto mode. Auto mode and operating status shall be transmitted to the plant control system. Auto and operating status shall be a double pole, double throw, 5 ampere relay. When the system is in the Auto mode, the controller shall operate the system based on 4 -20 mA signal from the filter effluent flowmeter located upstream of the UV channel. The UV System Control Center shall furnish dry contacts for alarm and status annunciation in the Plant Control System. The contacts shall be rated 5 Amps at 120 VAC. Alarm and status contacts shall be furnished for the following conditions: UV Common Major Alarm UV Common Minor Alarm Channel /reactor 1 Low UV Dose Alarm Channel /reactor 2 Low UV Dose Alarm Reactor 1A Multi — Lamp / Ballast Failure Reactor 1B Multi — Lamp / Ballast Failure Reactor 2A Multi — Lamp / Ballast Failure Reactor 2B Multi — Lamp / Ballast Failure 2 -5.06 UV Intensity Monitor. Each UV bank shall be equipped with ultraviolet intensity sensors (four total) to monitor system to determine the potential fouling of the AFP tubes and /or change in inlet water conditions. The intensity sensors shall be placed externally to the UV reactor, in a AFP tube of the same size in the reactor or attached to a quartz sleeve of a module. The UV monitor shall have at least 90 percent sensitivity to only the germicidal portion of the spectrum (253.7 nm). The sensor shall not degrade after prolonged exposure to UV light. Sensor readings shall be displayed on the system activity monitor board and shall be accurately calibrated to provide a current that is proportional to the UV intensity and a digital readout either from 0 to 100 percent of maximum intensity or in mW /cm In the event that the UV intensity from any of the modules drops below a set point, a common alarm contact shall open in the control unit for remote alarm to the SCADA system. The alarm contact shall be rated 5 amperes at 120 volts and shall be electrically isolated. The set point for activation of the alarm shall be adjustable over the entire range of 0 to 100 percent of maximum intensity. An intensity monitor in a UV unit which has been turned off for low flow operation shall also be turned off so as to prevent the enunciator alarm from activating on the main control panel. An adjustable time delay (variable from 0 to 20 minutes) City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -19- Bid No. 2182 Ultraviolet Disinfection Project November 2007 shall be provided to bypass the alarm on startup and warmup of the lamps if required to prevent nuisance alarms. 2 -5.07 Magnetic Flowmeter. The magnetic flowmeter shall be a completely obstructionless, in -line flowmeter with no constrictions in the flow of fluid through the meter. The meter shall consist of a metallic tube with flanged ends and with grounding rings. Flange diameter and bolt drilling pattern shall comply with ANSI /ASME B16.5, Class 150. Flangeless wafer insert style meters may be used for pipe sizes up to 6 inches [150 mm], where compatible with adjacent piping flanges. Meters shall be suitable for the maximum range of working pressures of the adjacent piping. Self - cleaning bullet -nosed electrodes shall be provided for all meters used for sludge metering. Electrode and liner materials shall be fully compatible with the process fluid and shall comply with the requirements specified in the instrument device schedules. Each meter shall be factory calibrated, at a facility, which is traceable to NIST or other standard acceptable to ENGINEER, and a copy of the calibration, report shall be submitted as part of the operation and maintenance manual submittal. The meter shall be capable of standing empty for extended periods of time without damage to any components. The meter housing shall withstand continuous submergence in 10 feet of water for the operating life of the meter. The meter shall be suitable for use in a Class I, Division 2, hazardous area. Meters shall be as manufactured by Foxboro, Krohne, ABB, or Rosemount. 2 -5.08 Magnetic Flowmeter Signal Converters. Separately mounted, micropr -based signal converters shall be provided for the magnetic flowmeters. The signal converters shall include output damping, self- testing, built -in calibration capability, and an "empty pipe zero" contact input. The overall accuracy of the magnetic flowmeter transmitter and signal converter shall be ±0.5 percent of actual flow rate for full -scale settings of 3 to 30 fps [0.91 to 9.14 m /s]. The meter manufacturer shall furnish the signal cable between the converter and the magnetic flowmeter. The signal converter shall be housed in a corrosion - resistant, weatherproof NEMA Type 4X housing and shall be suitable for operation over an ambient temperature range of -30 to +140 °F [ -34 to +60 °C], and relative humidity of 10 to 100 percent. The converter shall have an analog output of 4 -20 mA dc. The converter shall also have a pulse output designed to operate a remote seven -digit totalizer and scaled so that the totalizer will operate for 60 days at 100 percent flow without repeating. Scaling factors shall be field adjustable and shall be selected to provide a totalizer multiplier of a power of 10. Transmitters shall be of an indicating type and shall contain a local indicator with a minimum four digit LCD type display, scaled to read in engineering units of flow. City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -20- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Magnetic flowmeter systems shall provide zero flow stability by means of automatic zero adjustment of a DC excited metering circuit. Converters shall be capable of bi- directional flow measurement. Signal converters shall be of the same brand as the magnetic flowmeters. The signal converter shall have a manually reset six - digit, totalizer on the face of the enclosure. The signal converter shall be of the "smart" type that can be diagnosed and recalibrated with the use of a hand -held communicator /calibrator device. One device shall be furnished for all converters provided by a single manufacturer. The signal converter shall be capable of being mounted 30 feet from the flowmeter. Connections to the flowmeter shall withstand continuous submergence in 10 feet of water for the operating life of the assembly. 2 -6. SHOP TESTS. Prior to shipment, the UV units shall be operated to check for leaks, faulty equipment and controls, and proper wiring. The UV intensity monitor shall be calibrated to the manufacturer's specifications. Defective equipment and controls disclosed by such tests shall be replaced and the equipment package placed in satisfactory operating condition before shipping. The OWNER at his option may attend the factory test. UV manufacturer will need to coordinate the timing of the factory test, in case the OWNER desires to attend. PART 3 - EXECUTION 3 -1. INSTALLATION AND OPERATION. Equipment shall only be installed and operated by, or with the guidance of, qualified personnel having the knowledge and experience necessary to obtain proper results. When so specified, or when employees of CONTRACTOR or its subcontractors are not qualified, such personnel shall be field representatives of the manufacturer of the equipment or materials being installed. Qualified field representatives shall be provided by equipment manufacturer as required to perform all manufacturer's field services required by these specifications. Manufacturers' field representatives shall observe, instruct, guide, and direct CONTRACTOR's erection and installation procedures, or perform an installation check, as required. Manufacturer's field representative shall revisit the site as often as necessary to attain installation satisfactory to ENGINEER. All equipment installed under this Contract shall be placed into successful operation according to the written instructions of the manufacturer or the instructions of the manufacturer's field representative. All required adjustments, tests, operation checks, and other startup activities shall be provided. City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -21- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3 -2. MANUFACTURER'S INSTALLATION AND STARTUP SERVICES. The UV equipment manufacturer shall furnish the services of a competent, qualified field representative and any necessary assistants to perform manufacturer's field services, including the duties set forth herein, on the installation, equipment certification, startup, adjustment, and instruction of OWNER's personnel in the operation and maintenance of all materials and equipment furnished. 3 -2.01. Manufacti irer's Field Representative The fi r epresent a ti ve s h a ll report to the site at the times designated by OWNER and CONTRACTOR, provided that at least 15 days notice is given to the equipment manufacturer. The UV equipment manufacturer shall provide sufficient site visit time for equipment installation, modification, equipment certification, startup, and instruction. These requirements are in addition to the manufacturer's responsibilities during performance testing as specified herein. Additional services and travel expenses necessary to correct defective installation, materials, or equipment shall be paid by CONTRACTOR. Duties of the field representative during installation shall include the following: Instructing and guiding CONTRACTOR concerning proper methods and procedures on all technical phases of UV equipment installation. Inspecting and indicating approval or disapproval of the installation as it progresses Reporting his observations in writing to CONTRACTOR, with copies to OWNER through ENGINEER. Final assembly of and loading of UV lamps into all equipment supplied by manufacturer. Determining when equipment is ready for startup and operational checks. All startup adjustments and testing of equipment will be performed in the presence of ENGINEER and the manufacturer's field representative, unless otherwise agreed, and such operations will be in accordance with the manufacturer's instructions. No startup or testing will be undertaken without the manufacturer's approval. It shall be the duty of the manufacturer's field representative, during the process of installation, startup, testing, and such other times as may be required, to instruct OWNER's designated personnel in the proper operation and maintenance of the equipment. Such instruction shall terminate only when both • the field representative and OWNER are satisfied that the personnel are properly instructed. City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -22- Bid No. 2182 Ultraviolet Disinfection Project November 2007 The UV equipment manufacturer shall furnish to OWNER, through ENGINE, =ER, a written report certifying that the equipment (1) has been properly installed, (2) is in accurate alignment, and (3) is free from any undue stress imposed by anchor bolts. This report shall be submitted and reviewed by ENGINEER before the performance testing is completed. Any modifications required by the UV manufacturer shall be the responsibility of CONTRACTOR. • 3-2.02. Installation. The UV units shall be leveled, aligned, and placed int9 position in the open channel shown on the drawings by the CONTRACTOR. Installation procedures shall be as recommended by the UV equipment manufacturer and as required herein. If needed, grouting shall be as specified in the grout section. 3 -3. PERFORMANCE TESTS. Testing of the UV disinfection equipment shall be performed as field tests. Prior to equipment acceptance and final completion of the entire Work, performance tests shall be conducted on each reactor to demonstrate that the equipment meets specified fecal coliform reduction requirements of 200 fecal coliforms /100 mL in the UV system effluent. The performance tests shall be conducted and paid for by CONTRACTOR'under the supervision of the UV equipment manufacturer's field representative. The manufacturer's representative shall have previous satisfactory experience in conducting tests of the type specified. For each series of tests and, if required, retests of the UV equipment, qualified personnel of the UV equipment manufacturer shall make the required calculations prior to taking samples, shall take samples, record the data, prepare and deliver the samples to the laboratory for analysis, and prepare a report on the results. Five copies of the test report shall be submitted to ENGINEER. The UV equipment manufacturer's field representative shall make at least one trip and spend at least three days at the site. All costs for subsequent trips by the field representative for modifying and retesting the UV equipment shall be at no expense to OWNER. A representative of ENGINEER or OWNER may observe the testing and collect a copy of the recorded data. The information collected will be used as a basis for determining acceptability of the manufacturer's test results. In case of conflict, interpretations and calculations made by ENGINEER will govern. The CONTRACTOR shall provide all support facilities and equipment required to properly conduct the tests, including assisting OWNER in maintaining the required flow rate. The data to be determined for each test shall include, but is not limited to, the following: The flow (mgd) through the UV disinfection reactor at the time of the test. The number of UV lamps and reactors in operation at the time of testing. City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -23- Bid No. 2182 Ultraviolet Disinfection Project November 2007 The Most Probable Number (MPN) fecal coliform count per 100 mL in the UV system influent for each test. The MPN fecal coliform count per 100 mL in the UV system effluent for each test. The totals upended solids concentratio of th fl th th UV system at the time of each test. The percent transmittance at a wavelength of 254 nm in the UV system effluent. Additional data as necessary to determine compliance with the specifications. Power data shall include power demand and actual power usage and will be collected continuously throughout the duration of each test. Power meter to be provided by CONTRACTOR. In order to properly determine the reduction of fecal coliform organisms, samples shall be taken concurrently from both the influent and effluent of the UV system at the test points specified herein. All testing shall be performed in a manner acceptable to ENGINEER. In addition, the following data shall be collected on the initial sample on the first day of testing for each UV module or combination of modules: PH Turbidity Hardness Calcium Iron • Water temperature During the performance tests, flow through the UV reactor being tested shall be monitored and maintained at the flow rate per lamp for each bank operated during the test, +/ -5 percent. The procedures for stabilizing the flow within the specified range shall be determined by CONTRACTOR and verified with ENGINEER two weeks prior to the start of performance testing. Representatives of the UV equipment manufacturer in charge of the performance tests shall coordinate with OWNER all adjustments and temporary arrangements necessary to achieve the specified test flow. Performance tests will be at a time selected by OWNER and agreed to by CONTRACTOR and UV equipment manufacturer. Date of the performance tests shall occur after the entire work is substantially complete and when, in the opinion of OWNER, plant operation is stable enough to allow a valid test. In City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -24- Bid No. 2182 Ultraviolet Disinfection Project Nnvem her 2007 addition, the performance tests shall be conducted prior to final completion and closeout of the project. Date of performance tests or test results will not affect the equipment warranty as provided in the General Conditions. At least two weeks prior to the proposed testing date, CONTRACTOR shall submit to ENGINEER a report from the equipment manufacturer detailing the proposed method of performance testing. Testing shall be conducted between 7:00 a.m. and 2:00 p.m. and shall begin on a Monday or Tuesday following a minimum 100 -hour burn -in period. If more than one day of testing is required, the testing shall be done on consecutive days. The initial observation of tests by ENGINEER's or OWNER's representative shall be at OWNER's expense. All costs of subsequent visits by ENGINEER (where applicable) to observe retests because of failure of the initial tests or inability to conduct the initial tests shall be paid for by CONTRACTOR. CONTRACTOR shall reimburse OWNER for the charges of ENGINEER for all work associated with any retests. 3 -3.01. Test Procedures. Samples shall be obtained from the influent immediately before the UV reactor and from the effluent immediately after the UV reactors for laboratory analysis to determine the fecal coliform count per 100 mL and the TSS concentration. Prior to the acquisition of each data point, the flow through the UV reactor shall be determined by a method satisfactory to ENGINEER. In the event of unsteady flow, the acquisition of samples shall be discontinued until stable flow is attained and measures are taken to attain the specified flow. Before testing a reactor, it shall have operated continuously for a minimum of 100 hours following its most recent cleaning. Tests of each UV reactor shall be conducted at the design peak hour flow rates and average daily flow per the Data Sheet, all reactors shall be tested separately. Each test shall take place over approximately a 2 hour period with samples collected every 30 minutes for a total of 5 samples per test. All test results shall be less than 200 fecal coliforms /100 mL. 3 -3.02. Samples Analysis. CONTRACTOR shall have the samples analyzed at an independent, state certified testing laboratory, acceptable to OWNER and ENGINEER. Sample collection, preservation, and analysis shall be in accordance with the procedures in 40 CFR part 136 or described in the latest edition of "Standard Methods for the Examination of Water and Wastewater ". In any event, the temperature of samples shall be held below 4 °C during a maximum transport time of six hours. Samples shall be refrigerated upon receipt in the laboratory and processed within two hours. City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -25- Bid No. 2182 Ultraviolet Disinfection Project November 2007 The procedure for determination of fecal coliform densities shall be either the • multiple -tube fermentation procedure (MPN) or the membrane filter procedure. A report shall be prepared and submitted to ENGINEER detailing the procedures used to perform the test and a summary of the results. A figure of the flow rate on the x axis and fecal coliforms on the Y axis shall be prepared and submitted with the report. 3 -3.03. Modifications. a. First Retest. If the UV modules fail to satisfy the specified fecal coliform reduction requirements, the units shall be modified as required to produce an installation which will satisfy the requirements. The equipment shall be completely retested after modification. Modifications shall be provided and all retesting shall be performed at no additional cost to OWNER. This includes payment of all engineering fees and expenses associated with ENGINEER's observation of the retests. All structural or electrical modifications necessary to accommodate the modified equipment shall be made at no additional cost to OWNER. In addition to the modifications, a penalty will be assessed and levied at the discretion of OWNER if the noncompliance is faulty equipment or negligence on the part of CONTRACTOR. This penalty will be based on the present worth of the difference between the power requirement (submitted by manufacturer) and that measured during the performance test. The amount of the penalty for power will be assessed at a rate of $0.06 per kilowatt -hour or portion thereof over a 20 -year time period. b. Second Retest. If the UV modules fail in the first retest to satisfy the specified requirements, the units shall again be modified and retested a second time. Modifications shall be provided and ail retesting shaii be performed at no additional cost to OWNER. This includes payment of all engineering fees and expenses associated with ENGINEER's observation of the retests. All structural or electrical modifications necessary to accommodate the modified equipment shall be made at no additional cost to OWNER. ENGINEER may, at his option, allow CONTRACTOR and UV equipment manufacturer to make additional modifications and retests until performance is acceptable, all of which will be at no additional cost to OWNER. 3 -4. EQUIPMENT ACCEPTANCE. Within 14 days after receipt of the initial test results and any retests, ENGINEER shall review the report submitted by the UV equipment manufacturer and make a recommendation to OWNER regarding the City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -26- Bid No. 2182 Ultraviolet Disinfection Project November 2007 acceptability of the equipment with respect to the performance tests. Upon acceptance of the UV equipment manufacturer's report by ENGINEER, ENGINEER shall notify OWNER of the acceptability of the performance test results. OWNER shall promptly thereafter notify both CONTRACTOR and UV equipment manufacturer in writing that the equipment is acceptable. If after the second, and any subsequent retests allowed, the equipment does not meet the performance requirements, OWNER may, at its option, select one of the following courses of action: a. Allow CONTRACTOR and UV equipment manufacturer to make additional modifications and retest the system. b. Accept the UV equipment without conditions and issue a written notice that the UV equipment is acceptable and make final payment to CONTRACTOR when all other contract provisions have been satisfied. 3 -5 PERSONNEL TRAINING. An experienced, competent, and authorized representative of the UV manufacturer shall train the OWNER's personnel in operating, maintaining, and repairing the equipment specified in this section. The manufacturer shall provide training of the OWNER'S personnel. Training of the OWNER personnel shall commence as mutually agreed to by the OWNER, ENGINEER, CONTRACTOR, and UV manufacturer. Training shall be conducted for first shift during normal working hours. Training for the second shift shall be conducted on Tuesday evenings beginning at 8:00 pm. The UV manufacturer shall maintain record of the individuals that have completed training and provide information required for the documentation of Professional Development Hours required for the OWNER. Training sessions may be video taped by the OWNER at the OWNER's expense. Training material shall be provided to the OWNER in written and electronic format. The UV manufacturer shall be responsible for all costs associated with training and shall provide required materials, texts, and supplies. The UV manufacturer shall provide a combination of classroom and hands -on training. All training shall be conducted at a location selected by the OWNER. The following levels of training shall be provided. Level of Training Number Maximum Classroom Hands -On of Shifts Number of Training Training (Hours) Participants (Hours) UV Disinfectant 2 25 2 2 System City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -27- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Mechanical 2 25 2 2 Equipment Electrical 2 25 4 4 Instrumentation and Control Equipment • Hands -On Training shall be limited to groups of eight. In the event that more than eight personnel are to trained, lt hands-on training g �" be li dii li;iri, multiple i 7aiiU5-on Lraini(Ig sessions shall be conducted. The UV manufacturer shall be responsible for the training on the design and operation of the equipment and systems provided. This includes: 1. UV Disinfection System a. UV disinfection Theory b. UV disinfection System Overview c. UV disinfection Reactors, Banks, Modules and Lamps d i V riisinfection Processes (Start Hp, Sh DOWn, A^„"1 and Dose Pacing, Transmitter Maintenance, Routine and Non- Routine Maintenance) 2. Mechanical Equipment Training a. Mechanical Equipment b. Instrumentation and Control Component Equipment Training (Switches, Meters and Transmitters, Analyzers) 3. Electrical, Instrumentation and Control Process Logic Control a. Electrical Control Design b. Process Logic Control Equipment Training Manuals shall be provided with the PRELIMINARY O &M Manuals. 3 -5.01 Special project considerations 3- 5.01.01 Training Aids. The UV MANUFACTURER shall incorporate training aids as appropriate to assist in the instruction. As a minimum, the training aids shall include text and figure handouts. Texts shall be bound within three -ring binders. Other appropriate training aids are: Audio - visual aids (e.g., films, slides, videotapes, overhead transparencies, posters, blueprints, diagrams, catalogue sheets) City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -28- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Equipment cutaways and samples (e.g., spare parts and damaged equipment) Tools (e.g., repair tools, customized tools, measuring and calibrating instruments: The UV MANUFACTURER shall utilize descriptive class handouts during the instruction. Photocopied class handouts shall be good quality reproductions. Class handouts should accompany the instruction with frequent reference made to them. Customized handouts developed especially for the instruction are required. Handouts planned for the instruction shall be attached with the manufacturer's proposed lesson plan. 3- 5.01.02 "Hands -On Demonstration ". The MANUFACTURER shall present "hands -on" demonstrations of operations and maintenance of the UV MANFACTURER supplied and component equipment. The proposed "hands -on" demonstrations should be described in the UV manufacturer's proposed lesson plan. End of Section City of Yakima, Washington 11905 UV Disinfection Equipment PN 132965 -29- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 13500 INSTRUMENTATION AND CONTROL SYSTEM Data Sheet Paragraph Description Data Units General (PR 1 -1 & 1 -2) System designation Supervisory Control and Data Acquisition (SCADA) System ( Distributed Control System r Plant Control System r Other When "Other" is selected, indicate alternative. 1 -1.02 System equipment I Computer system hardware (13510) I - Computer system software (13520) Programmable logic controllers (13530) i._. Remote terminal units (13531) 1 Distributed control units (13532) Communications equipment (13540) Software control block descriptions (13550) Instrumentation - General Requirements (13560) I Panel Mounted Instruments (13561) Flow Instruments (13562) Pressure and Level Instruments (13563) 1 Analytical Instruments (13564) Miscellaneous Instruments (13565) Panels, consoles, and appurtenances (13570) Uninterruptible power supply (13580) City of Yakima, Washington 13500 Instrumentation and Control System PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 1 -2.02 Input /output lists Attached as an appendix to Section 13530 Attached to this Data Sheet i__ Furnished later rt Located on the drawings 1 -2.01 General Equipment Requirements :i Yes required NO 1 -2.01 5 Years supplier's experience Yes required N 1 -2.03 Listed or labeled by approved =+ Yes testing laboratory .. No UL Other When "Other" is selected indicate alternative Spare Parts Performance and Design Requirements (PR 2 -2 & 2 -3) Power Supply - Type c Three phase and neutral (TPN) t ._ Three phase (TP) * Single phase and neutral (SPN) 2 -3.04 Uninterruptibie power Supply (UPS) Yes No Provisions for the number of future No. RTU's Or PL C'S Provisions for the total number of No. future I/O points Provisions for the number of future No. operator workstations. Provisions for the number of future No. communications channels Configuration (PR 2 -5) Software configuration to be a Owner or Engineer performed by: SYSTEM SUPPLIER 2 -5 d. When configuration by Owner or 5 Engineer is selected: Number of working days for on -site assistance 2 -5 e. When configuration by Owner or 15 Engineer is selected: Number of hours for telephone assistance City of Yakima, Washington 13500 Instrumentation and Control System PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -5 f. When configuration by Owner or Engineer is selected: Supply of system at OWNER's or the ENGINEER's offices located at: 2 -5 f. When configuration by Owner or Engineer is selected: Required delivery date 2 -5 f. When configuration by Owner or i Printer Engineer is selected: Configuration peripherals to be supplied with the i Color video copier system i v Field control device 2 -5.02 When configuration by SYSTEM SUPPLIER selected, minimum number of custom graphic displays No. to be provided. 2 -5.03 When configuration by SYSTEM SUPPLIER is selected, minimum number of separate daily reports to No. be provided. Systems Check (PR 3 -2) 3 -2.01 Field manager required Yes No 3 -2.02 Field inspection at delivery required. r Yes No Number of working days for field inspection at delivery 3 -2.03 Training of Installation personnel in 4 Yes installation and wiring procedures required No Number of working days for 5 Installation Contractor training 3 -2.04 Field inspection prior to start up r.. Yes No Number of working days for field 5 inspection prior to start up 3 -2.05 Start up assistance i___. SYSTEM SUPPLIERS Engineer ;— Programmer Number of working days for start up No. assistance 3- 2.04.04 System check out report Yes r No Testing (PR 3 -3) 3 -3.01 Factory Acceptance Testing (FAT) '+ Complete system 1 Minimum system City of Yakima, Washington 13500 Instrumentation and Control System PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3 -3.02 Site Acceptance Testing (SAT) Yes - No Number of working days for Site 5 Acceptance Testing Provide written Site Acceptance Yes Test Report No nnoratinnnl fomnnctr.tinn i Y __ No Training (PR 3 -4) 3- 4.01.03 Video Taping required r Yes 4 No 3 -4.02 Instrument Training required ._. Yes 4 No Required hours at SYSTEM No. SUPPLIER facility Number of students at SYSTEM No. SUPPLIER facility Required hours at OWNER facility 20 Number of students at OWNER 3 facility 3 -4.03 Control System Maintenance Yes Training required r* No Required hours at SYSTEM No. SUPPLIER facility Number of students at SYSTEM No. SUPPLIER facility Required hours at OWNER facility 20 Number of students at OWNER 3 facility 3- Operator training required (Pre- Yes 4.04.01.01 Installation) :* No Required hours at SYSTEM No. SUPPLIER facility Number of students at SYSTEM No. SUPPLIER facility Required hours at OWNER facility 20 Number of students at OWNER 3 facility 3- Operator training required (Post - Yes 4.04.01.02 Installation) No Required hours at OWNER facility 20. City of Yakima, Washington 13500 Instrumentation and Control System PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Number of students at OWNER 3 facility 3 -4.05 Programmer training required (HMI ;_. Yes Software) No First session required hours at No. OWNER or Engineer's facility First session number of students at No. OWNER or Engineer's facility Second session required hours at No. OWNER facility Second session number of students No. at OWNER facility 3 -4.06 Programmer training required (PLC Yes Software) No Required hours at OWNER or 20. Engineer's facility Number of students at OWNER or 3 Engineer's facility Supplemental Training required r Yes ."i No Required hours at OWNER facility 20 Number of students at OWNER 3 facility City of Yakima, Washington 13500 Instrumentation and Control System PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 13500 INSTRUMENTATION AND CONTROL SYSTEM PART 1 — GENERAL 1 -1. SCOPE. This section covers the furnishing and installation of an instrumentation and control system as designated and as required. The system shall be furnished as specified, complete with all software, human machine interface (HMI) hardware, input/output hardware, instrumentation, and all devices, accessories, appurtenances, testing, and training necessary for proper operation. 1 -1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet ". 1 -1.02. Associated Sections. This section also includes the equipment and services specified in the following sections and Data Sheets as required. Section 13530 PROGRAMMABLE LOGIC CONTROLLERS Section 13560 INSTRUMENTATION — GENERAL REQUIREMENTS Section 13562 FLOW INSTRUMENTS Section 13563 PRESSURE AND LEVEL INSTRUMENTS Section 13565 MISCELLANEOUS INSTRUMENTS Section 13570 PANELS, CONSOLES, AND APPURTENANCES Section 13580 UNINTERRUPTIBLE POWER SUPPLY 1 -2. GENERAL. Equipment furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. City of Yakima, Washington 13500 Instrumentation and Control System PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 1 -2.01. General Equipment Requirements. As required, the General Equipment Requirements shall apply to all equipment provided under this section. The supplier shall have as a minimum 5 years in the design, coordination and supply of computer -based monitoring, control, and data acquisition systems. 1 -2.02. Drawings. The drawings indicate locations and arrangements of equipment and may include input/output lists and block and one -line diagrams showing connections and interfaces with other equipment. The input/output (I /O) lists are included as required. 1 -2.03. Codes, Permits and Agency Approvals. All work performed and all materials used shall be in accordance with the National Electrical Code, and with applicable local regulations and ordinances. Where mandated by codes, panels, assemblies, materials, and equipment shall be listed by Underwriters' Laboratories or other testing organizations acceptable to the governing authority as required. CONTRACTOR shall, as part of their work, arrange for and obtain all necessary permits, inspections, and approvals by the authorities having local jurisdiction of such work. This shall include any third -party inspections and testing of panels and equipment. 1 -2.04. Supplier's Qualifications. Equipment and software furnished under this section and under other related sections listed in the Scope paragraph above shall be designed, coordinated, and supplied by a single manufacturer or supplier, hereinafter referred to as the SYSTEM SUPPLIER. The SYSTEM SUPPLIER shall be regularly engaged in the business of supplying computer - based monitoring, control, and data acquisition systems. The CONTRACTOR shall utilize the services of the SYSTEM SUPPLIER to coordinate all control system related items, to check -out and calibrate instruments, and to perform all testing, training, and startup activities specified to be provided. The SYSTEM SUPPLIER shall have the following minimum qualifications: The supplier shall maintain a design office staffed with qualified technical design personnel. The supplier shall maintain competent and experienced service personnel to service the hardware and software furnished for this project. The intended supplier shall furnish the information requested in the Instrumentation and Control System Supplier Questionnaire bound elsewhere in the Documents. References including contact names, telephone numbers, and general project description shall be included in the questionnaire. The users and project lists shall be for similar control equipment, software, and type of projects. City of Yakima, Washington 13500 Instrumentation and Control System PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 1 -2.05. Coordination. Systems supplied under this section shall be designed and coordinated by SYSTEM SUPPLIER for proper operation with related equipment and materials furnished by other suppliers under other sections of these specifications, under other contracts, and, where applicable, with related existing equipment. All equipment shall be designed and installed in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the manufacturer, and the manufacturer of the related equipment. 1 -2.06. Related Equipment and Materials. Related equipment and materials may include_ but will not he limit to, i , i men ta a ti on , motor controllers, valve actuators, chemical feeders, analytical measuring devices, conduit, cable, and piping as described in other sections or furnished under other contracts. 1 -3. GENERAL REQUIREMENTS. The drawings and specifications indicate the extent and general arrangement of the systems. If any departures from the drawings or specifications are deemed necessary by SYSTEM SUPPLIER, details of such departures and the reasons shall be submitted to ENGINEER for review with or before the first stage submittal. No departures shall be made without prior written acceptance. The specifications describe the minimum requirements for hardware and software. Where SYSTEM SUPPLIER'S standard configuration includes additional items of equipment or software features not specifically described herein, such equipment or features shall be furnished as a part of the system and shall be warranted as specified herein. 1 -3.01. Governing Standards. Equipment furnished under this section shall be designed, constructed, and tested in accordance with IEEE 519, ANSI C37.90, rCC Part 15 - Claims A, and NEMA ICS -1- 109.60. 1 -3.02. Dimensional Restrictions. Layout dimensions will vary between manufacturers and the layout area indicated on the drawings is based on typical values. The SYSTEM SUPPLIER shall review the contract drawings, the manufacturer's layout drawings and installation requirements, and make any modifications requisite for proper installation subject to acceptance by ENGINEER. At least three feet of clear access space shall be provided in front of all components of the instrumentation and control system components. 1 -3.03. Workmanship and Materials. SYSTEM SUPPLIER shall guarantee all equipment against faulty or inadequate design, improper assembly or erection, defective workmanship or materials, and leakage, breakage, or other failure. Materials shall be suitable for service conditions. City of Yakima, Washington 13500 Instrumentation and Control System PN 132965 -8- Bid No. 2182 Ultraviolet Disinfection Project November 2007 All equipment shall be designed, fabricated, and assembled in accordance with recognized and acceptable engineering and shop practice. Individual parts shall be manufactured to standard sizes and thicknesses so that repair parts, furnished at any time, can be installed in the field. Like parts of duplicate units shall be interchangeable. Equipment shall not have been in service at any time prior to delivery, except for testing. 1 -3.04. Abbreviations. Reference to standards and organizations in the Specifications shall be by the following abbreviated letter designations: ANSI American National Standards Institute ASTM American Society for Testing and Materials AWG American Wire Gage FCC Federal Communications Commission IEEE Institute of Electrical and Electronics Engineers ISA Instrument Society of America NEC National Electrical Code NEMA National Electrical Manufacturers Association UL Underwriters' Laboratories 1 -4. SUBMITTALS. Complete dimensional, assembly, and installation drawings, wiring and schematic diagrams; and details, specifications, and data covering the materials used and the parts, devices and accessories forming a part of the system furnished, shall be submitted in accordance with the submittals section. Submittal data shall be grouped and submitted in three separate stages. The submittal for each stage shall be substantially complete. Individual drawings and data sheets submitted at random intervals will not be accepted for review. Equipment tag numbers or identifications used on the drawings shall be referenced where applicable. 1 -4.01. First Stage Submittal. The first stage submittal shall include the following items. a. A detailed list of any exceptions, functional differences, or discrepancies between the system proposed by SYSTEM SUPPLIER and this specification. b. Product catalog cut sheets on all hardware items, clearly marked to show the model number, optional features, and intended service of each device. City of Yakima, Washington 13500 Instrumentation and Control System PN 132965 -9- Bid No. 2182 Ultraviolet Disinfection Project November 2007 c. A brief, concise description of the proposed system, including major hardware and software components, field services, and personnel training. d. A block diagram or schematic drawing showing the principal items of equipment furnished, including model numbers, and their interrelationships. e. Drawings showing floor space or desktop area requirements for all equipment items, including allowances for door swings and maintenance access. f. Environmental and power requirements, including heat release information for each equipment item. g. Standard system engineering and user manuals describing the use of the system and application programming techniques for creating reports, graphics, database, historical records, and adding new process I/O nodes to the system. h. Standard field termination drawings for all process input/output equipment, showing typical terminations for each type of point available in . the system !. A copy of the proposed software licenses for all software dbbouidted with the system. 1 -4.02. Second Stage Submittal. Before any equipment is released for shipment to the site and before factory testing is scheduled, the following data shall be submitted. At SYSTEM SUPPLIER'S option, the first and second stage submittals may be combined. a. Detailed functional descriptions of all software modules specified and furnished as part of SYSTEM SUPPLIER'S standard system. The descriptions sha!l be identified with the applicable specification paragraph. b. Complete panel fabrication drawings and details of panel wiring, piping, and painting. Panel and subpanel drawings shall include overall dimensions, meta! thickness, door swing, mounting details, weight, and front of panel arrangement to show general appearance, with spacing and mounting height of instruments and control devices. c. Wiring and installation drawings for all interconnecting wiring between components of the system and between related equipment and the equipment furnished under this section. Wiring diagrams shall show complete circuits and indicate all connections. If panel terminal designations, interdevice connections, device features and options, or City of Yakima, Washington 13500 Instrumentation and Control System PN 132965 -10- Bid No. 2182 Ultraviolet Disinfection Project November 2007 other features are modified during the fabrication or factory testing, revised drawings shall be submitted before shipment of the equipment to the site. d. Review of drawings submitted prior to the final determination of related equipment shall not relieve SYSTEM SUPPLIER from supplying systems in full compliance with the specific requirements of the related equipment. e. Input/output listings showing point names, numbers, and addresses. Input/output identification numbers from the contract documents shall be cross - referenced in this submittal. f. Proposed lesson plans or outlines for all training courses specified herein, including schedule, instructors' qualifications and experience, and recommended prerequisites. 1 -4.03. Third Stage Submittal. Complete system documentation, in the form of Operation and Maintenance Manuals, shall be submitted before the commence- ment of field acceptance testing. Operation and Maintenance Manuals shall include complete instruction books for each item of equipment furnished. Where instruction booklets cover more than one specific model or range of device, product data sheets shall be included which indicate the device model number and other special features. A complete set of "as- built" wiring, fabrication, and interconnection drawings shall be included with the manuals. If field- wiring modifications are made after these drawings are submitted, the affected drawings shall be revised and resubmitted. 1 -5. PREPARATION FOR SHIPMENT. All electronic equipment and instruments shall be suitably packaged to facilitate handling and to protect against damage during transit and storage. All equipment shall be boxed, crated, or otherwise completely enclosed and protected during shipment, handling, and storage. All equipment shall be protected from exposure to the elements, shall be kept dry at all times, and shall not be exposed to adverse ambient conditions. Painted surfaces shall be protected against impact, abrasion, discoloration, and other damage. Painted surfaces that are damaged prior to acceptance of equipment shall be repainted to the satisfaction of ENGINEER. Each shipment shalt include an appropriate shipping list that indicates the contents of the package, including the specific instrument tags. The shipping list shall be accessible without exposing the instruments to the atmosphere. The shipping list shall also contain any cautionary notes regarding storage of the instruments, including requirements to protect the instrument from static discharge, desensitizing chemicals (solvents, paints, etc.), or ambient atmospheric conditions. City of Yakima, Washington 13500 Instrumentation and Control System PN 132965 -11- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Individual instruments shall be appropriately tagged or labeled to positively identify the device. All identification shall be visible without the need to unpack the instrument from its protective packaging. Instrument shipment and storage requirements shall be coordinated with ENGINEER or OWNER prior to shipment. SYSTEM SUPPLIER shall provide adequate storage and be ready to accept the shipment before shipping any equipment to the site, Additional shipping and storage requirements shall be as detailed in the individual instrument specifications. Co which are chipped loose di iP_ to transportation limitations shall be assembled and disassembled by the manufacturer prior to shipment to assure that all components fit together and are adequately supported. 1 -6. DELIVERY, STORAGE, AND SHIPPING. Shipping shall be in accordance with the shipping section. Handling and storage shall be in accordance with the handling and storage section. 1 -7. SPARE PARTS. Spare parts and consumable items shall be provided as required. 1 -7.01. Packaging. All spare parts shall be delivered to OWNER before final acceptance of the system. Packaging of spare parts shall provide protection against dust and moisture and shall be suitable for storage. Circuit boards and other electronic parts shall be enclosed in anti - static material. All packages shall be clearly marked with the manufacturer's name, part number or other identifi- cation, date of manufacture, and approximate shelf life. 1 -7.02. Replacement. SYSTEM SUPPLIER may utilize spare parts and supplies 1 installation, de -bugging, .......:...... �.+ training, but shall L.. rte. 11 during system installation, debug. g. ing, startup, or tl aining, but shall restore a all such materials and supplies to the specified quantities before final acceptance of the systems. PART 2 - PRODUCTS 2 -1. GENERAL REQUIREMENTS. All equipment furnished under each section referenced in SCOPE is a part of this section and shall be selected by SYSTEM SUPPLIER for its superior quality and intended performance. Equipment and materials used shall be subject to review. 2 -1.01. Standard Products. The systems furnished shall be standard products. Where two or more units of the same type of equipment are supplied, they shall be the products of the same manufacturer; however, all components of the City of Yakima, Washington 13500 Instrumentation and Control System PN 132965 -12- Bid No. 2182 Ultraviolet Disinfection Project November 2007 systems furnished hereunder need not be the products of one manufacturer unless specified herein. 2 -2. PERFORMANCE AND DESIGN REQUIREMENTS. The design of the systems furnished hereunder shall utilize concepts, techniques and features that provide maximum reliability and ease of maintenance and repair. The systems shall include board -level devices such as Tight emitting diodes or other indicators to facilitate quick diagnosis and repair. Diagnostic software shall be furnished to facilitate system -level troubleshooting. Where redundant hardware is provided, the system shall be capable of performing all specified functions, without reconfiguring hardware or software, with only one device of each category in service. 2 -2.01. Factory Assembly. Equipment shall be shipped completely factory assembled, except where its physical size, arrangement, configuration, or shipping and handling limitations make the shipment of completely assembled units impracticable. 2 -2.02. Expandability. The system shall be capable of expansion as required. 2 -3. POWER SUPPLY. Unless otherwise specified, power supply to all equipment will be 120 volts, 60 Hz, single phase. SYSTEM SUPPLIER shall be responsible for distribution of power among enclosures, consoles, peripherals, and other components of the system from the power supply receptacles and junction boxes indicated on the drawings. Power distribution hardware shall include cables and branch circuit overcurrent protection installed in accordance with the electrical section. 2 -3.01. Facility Distribution System. Equipment not indicated to be powered from an uninterruptible power source shall be suitable for being supplied from the facility distribution system and shall be capable of withstanding voltage variations of ±10 percent and harmonics up to the limits of IEEE 519 without affecting operation. SYSTEM SUPPLIER shall provide voltage conditioning or filtering equipment if necessary to meet the requirements specified. 2 -3.02. Power Supplies. Power supplies for voltages other than those listed above shall be an integral part of the equipment furnished. Internal power supplies shall be regulated, current limiting, and self - protected. 2 -3.03. Surge Withstand. All equipment shall meet all surge withstand capability tests as defined in ANSI C37.90 without damage to the equipment. 2 -3.04. Uninterruptible Power Supply. As required, an uninterruptible power supply (UPS) shall be furnished hereunder to power the equipment indicated on City of Yakima, Washington 13500 Instrumentation and Control System PN 132965 -13- Bid No. 2182 Ultraviolet Disinfection Project November 2007 the drawings or will be furnished under another section. SYSTEM SUPPLIER shall be responsible for coordinating the size of the UPS unit with the equipment furnished hereunder, and shall advise ENGINEER if a unit of higher capacity is necessary. 2 -4. SERVICE CONDITIONS AND ENVIRONMENTAL REQUIREMENTS. The equipment provided for the instrumentation and control system shall be suitable for the service conditions specified in the attached equipment sections. All equipment shall be designed and selected to operate without degradation in performance throughout the environmental extremes specified. Equipment shall be designed to prevent the generation of electromagnetic and radio frequency interference and shall be in compliance with FCC Rules and Regulations, Part 15, for Class A computing devices. 2 -4.01. Ambient Temperature. All system equipment located in air conditioned rooms shall be suitable for operation in ambient temperatures from 10 °C to 35 °C and a relative humidity of 10 to 80 percent, noncondensing. All equipment located in non air conditioned indoor areas shall be suitable for an ambient temperature range of 0 °C to 50 °C and a relative humidity of 10 to 95 percent, noncondensing. All equipment ! ncated outdoors shall be suitable fo o per a ti on i an ambient temperature range 0 °C to 60 °C and a relative humidity of 5 to 100 percent. Heaters and air conditioning /cooling equipment shall be provided where essential to maintain equipment within its manufacturer - recommended operating ranges. 2 -4.02. Deleterious Effects. All system equipment will be installed in areas without anti - static floor construction and without any provisions for control of particulates or corrosive gases other than ordinary office -type HVAC filtering. SYSTEM SUPPLIER shall furnish any additional air cleaning equipment, anti- static chair pads, or other protective measures necessary for proper operation of the system. All input/output hardware shall meet or exceed, without false operation, all requirements of NEMA ICS -1- 109.60, Electrical Noise Tests. 2 -4.03. Noise Level. The equivalent "A" weighted sound level for any system equipment located in the control room, except printers, shall not exceed 35 dBA. The sound level for printers shall not exceed 65 dBA. Sound reduction enclosures shall be provided where necessary to comply with these limits. 2 -4.04. Lightning Protection. In addition to other environmental protection specified herein, the entire system shall be provided with lightning protection. Lightning protection measures shall include the following. City of Yakima, Washington 13500 Instrumentation and Control System PN 132965 -14- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2- 4.04.01. Grounding. All major components of the system shall have a low resistance ground connection. Grounding system provisions indicated on the drawings shall be modified as recommended by SYSTEM SUPPLIER. 2- 4.04.02. Surge Suppressors. Surge and lightning supressors shall be non - faulting, non - interrupting, and shall protect against line -to -line and line -to- ground surges. Devices shall be solid -state metal oxide varistor (MOV) or silicon junction type, with a response time of less than 50 nanoseconds. Surge protective devices shall be applied for the following: a. All power connections to RTUs, PLCs, DCUs, instruments and control room equipment. Surge arresters shall be Transtector "ACP -100 Series ", Power Integrity Corporation "ZTA Series ", Phoenix Contact "Mains PlugTrab ", or MCG Surge Protection "400 Series ". b. All connections to coaxial -based networked equipment (including CCTV, CATV, ethernet, Arcnet, and satellite) where any part of the circuit is outside of the building envelope. Surge arresters shall be Telematic "VP08 ", Transtector "TCP Series ", Phoenix Contact "CoaxTrab Series ", or Northern Technologies "TCS -CP3 Series ". c. All analog signal circuits where any part of the circuit is outside of the building envelope. Circuits shall be protected at both the transmitter and the control system end of the circuit. Surge protection devices shall not impede or interfere with the use of smart transmitter calibration /communication. Protection devices located near the transmitter shall be Telematic "TP48." Protection devices in control panels shall be Transtector "TSP Series ", Telematic "SD Series ", Phoenix Contact "PipeTrab Series ", or Citel "BP1 -24." d. All radio antenna leads. Surge protection devices shall be as specified in Section 13540. 2 -5. SYSTEM SOFTWARE CONFIGURATION. The system software will be configured by ENGINEER or OWNER. SYSTEM SUPPLIER shall be responsible for the following configuration support tasks: a. Furnish and install the necessary operating system software, utilities, and all standard software packages. All software provided shall be fully configured for use as specified herein and in related sections. This configuration should include but not limited to, security access from the Administrator functionality to the Operator functions, printing functions (including graphics, reports, system documentation parameters, etc.), reporting functions, and historical interface and historical data accessibility. City of Yakima, Washington 13500 Instrumentation and Control System PN 132965 -15- Bid No. 2182 Ultraviolet Disinfection Project November 2007 b. Furnish and apply all standard communications software and develop any custom communications software needed for the components of the system to communicate information as indicated on the functional block diagram on the drawings. c. Configure the hardware and provide any necessary firmware or software programming associated with the hardware, configuration such as DCU, PLC, and RTU device address assignments. d. Provide the services of an experienced applications engineer for the number of 8-hour day visits as required, at OWNER'S or ENGINEER'S facilities, to assist with the configuration. One of these visits shall be scheduled to coincide with the delivery of equipment for configuration. The remaining visits shall be scheduled with ENGINEER and OWNER. e. Provide the services of the applications engineer for telephone consultation and trouble shooting from SYSTEM SUPPLIER'S facility for the total number of hours as required. f. Provide early shipment of the terminal and hardware equipment for configuration of the system as defined herein. This equipment shall be delivered to OWNER'S or ENGINEER'S offices as required, but not before submittal information and drawings for the equipment have been approved. SYSTEM SUPPLIER shall also be responsible for subsequent retransport of this equipment to the project site. g. Provide complete startup, checkout, and calibration of all system hardware and I/O specified herein. h. Provide any programming requisite to implementing the features and functions described herein that are not a standard part of the system software. Software that must be ENGINEER-OWNER produced custom programming code is unacceptable. 2 -6. SOFTWARE LICENSE. All software programs supplied as a standard part of SYSTEM SUPPLIER'S products for this project shall be licensed to OWNER for use on the system specified herein. Such license shall not restrict OWNER from using the software on the system provided hereunder or its replacement. OWNER shall have the right to make copies of the software for use on the system provided. Specific requirements of SYSTEM SUPPLIER'S software license are subject to review and approval by OWNER and ENGINEER. 2 -7. INSTALLATION TEST EQUIPMENT. All necessary testing equipment for calibration and checking of system components shall be provided by SYSTEM City of Yakima, Washington 13500 Instrumentation and Control System PN 132965 -16- Bid No. 2182 Ultraviolet Disinfection Project November 2007 SUPPLIER. SYSTEM SUPPLIER shall also furnish calibration and maintenance records for all testing and calibration equipment used on the site if requested by ENGINEER. PART 3 — EXECUTION 3 -1. INSTALLATION REQUIREMENTS. The installation of equipment furnished hereunder shall be by the CONTRACTOR or their assigned subcontractors. 3 -1.01. Field Wiring. Field wiring materials and installation shall be in accordance with the electrical section. 3 -1.02. Instrument Installation. Additional requirements for mounting, piping, and calibration of field instruments are described in the instrumentation section. 3 -2. SYSTEMS CHECK. As required, SYSTEM SUPPLIER shall provide the services of a field manager and a trained and experienced field supervisor to assist the installation contractor during installation, and to calibrate, test, and advise others of the procedures for installation, adjustment, and operation. 3 -2.01. Field Manager. As required, SYSTEM SUPPLIER shall appoint a field services manager who shall be responsible for the coordination of all system check -out and startup activities, and who shall be immediately available to ENGINEER and OWNER by phone or on site for the duration of this project. 3 -2.02. Field Inspection at Delivery. As required, the field supervisor shall inspect major equipment items within five working days of delivery, to assure that the equipment was not damaged during shipment and shall supervise or assist with unpacking, initial placement, and initial wiring of the system. 3 -2.03. Training for Installation Personnel. As required, the field supervisor shall train the installation personnel in reading and understanding submittal drawings, and in the correct installation and wiring procedures for the equipment. 3 -2.04. Field Ins_ pection Prior to Start Up. After installation and wiring connections are complete, the field supervisor, with additional SYSTEM SUPPLIER's personnel for the number of days as required, shall verify that each external connection to the system is correctly wired and field process components and devices are functioning as intended. 3- 2.04.01. Analog Signals. Analog input signals shall be simulated at the transmitting source, and verified to be received at the proper register address in the control system. Analog outputs shall be generated at the control system, and verified to be received with the correct polarity, at the respective receiving device. City of Yakima, Washington 13500 Instrumentation and Control System PN 132965 -17- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3- 2.04.02. Discrete Signals. Discrete input and output signals shall be simulated and verified that they are received at the respective receiving device, and at the proper voltage. 3- 2.04.03. Devices by Other Suppliers. If interrelated devices furnished by other suppliers or under other contracts, such as valve actuators, motor controls, chemical feeders, and instruments, do not perform properly at the time of system checkout, the field supervisor shall use suitable test equipment to introduce simulated signals to and /or measure signals from these devices to locate the sources of trouble or malfunction. 3- 2.04.04. System Check Out Report. The SYSTEM SUPPLIER shall submit a written report on the results of such tests to ENGINEER. Additional documentation shall be furnished as requested by ENGINEER to establish responsibility for corrective measures. SYSTEM SUPPLIER shall verify, in writing, to ENGINEER or OWNER that SYSTEM SUPPLIER has successfully completed the external connection check before beginning system startup or field acceptance testing. 3 -2.05. Start Up Assistance. After the field supervisor has completed the system check and submitted his report, SYSTEM SUPPLIER shall supply a factory- trained engineer and a programmer to provide on site start up assistance for the number of days as required. During the startup period, these personnel shall thoroughly check all equipment, correct any deficiencies, and verify the proper operation of all components. 3 -3. TESTING. The system shall be acceptance tested at the factory and on site. SYSTEM SUPPLIER jIIQ11 prepare a testing procedure to be Approved by OWNER and ENGINEER that shall demonstrate that the system conforms to the specifications. The testing procedure shall be submitted at least 30 days in advance of testing. The testing shall be conducted by SYSTEM SUPPLIER and witnessed by OWNER and /or ENGINEER. SYSTEM SUPPLIER shall notify ENGINEER and OWNER in writing at least 14 days before the proposed testing date. If the factory acceptance test is concluded unsuccessfully, the test shall be repeated. SYSTEM SUPPLIER shall reimburse OWNER and ENGINEER for all expenses incurred in connection with attending repeated factory or site testing necessitated by system failure or inadequate preparation. 3 -3.01. Factory Acceptance Testing. After system assembly and debugging at SYSTEM SUPPLIER'S facility, the system shall be tested before the system is shipped to the site. As required, the factory test shall be conducted on the City of Yakima, Washington 13500 Instrumentation and Control System PN 132965 -18- Bid No. 2182 Ultraviolet Disinfection Project November 2007 complete system, including all field I/O devices, communications equipment, and peripherals; or as required, using at least the minimum system consisting of computer hardware, software, printer, and one field I/O device. The entire system, including all peripherals and associated software, shall be factory tested under simulated operating conditions. Both normal operating sequences and fault conditions shall be simulated. The results shall be noted on the CRT displays and the logging printer for hard copy. The testing procedures for hardware and software are described below. All basic functions shall be demonstrated, including I/O processing, communications, alarm handling, HMI display functions, alarm logging, report generation, and historical data storage, as well as the specific functions listed herein. The system shall operate continuously for at least a 72 hours without faults. This operational test may run concurrently with the demonstration of hardware and software functions. The test procedure shall also include at a least four -hour period for discretionary tests to be conducted by ENGINEER or OWNER. For systems with software configuration by ENGINEER/OWNER, a preliminary version of such configured software may be used as part of the factory acceptance test. 3- 3.01.01. Hardware Test. Processors, processor modules, and peripheral devices associated with the system shall be assembled together as they will be installed in the field and shall be tested. The test shall demonstrate proper operation of each hardware device and communications among devices, and shall include verification of selected analog and discrete inputs and outputs. 3- 3.01.02. Software Test. All system software modules specified herein shall be demonstrated. Software tests shall include running all diagnostics, debugging routines, and system test routines. The operating system, advanced process control language compiler, and all associated drivers shall be fully tested and operable for the system test. Software "patches" or changes to bypass failed or flawed modules during the test will not be acceptable. 3- 3.01.03. PLC Program Emulation. When PLC program emulation testing software is required in Section 13530, its functionality shall be demonstrated as part of the factory acceptance test. 3 -3.02. Site Acceptance Testing. After installation and checkout by SYSTEM SUPPLIER'S personnel, the system shall be subjected to an acceptance test. City of Yakima, Washington 13500 Instrumentation and Control System PN 132965 -19- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Site acceptance testing shall be scheduled after receipt of the System Check Out Report and SYSTEM SUPPLIER shall verify that all field signal changes are reflected in the proper address locations in the system database. The site acceptance testing shall follow the same procedure as the factory testing and shall operate without loss of basic functions. The number of days of continuous operation for the test shall be as required. The operational demonstration shall confirm that the status, alarm, and process variable signals are valid and are being updated appropriately, and that the discrete and analog output signals from the control system are being correctly transmitted and implemented, Any errors or abnormal occurrences shall be recorded by SYSTEM SUPPLIER'S field representative. SYSTEM SUPPLIER'S field representative need not be continuously present during the site acceptance testing, but shall be available to respond to the site within one hour of notification. The representative shall inspect the system for faults at least once every 24 hours and shall log or record any noted problems. The log shall include a description of the problem, its apparent cause, and any corrective action taken. 3- 3.02.01. Failure of Redundant Equipment. Failure of redundant equipment shall not be considered downtime provided that automatic failover occurs as specified and, in the opinion of ENGINEER, the failure was not caused by deficiency in design or installation. In the event of repeated failure of any hardware component or software module, the acceptance test shall be terminated and re- started. 3- 3.02.02. Completion of Test. Successful completion of the site acceptance test, including the operational demonstration, is prerequisite to Substantial Completion as specified in the Supplementary Conditions. 0 A T17A IA11A1/'` A �,..... 1 f�/'1IIVIIVV. IVUL rw u11Cu End of Section City of Yakima, Washington 13500 Instrumentation and Control System PN 132965 -20- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 13530 PROGRAMMABLE LOGIC CONTROLLERS Data Sheet Para- Description Data Units graph General (PR 1 -1 thru 1 -5) PLC designations. 1 -2.01 General Equipment Requirements Yes required. c No 1 -5 Spare parts. Number of spare 1 processor modules of each type used in the PLCs. 1 -5 Number of spare power supply 1 modules of each type used in the PLCs. 1 -5 Number of spare I/O cards of each 2 type used in the PLCs. 1 -5 Number of spare communications 1 modules used in the PLCs. Service Conditions Location. 1.1 Air conditioned room I -J Non air conditioned room Outdoors Outdoor location ambient °F [ °C] temperature range. Required environmental controls. 1^ Sun shades f Air conditioned enclosures I Heated enclosure Products (PR 2 -1) Initial, spare, and future memory 16kB (RAM). 2 -1.05 Manufacturer. i Allen- Bradley I GE -Fanuc �., Modicon i__._ Siemens I " Other Or equal Without exception When "Other" is selected, indicate alternative. City of Yakima, Washington 13530 Programmable Logic Controllers PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -1.04 Expandability ok 2 -1.06 Signal power supplies required for: j._ Digital output I Digital input 14' Analog input T Analog output r Other When "Other" is selected, indicate alternative. Separate fused power supply Yes required for digital inputs. No IC 24 Vdc P" 120 Vac 2 -1.08 PLC arrangement. As indicated on block diagram z` " As summarized Large PLC Processor (PR 2 -2) 2 -2 Large industrial rack mounted type r Yes with rack mounted I /O. r: No EPROM memory required. r Yes c No Input /Output Hardware High speed pulse r Yes accumulator input. No Platinum RTD analog input. Yes No Binary - Coded - Decimal f_. Yes (BCD) thumbwheel input. r . ivv Discrete Input (DI) I_. 100 - 130 volts ac Modules. r 20 - 28 volts dc l T With isolation - 100 -130 volts ac With isolation - 20 -28 volts ac Discrete Output (DO) i 1 amp at 100 - 130 volts ac Modules. jJ 1 amp at 20 - 28 volts dc Isolated modules - 100 -130 volts ac I Isolated modules - 20 -28 volts dc i Relay modules City of Yakima, Washington 13530 Programmable Logic Controllers PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Interposing relays. Yes No On all I/O circuits i As shown on I/O lists f - Discrete outputs only Analog Inputs (Al) Modules. ; 4 -20mA r With isolation 1 With (1 /I) signal isolators 1__ Other When "Other" is selected, indicate alternative. Analog Output (AO) r Yes Modules required. No 2 -3 Mini PLC Processor Mini PLC type with rack mounted Yes I /O. No I/O hardware contained + Yes entirely in PLC enclosure. "" No Type of I/O hardware. c: Removable Non- removable Discrete Input (DI) 1 100 -130 volts ac Modules. 20 -28 wilts dc ._ With isolation Discrete Output (DO) 1 1 amp at 100 -130 volts ac Modules. 1 amp at 20 -28 volts dc Isolated modules •► Relay modules Analog Inputs (Al) Modules. 4 -20mA i With (1 /1) signal isolators 1 Other When "Other" is selected, indicate alternative. Analog Output (AO) `v 4 -20mA Modules. Other When "Other" is selected, indicate alternative. Communications (PR 2 -4) City of Yakima, Washington 13530 Programmable Logic Controllers PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Communications modules required i Local input /output hardware for: i_.. Remote input /output hardware FO Other PLCs ✓ Host computers Communications media. i Cable i- Data hiahwav — Fiber optics • Radio Number of addressable nodes =J. 30 minimum required for network. c Other When "Other" is selected, indicate alternative. PLC to PLC Communication Yes hardware. No PLC to Remote Communication Yes hardware. ° No PLC to Host Communications (* Yes hardware. No Communication media. c PLC comm. network R emote I/O network Both Data Highway Plus cabling. t_e Yes No Modbus Plus cabling. r Yes No Metallic IAN cahling Y r- N o Type of metallic LAN cabling. c C oaxial STP Fiber Optic cable. Yes No Fiber Optic Comm hardware. 4. Yes No Radio Comm hardware. Yes No Other Communication equipment Y• Yes required? No When "Yes" is selected, indicate additional equipment City of Yakima, Washington 13530 Programmable Logic Controllers PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 • Programming Hardware and Software (PR 2 -5 & 2 -6) Notebook computer required. Y es • No Copies of PLC programming OWNER copy licenses required including documentation and manuals. r ENGINEER copy r Other When "Other" is selected, indicate alternative. Software standard. ( Manufacturers standard r Third party y� RS Logix r. Concept O ther When "Other" is selected, indicate alternative. Languages. RI Relay ladder logic I Function block r Sequential function chart r Structured text i ` State logic IEC -1131 PLC emulation testing required. I - Yes No Enclosures (PR 2 -7) PLC housed in. ; Shop - assembled 1 Existing Field Services (PR 3 -1) Refer to specification section Section 13500 indicated. Fiber Optic Cable testing required. • Yes N o City of Yakima, Washington 13530 Programmable Logic Controllers PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 13530 PROGRAMMABLE LOGIC CONTROLLERS PART 1 - GENERAL 1 -1. SCOPE. This section covers programmable logic controllers (PLCs) as designated and as required, including associated input/output hardware to control process equipment and serve as the interface to field devices. 1 -1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet ". 1 -1.02. Control System. Section 13500 shall apply to all equipment furnished under this section. Additional PLC software requirements are indicated in Section 13550. 1 -2. GENERAL. Equipment furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. 1 -2.01. General Equipment Requirements. The General Equipment Requirements section shall apply to all equipment provided under this section. 1 -2.02. Drawings. Supplementing this section, the drawings indicate size and location, and provide diagrams and schematics regarding connection and interaction with other equipment. All hardware, including power supplies, special cables, and other appurtenant equipment, shall be provided to meet the functional requirements described herein and indicated on the drawings. 1 -2.03. I/O List. An input/output (I /O) field device signal listing is shown on the Drawings. 1 -3. SUBMITTALS. Submittals shall be as required in Section 13500. 1 -4. DELIVERY, STORAGE, AND SHIPPING. Delivery, storage and shipping shall be as required in Section 13500. 1 -5. SPARE PARTS. Spare processor modules, spare power supply modules, spare I/O cards, and spare communications modules shall be supplied in the numbers as required. Additional spare parts shall be provided as required. City of Yakima, Washington 13530 Programmable Logic Controllers PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 PART 2 - PRODUCTS 2 -1. GENERAL. All equipment furnished under this section shall be expressly selected by SYSTEM SUPPLIER for its superior quality for the intended purpose and shall comply with the following requirements. 2 -1.01. Interchangeability. All programmable logic controller systems shall be products of the same manufacturer and of the same series or product line. Processors, local and remote input/output hardware, communications modules, and specialty modules such as coprocessors and ASCII modules shall be interchangeable among all I/O panels and systems. PLC modules and hardware by other manufacturers will be acceptable only if the PLC manufacturer does not offer suitable modules and hardware for the same functions. 2 -1.02. Initial, Spare, and Future Memory (RAM). SYSTEM SUPPLIER shall provide adequate memory for the amount of I /O, control algorithms, and communications in the initial system. Each programmable logic controller shall include provisions for future expansion and shall have 100 percent spare memory capacity and 100 percent spare data capacity installed. The spare memory capacity shall be documented by submitting to ENGINEER, during factory testing, a statement indicating the amounts of memory of all types being utilized and the total amount available in each system. The statement shall include an estimate of the total program and data memory necessary, including spare memory, based on the I/O hardware for the system, and previous programming experience. 2 -1.03. Spare I /O. Each PLC input/output enclosure shall be provided with at least 20 percent spare inputs and outputs of each type. Spare I/O shall be installed, wired, and interfaced properly to the terminal strip. The spare I/O shall be in addition to any I/O installed and reserved for future process signals as may be indicated on the I/O list. In addition, each PLC input/output enclosure shall be capable of accommodating 25 percent of additional input/output capacity of each type as originally assembled, without the need for additional expansion racks, communication adapters, cables, or PLC power supplies. 2 -1.04. Expandability. Each PLC processor and associated I/O shall have a future expandability of at least 50 percent of the provided system or as required, whichever is greater. 2 -1.05. Acceptable Manufacturers. The PLCs shall be Allen- Bradley SLC 5/05 Series. City of Yakima, Washington 13530 Programmable Logic Controllers PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -1.06. Signal Power Supplies. A regulated dc power supply for analog output and for analog input loops shall be provided for each I/O rack as required. Power supplies shall be suitable for an input voltage variation of ±10 percent, and the supply output shall be fused or protected against short- circuiting. Output voltage regulation shall be as required by the instrumentation equipment supplied under another section. The loop power supply shall be separate from the power supply circuit for the processor and racks.__ A separately fused 120 volts ac or 24 volts dc power source shall be provided for all digital inputs from field devices as required. Unless otherwise noted, all field devices will be provided with dry contacts that close to provide an input to the PLC. 2 -1.07. Appurtenances. The PLC processor and I/O hardware shall be provided as complete systems, as shown on the block diagram drawings. The PLCs shall include all necessary hardware and software for a complete working system. All special rack or panel mounted power supplies, special interconnecting and programming cables, special grounding hardware, or isolation devices shall be furnished as required for proper operation of the equipment. Signal converters, signal boosters, amplifiers, special power supplies, special cable, special grounding, intrinsically safe relays and current repeaters, surge suppression devices, and isolation devices shall be furnished and installed as required for proper operation of the equipment. 2-1.08. PLC Arrangement. The PLCs shall be distributed and arranged as indicated on the block diagram. 2 -2. LARGE PLC PROCESSOR. Not Used. 2 -3. MINI PLC PROCESSOR. The programmable logic controller processor shall be an industrial type that utilizes battery- backed CMOS type or nonvolatile type memory. Battery- backed memory shall include integral batteries with sufficient capacity for at least 6 months' memory retention without power to the processing unit. Standby and shelf life of the batteries shall be at least 5 years. 2 -3.01. Diagnostics. The processor shall utilize self- monitoring diagnostic techniques. Easily visible LEDs shall indicate "run" and "halt" status as well as memory and input/output error conditions. Diagnostic codes shall also be available through the programming device to facilitate troubleshooting. 2 -3.02. Programming Port. The processor shall include a programming port that is available for programming and monitoring on -line after the system is fully functional. Removal or disruption of network communications, remote I/O communications, or HMIs to permit programming and monitoring will not be acceptable. City of Yakima, Washington 13530 Programmable Logic Controllers PN 132965 -8- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -3.03. Communications. The processor shall be programmed to operate autonomously, regardless of communications status with other units. 2 -3.04. Environment. The processor shall be suitable for operation in the environments specified in another section. A key switch shall be provided on the processor to select the operating mode and as a security measure. 2 -3.05. Programming. The processor shall be programmable using conventional relay ladder logic, or as required, and shall include the following functions and features. Contacts, coils, branching. Data comparisons. On -delay and off -delay timers. Counters with comparators. Floating Point Math and Logical instructions. Master control relay. Transitional or one -shot outputs. Standard and user - defined data tables for discrete and analog value storage. 2 -3.06. Capabilities. The processor shall include the following capabilities for programming, debug of programs, and troubleshooting. • Off -line programming. On -line status of coils and registers. Input/output forcing. 2 -3.07. Configuration. Processors shall be configured for standard rack mounting and shall be of plug -in printed circuit board construction. Each programmable logic controller shall include integral communications ports for the programming device, remote input/output, HMI device, or remote communications interfaces as required. Programmable logic controller systems shall support the following types of City of Yakima, Washington 13530 Programmable Logic Controllers PN 132965 -9- Bid No. 2182 Ultraviolet Disinfection Project November 2007 input/output. 120 volt ac discrete input and output. 24 volt dc discrete input and output. 4 -20 mA dc analog input and output. 2 -3.08. Input/OutputHardware. Input/output hardware shall be supplied in standard modules of 4, 8, 16, or 32 points each for assembly in local and remote input/output enclosures. All input/output hardware shall be entirely contained within the PLC enclosure. Programmable logic controllers having fixed, non - removable input/output hardware may or may not be acceptable as required. All digital input/output hardware shall include isolation against surges of at least 1500 volts. All output hardware connected to inductive loads shall be supplied with surge suppression devices as required and recommended by the PLC manufacturer to prevent damage to output hardware. Combination input/output modules will be acceptable if they meet all of the requirements in the following subparagraphs. 2- 3.08.01. Wiring Terminals. All input/output modules shall utilize easily removable plug -in or hinged field wiring terminals to allow removal of modules without disconnecting individual wires. 2- 3.08.02. I/O Circuit Power Supply. Outputs fnr mntnr driven equipment will typically be powered from the driven equipment. Discrete outputs for miscellaneous equipment shall be powered either from the controlled equipment or the PLC enclosure as indicated on the drawings or as coordinated with the controlled equipment supplier. Outputs that control process equipment specified under other sections or provided under other contracts shall be fully isolated or shall operate relay -type discrete output modules or interposing relays in the PLC cabinet. 2- 3.08.03. Discrete Input Modules. Discrete input modules shall sense voltages between 100 and 130 volts ac or 20 and 28 volts dc as required and shall have LED indicators for each point to display the status of the field contact. Each input module shall be suitable for being connected to a separate voltage source and return. Return voltage may be common to the entire input module. 2- 3.08.04. Isolated Discrete Input Modules. Isolated input modules cards shall sense voltages between 100 and 130 volts ac or 20 and 28 volts dc as required City of Yakima, Washington 13530 Programmable Logic Controllers PN 132965 -10- Bid No. 2182 Ultraviolet Disinfection Project November 2007 and shall have LED indicators for each point to display the status of the field contact. Each point on the input module shall be capable of being connected to a separate voltage source and return. Discrete input modules shall provide complete electrical isolation between individual inputs. 2- 3.08.05. Discrete Output Modules. Discrete output modules shall control voltages from 100 and 130 volts ac or 20 and 28 volts dc as required and shall be rated at least 1 ampere. Outputs shall be individually fused and shall have LED indicators to display output status. Each discrete output shall be provided with an interposing relay. Outputs shall withstand a surge of at least 80 amperes for one cycle and shall have an off-state leakage current not to exceed 2.0 mA. 2- 3.08.06. Isolated Discrete Output Modules. Discrete output modules shall control voltages from 100 and 130 volts ac or 20 and 28 volts dc as required and shall be rated at least 1 ampere. Outputs shall be individually fused and shall have LED indicators to display output status. Outputs shall withstand a surge of at least 80 amperes for one cycle and shall have an off -state leakage current not to exceed 2.0 mA. Discrete input modules shall provide complete electrical isolation between individual inputs. 2- 3.08.07. Relay Discrete Output Modules. Discrete output modules shall control voltages from 24 to 110 volts dc and 24 to 230 volts ac and shall be rated at least 2 amperes. Outputs shall be individually fused and shall have LED indicators to display output status. Digital outputs for motor driven equipment shall be powered by the driven equipment. Outputs shall withstand a surge of at least 80 amperes for 15 milliseconds. 2- 3.08.08. Analog Input Modules. Analog input modules shall accept linear 4 -20 mA dc signals from field transmitters. Input circuitry shall be floating differential type designed to prevent loop grounding. Analog to digital conversion accuracy shall be at least 12 bit (0 -4095 count) resolution. 2- 3.08.09. Analog Output Modules. Analog output modules shall transmit linear 4 -20 mA dc signals to field devices. Loop power for all analog outputs shall be provided by regulated power supplies in each input/output enclosure and shall be capable of driving a 0 to 600 ohm load. Digital to analog conversion accuracy shall be at least 12 bit (0 -4095 count) resolution. 2- 3.08.10. Panel Terminations. All PLC input/output signals for field connections shall be terminated through panel enclosure terminal strips. Direct connection of field wiring to the I/O module terminals is not acceptable. 2 -4. COMMUNICATIONS. Each programmable controller system shall be furnished complete with communication hardware modules for local input/output hardware, remote input/output hardware, other programmable controllers, or for host computers as required. City of Yakima, Washington 13530 Programmable Logic Controllers PN 132965 -11- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Communication hardware shall be compatible with the cable, data highway, fiber optic, or radio communication media as required. 2 -4.01. Addressability. Each programmable logic controller shall be individually addressable so that only the selected controller responds when queried. At least 30, or a larger number as required, distinct network addresses shall be available. Designation of a controller's network address may be either a software or hardware function. 2 -4.02. Communications Hardware. SYSTEM SUPPLIER shall provide all necessary communications hardware. Hardware shall be included for, but not be limited to, remote I /O, host computer, fiber optics, Ethernet and radio. 2- 4.02.01. PLC to PLC Communications Hardware. Each PLC shall communicate to other PLCs over an Ethernet communications network. SYSTEM SUPPLIER shall include all rack mounted, enclosure mounted, or desktop mounted communications modules required for a complete working system. 2- 4.02.02. PLC to Remote Communications Hardware. The master PLC shall communicate with the remote PLC rack over a remote I/O communications network. SYSTEM SUPPLIER shall include all rack mounted, enclosure mounted, or desktop mounted communications modules required for a complete working system. 2- 4.02:03. PLC to Host Communications Hardware. Each PLC shall communicate to the host computer over an Ethernet communications network. SYSTEM SUPPLIER shall include all rack mounted, enclosure mounted, or desktop mounted communications modules required for a complete working J1G111. 1116 1AJ1111JULG1 0yOLG111 11Quuvvcl G Is pro VIUCU IJy VUICI J. 2 -4.03. Communications Media. SYSTEM SUPPLIER shall provide all necessary cabling for the PLC communications network and PLC remote I/O communications network. Communications cables shall meet the requirements of the manufacturers of the PLCs and communications modules. 2- 4.03.01. Cable. SYSTEM SUPPLIER shall provide all necessary cabling for the PLC system. Communications cables shall meet the requirements of the manufacturers of the PLCs and communications modules. 2- 4.03.01.01. Data Highway Plus Cabling. Not Used. 2- 4.03.01.02. Modbus Plus Cabling. Not Used. City of Yakima, Washington 13530 Programmable Logic Controllers PN 132965 -12- Bid No. 2182 Ultraviolet Disinfection Project Nnvern 2007 2- 4.03.01.03. Metallic LAN Cable. Cable shall be coaxial or shielded pair suitable for installation in conduit. Cable furnished shall meet the following minimum requirements. Coaxial Tinned copper center conductor Cellular polyethylene dielectric Duobond II Shield 95 percent tinned copper braid PVC Jacket Twisted, Shielded pair (STP) Category 5 Copper conductors #24 AWG Aluminum /polyester shield with drain 300 volt rated Minimum 0.037 inch PVC jacket Plenum rated 2- 4.03.01.04. Fiber Optic Cable. Fiber optic cable is to be furnished by others. Where patch panels or fiber distribution panels are used, all fibers, including spares, shall be properly terminated in the panel. Fiber diameter shall be coordinated with the transceivers or modems supplied. Cable connectors shall be ST type. Bulk fibers entering a PLC enclosure shall be terminated in a patch panel. Zip - cords shall be run from the patch panel to the PLC components. Fiber optic terminations shall be performed by the Contractor in accordance with the manufacturer's recommendations. 2- 4.03.02. Fiber Optic Communications Hardware. SYSTEM SUPPLIER shall provide all necessary fiber optics transceivers and modems for the PLC system. City of Yakima, Washington 13530 Programmable Logic Controllers PN 132965 -13- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Communications hardware shall meet the requirements of the manufacturer of the PLCs. Fiber optic modems shall meet the following requirements: Full Duplex four wire. Point -to -Point configuration. Asynchronous multimode RS -232, RS -422, and RS -485. Asynchronous RS -232. Asynchronous RS -422. Data Rate of 19.2 KBS for RS -232. Data Rate of 5 MBS for RS -422. LED indicators for power, transmit data, and receive data. 2- 4.03.03. Radio Communications Hardware. Not Used. 2 -5. PROGRAMMING DEVICE HARDWARE. The programming device shall be a portable notebook computer as specified in another section. SYSTEM SUPPLIER shall provide two interconnecting cables, each 5 meters long, to connect the computer to the programmable logic controller. The cables shall be shielded data cable and shall be terminated on both ends with the appropriate connectors. Connectors shall be labeled to identify the connected equipment. 2 -5.01. Special Devices. SYSTEM SUPPLIER shall provide two sets of any special devices (such as null modems, adapter cards, interface converters, etc.) required to establish an operational programming line between the programmable logic controllers and programming device. 2 -6. PROGRAMMING SOFTWARE. Provided by Others. 2 -7. SYSTEM ENCLOSURES. Programmable logic controllers and input/output hardware shall be housed in shop - assembled panels as indicated on the drawings and as described in Section 13570. 2 -8. SYSTEM ENCLOSURES. Programmable logic controllers and input/output hardware shall be housed in existing panels or panels provided by others. PART 3 - EXECUTION City of Yakima, Washington 13530 Programmable Logic Controllers PN 132965 -14- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3 -1. INSTALLATION REQUIREMENTS. PLCs installation requirements are specified in Section 13500 except as described herein. Field check, testing, and training shall be as specified in Section 13500. 3 -2. CONFIGURATION. 3 -2.01. PLC Programming and Configuration. By Others. 3 -2.02. Communications Configuration. The communications shall be fully configured and installed by SYSTEM SUPPLIER, and shall be operational before application software configuration by others. Communications shall be configured as shown on the block diagram drawing. 3 -3. FIBER OPTIC CABLE INSTALLATION AND TESTING. Extend fiber optic cable provided by Others to the new PLC enclosure. The fiber optic cable shall be terminated, and tested by an experienced fiber optic network installer. Each fiber of each fiber optic cable shall be tested after installation. For each fiber with a length of more than 100 ft, an end -to -end power attenuation (insertion loss) test shall be performed. The attenuation test shall utilize a stabilized optical source and an optical power meter calibrated to the appropriate wavelength (850 or 1300 nm). For each installed fiber the power attenuation shall not exceed the values recommended by the fiber optic transceiver manufacturer. Any fiber optic cables containing one or more fibers not meeting this performance will not be accepted by OWNER. Cable shall be repaired or replaced. All necessary hardware, test equipment, cables and test meters, required for the testing shall be provided. The results of the fiber optic cable testing shall be documented and submitted to OWNER. • End of Section City of Yakima, Washington 13530 Programmable Logic Controllers PN 132965 -15- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 13560 INSTRUMENTATION GENERAL REQUIREMENTS Data Sheet Paragraph Description Data Units General Instruments and devices are i P &ID drawings indicated on , _ Instrument Device Schedule drawings i 13560 -SO Schedules Individual Device Specifications 13561 through 13565 Sheet Numbers of attached 13560 - SO Schedules General Equipment Requirements c Yes No Range of elevation for project 950 -1050 ft Ambient temperature range for 40 -104 °F indoor instrumentation Ambient temperature range for -20 - 110 °F outdoor instrumentation Spare Parts Duplicate full set of lamps for i annunicators Duplicate full set of lamps for indicating lights One year's supply of spare charts and ink for each recorder i Other When "Other" is selected, indicate parts. Individual Device Specifications (PR 2 -1) See Section 13561 for Panel ( Yes Mounted Instruments. No Quantity of Programming Devices required for Panel Mounted Instruments Copies of Diagnostic /Interface Software required for Panel Mounted Instruments City of Yakima, Washington 13560 Instrumentation General Requirements PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 See Section 13562 for Flow Yes Instruments. r No Quantity of Programming Devices required for Flow Instruments Copies of Diagnostic /Interface Software required for Flow Instruments See Section 13563 for Pressure c Yes and Level Instruments. No Quantity of Programming Devices required for Pressure and Level Instruments Copies of Diagnostic /Interface Software required for Pressure and Level Instruments See Section 13564 for Analytical r- Instruments. No Quantity of Programming Devices required for Analytical Instruments Copies of Diagnostic /Interface Software required for Analytical Instruments See Section 13565 for r • Yes Miscellaneous Instruments. No Quantity of Programming Devices required for Miscellaneous Instruments Copies of Diagnostic /Interface Software required for Miscellaneous I 'instruments 1 I I City of Yakima, Washington 13560 Instrumentation General Requirements PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 13560 INSTRUMENTATION GENERAL REQUIREMENTS PART 1 - GENERAL 1 -1. SCOPE. This section covers the furnishing of all instrumentation equipment required for the Instrumentation and Control System as indicated on the drawings and as required. Principal components of the instrumentation systems shall be as indicated on the P &ID drawings; as indicated on the instrument device schedule drawings; as indicated on the instrument device schedules attached to this Section 13560, or to Sections 13561 through 13565, as required. 1 -1.01. Control System. Section 13500 shall apply to all systems described in this section. All applicable requirements defined in Section 13500 shall apply to equipment and services provided under Section 13560. 1 -1.02. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet ". 1 -2. GENERAL. SYSTEM SUPPLIER shall select the equipment furnished under this section for its superior quality and the intended performance. The SYSTEM SUPPLIER shall install all equipment in accordance with the manufacturer's instructions. Equipment and materials used shall be subject to review and shall comply with the following requirements. 1- 2.01.. General Equipment Requirements. As required, the General Equipment Requirements section shall apply to all equipment provided under this section. 1 -2.02. Drawings. Supplementing this section, the drawings indicate locations and arrangement of instruments and enclosures, provide mounting details, and may show device schedules and other information regarding the connection and interaction with other equipment. 1 -2.03. Governing Standards. Governing Standards for instruments shall be as indicated in Section 13500. 1 -2.04. Corrosive Fluids. All parts, which are exposed to corrosive conditions, shall be made from corrosion resistant materials. SYSTEM SUPPLIER shall submit certification that the instrument manufacturer approves the selection of City of Yakima, Washington 13560 Instrumentation General Requirements PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 materials of primary elements that are in contact with the specified process fluid to be inert to the effects of the process fluid. 1 -2.05. Elevation and Temperature. All instruments shall be designed to operate within a range of elevation and temperature as required. 1 -2.06. Power and Instrument Signals. Unless otherwise indicated, electric power supply to the instrumentation equipment will be unregulated 120 volts ac. Unless otherwise indicated, all transmitted electronic analog instrument signals shall be 4 -20 mA dc and shall be linear with the measured variable. 1 -2.07. Appurtenances. Signal converters, signal boosters, amplifiers, special power supplies, special cable, special grounding, and isolation devices shall be furnished as needed for proper performance of the equipment. 1 -2.08. Interchangeability and Appearance. To the extent possible, instruments used for similar types of functions and services shall be of the same brand and model line. Similar components of different instruments shall be the products of the same manufacturer to facilitate maintenance and stocking of repair parts. Whenever possible, identical units shall be furnished. 1 -2.09. Programming Devices. A programming or system- configuring device shall be provided for systems that contain any equipment that requires such a device for routine calibration, maintenance, and troubleshooting. The program- ming device shall be complete, newly purchased for this project, and shall be in like -new condition when turned over to OWNER at completion of startup. 1 -2.10. Device Tag Numbering System. All devices shall be provided with permanent identification tags. The tag numbers shall agree with SYSTEM SUPPLIER'S eq �i dra‘vrin nn.-1 s h a ll h., n close !. practical tom. l4.�. +..... equipment uIG7VV al IV shall L, c IiIVJG as prQL,LIL c to LIIG Lc numbers used on the project drawings and device schedules. All field - mounted transmitters and devices shall have stamped stainless steel identification tags. Panel, subpanel, and rack - mounted devices shall have laminated phenolic identification tags securely fastened to the device. Hand - lettered or tape labels will not be acceptable. 1 -3. SUBMITTALS. Submittals shall be as required in Section 13500. 1 -4. DELIVERY, STORAGE, AND SHIPPING. Delivery, storage and shipping shall be as required in Section 13500. 1 -5. SPARE PARTS. Spare parts shall be provided as required. City of Yakima, Washington 13560 Instrumentation General Requirements PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 PART 2 — PRODUCTS 2 -1. INDIVIDUAL DEVICE SPECIFICATIONS. Individual instruments and related devices shall be provided as specified in one or more of the following sections, as required: 13562 Flow Instruments 13565 Miscellaneous Instruments PART 3 - EXECUTION 3 -1. INSTRUMENTATION INSTALLATION REQUIREMENTS. Additional instrumentation installation requirements are specified in Section 13500. Instruments shall be installed and calibrated in accordance with the following requirements. 3 -1.01. Field Calibration. After each instrument has been installed, a technical representative of SYSTEM SUPPLIER shall calibrate each instrument and shall provide a written calibration report for each instrument, indicating the results and final settings. The adjustments of calibrated instruments shall be sealed or marked, insofar as possible, to discourage tampering. Instrument calibration shall be done before checkout of the system operation. A typical instrument calibration report is attached to the end of each section. 3 -1.02. Systems Check. A technical representative of SYSTEM SUPPLIER shall participate in the checkout of instrumentation systems. Systems check requirements shall be as specified in Section 13500. 3 -1.03. Installation Test Equipment. Unless specified otherwise, all test equipment for the calibration and checking of system components shall be provided by SYSTEM SUPPLIER for the duration of the testing work and this test equipment will remain the property of SYSTEM SUPPLIER. 3 -1.04. Mounting of Field Instruments. Instruments shall be mounted so that they can be easily read and serviced and so that all appurtenant devices can be easily operated. Installation details for some instruments are indicated on the drawings. 3 -2. CUSTOMER TRAINING. Instrumentation training is covered in Section 13500. End of Section City of Yakima, Washington 13560 Instrumentation General Requirements PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 INSTRUMENT NAME & SERVICE: BRAND & MODEL NO.: TAG OR LOOP NO.: INPUT /OUTPUT RANGE: ACTUAL DESIRED INPUT OUTPUT OUTPUT PROPORTIONAL BAND: RESET: POSITION OF SWITCHES, JUMPERS, ETC. COMMENTS: DATE OF CALIBRATION: CALIBRATED BY: Black & Veatch INSTRUMENT CALIBRATION Figure 1 -13560 REPORT City of Yakima, Washington 13560 -Fig1 Instrument Calibration Report PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 13562 FLOW INSTRUMENTS Data Sheet Para- Description Data Units graph General Differential Pressure Flow Transmitters 2 -2.01 Differential Pressure Flow ° Yes Transmitter(s) required No When "Yes" is selected, indicate Smart Type type. Other Multiple Instruments When "Other" is selected, indicate alternative. Magnetic Flowmeters 2 -2.02 Magnetic Flowmeter(s) required r Yes 4 No Special type of meter housing ; Splash -proof and drip -proof required. F Submersible Hazardous area Multiple instruments Pulse output from converter , Yes required. " No Multiple instruments Totalizer required on signal ;* Yes converter. No Multiple instruments When "Yes" is selected, indicate Non -reset 7 digit type. Manual reset 6 digit Multiple instruments "Smart" type converter required. Yes No Multiple instruments City of Yakima, Washington 13562 Flow Instruments PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Open Channel Ultrasonic Flowmeters 2 -2.03 Open - Channel Ultrasonic Yes Flowmeter(s) required No Special type of sensor housing Yes required for hazardous area. No Multiple instruments Installation requirements are .. Yes indicated on the drawings. No Indoor signal converter housings Yes required. No Outdoor signal converter housings '.,. Yes required. No Totalizer required on signal Yes converter. " No Multiple instruments Pulse output from converter Yes required. No r- Multiple instruments Open Channel Admittance Probe Flowmeters 2 -2.04 Open Channel Admittance Probe Yes Flowmeter required No Flow indicator required on signal -- Yes ( converter. No 1 "viuitipe ii struments Flow totalizer required on signal Yes converter. No Multiple instruments Doppler Ultrasonic Flowmeters 2 -2.05 Doppler Ultrasonic Flowmeter Yes required ;: No Flow totalizer required Yes No Multiple instruments In -Line Ultrasonic Flowmeters (Single Path) 2 -2.06 In -Line Ultrasonic Flowmeter(s) ,- Yes (Single -Path) required No City of Yakima, Washington 13562 Flow Instruments PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Select temperature range +32 to +130 °F [0 to +54 °C] -20 to +140 °F [ -28 to +60 °C] Tranducers removable without Yes depressurizing or dewatering. No Multiple instruments In -Line Ultrasonic Flowmeters (Multi -Path) 2 -2.07 In -Line Ultrasonic_ Flowmeters Yes (Multi -Path) required 4 No AC power receptacle required on Yes transmitter. t No S' Multiple instruments Averaging Pitot Type Flow Elements 2 -2.08 Averaging Pitot -Type Flow Yes Elements required 4- No Element support mount required. r Yes No Thermal Dispersion Flowmeters 2 -2.09 Thermal Dispersion Flowmeters Yes required r* No 1 inch [25mmj MNPT mounting Yes connection required. No Multiple instruments Isolation valve and packing gland Yes required. r No r• Multiple instruments Transmitter mounting requirements. On sensing element assembly Remote within 30 feet Multiple instruments Enclosure type NEMA Type 4 4. For hazardous area Multiple instruments Propeller Flowmeters 2 -2.10 Propeller Flowmeters required Yes No City of Yakima, Washington 13562 Flow Instruments PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Suitable for use with potable water. Yes No Multiple instruments Rate of flow indicator required. <" Yes - N o - Multiple instruments Siena! converter required. r Ye - N o - Multiple instruments Turbine Flowmeters 2 -2.11 Turbine Flowmeter required '" Yes No Signal converter required. Yes No Multiple instruments Orfice Plates 2 -2.12 Orifice Plates required Yes +° No Differential Pressure Flow Indicators 2 -2.13 Differential Pressure Flow Yes Indicators required '+ No Gas Service Rotameters 2 -2.14 Gas Service Rotameters required Yes L 4- No Liquid Service Rotameters 2 -2.15 Liquid Service Rotameters required Yes No Target -Type Flow Switches 2 -2.16 Target -Type Flow Switches Yes required No 'Other Fiow instruments Yes No When "Yes" is selected, indicate other flow instruments City of Yakima, Washington 13562 Flow Instruments PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 13562 FLOW INSTRUMENTS PART 1 - GENERAL 1 -1. SCOPE. This section covers the furnishing of all flow instruments and accessories required the Instrumentation and Control System as indicated on the drawings and as required. Equipment and services provided under this section shall be subject to the General Instrumentation Requirements specified in Section 13500 and Section 13560. This section shall be used and referenced only in conjunction with Section 13560. Supplementing Section 13560, instrument data, special requirements, and options are indicated on the drawings or the Instrument Device Schedule, as required. When multiple flow instruments of a particular type are indicated on the Data Sheet, and each requires different selectable features, the required features are described on the drawings or in the Instrument Device Schedule. 1 -1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet ". 1 -2. DESIGN CRITERIA. Each device shall be a pre - assembled, packaged unit. Upon delivery to the work site, each device or system shall be ready for installation with only minor piping and electrical connections required by CONTRACTOR. Primary elements shall derive any required power from the transmitter, unless otherwise indicated. The instruments shall be installed to measure, monitor, or display the specified process at the ranges and service conditions indicated on the drawings or as indicated in the Instrument Device Schedule. The instruments shall be installed at the locations indicated on the drawings or in the Instrument Device Schedule. Where possible, each instrument shall be factory calibrated to the calibration ranges indicated on the drawings or in the Instrument Device Schedule. Transmitters or similar measurement instruments shall be calibrated using National Institute of Standards and Testing (NIST) approved bench calibration procedures, when such procedures exist for the instrument type. For "smart" devices, calibration data shall be stored digitally in each device, including the City of Yakima, Washington 13562 Flow Instruments PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 instrument tag designation indicated on the drawings or Instrument Device Schedule. 1 -3. SUBMITTALS. Submittals shall be made in accordance with the requirements of Section 13500. 1 -4. SHIPMENT, PROTECTION, AND STORAGE. Equipment provided under this section shall be shipped, protected, and stored in accordance with the requirements of Section 13500. Identification of packaging shall be as described in Section 13500. 1 -4.01. Cleaning. Instruments indicated to be utilized in oxygen, ozone, or similar service shall be cleaned for oxygen service, labeled appropriately, and bagged or packaged as necessary to ensure the instrument will remain suitable for insertion in the process during installation. Any special mounting or installation requirements associated with such instruments shall be detailed on tags attached to the instrument. PART 2 - PRODUCTS 2 -1. GENERAL. The following paragraphs provide minimum device requirements. The drawings or Instrument Device Schedule shall be used to determine any additional instrument options, requirements, or service conditions. 2 -1.01. Interconnecting Cable. For instruments where the primary element and transmitter are physically separated, interconnecting cable from the element to the transmitter shall be provided. The cable shall be the type approved by the instrument manufacturer for the intended purpose of interfacing the element to the transmitter. Length of cable s hall be of three the a s s I litter . Lei lgU l of cab e shall be a f i i 1 u l l oI U II ee f I lelers or as indicated on the drawings or in the Instrument Device Schedule. 2 -1.02. Programming Device. For instruments that require a dedicated programming device for calibration, maintenance, or troubleshooting, one such programming device shall be provided for each OWNER facility (quantity required shall be as indicated in the Section 13560 general data sheet). The programming device shall include appropriate operation manuals and shall be included in the training requirements. For systems that allow the programming device functions to be implemented in software, running on a laptop computer, the software shall be provided instead of the programming device. 2 -1.03. Configuration Software /Serial Interface. Devices indicated as requiring a serial interface shall be provided with all accessories required to properly communicate over the serial link. As a minimum, an appropriate cable shall be provided to allow the transmitter serial interface to be connected to a personal computer. One licensed copy of the diagnostic /interface software shall be City of Yakima, Washington 13562 Flow Instruments PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 provided for each OWNER facility (quantity required shall be as indicated in the Section 13560 general data sheet). Software shall be capable of running under Microsoft's Windows 98, Windows Me, Windows 2000, Windows NT 4.0, and Windows XP operating systems. If the software furnished performs the same functions as the programming device, specified elsewhere, then the programming device shall not be furnished. 2 -2. FLOW INSTRUMENTATION. 2 -2.01. "Smart" Differential Pressure Flow Transmitters. Not Used 2- 2.02.02. Magnetic Flowmeter Signal Converters. Not Used. 2 -2.03. Open Channel Ultrasonic Flowmeters. Not Used. 2 -2.04. Open Channel Admittance Probe Flowmeters. Not Used. 2 -2.05. Doppler Ultrasonic Flowmeters. Not Used 2 -2.06. In -Line Type Ultrasonic Flowmeters (Single Path). Not Used. 2 -2.07. In -Line Type Ultrasonic Flowmeters (Multi- Path). Not Used. 2 -2.08. Averaging Pitot Type Flow Elements. Not Used. 2 -2.09. Thermal Dispersion Flowmeters. Not Used. 2 -2.10. Propeller Flowmeters. Not Used. 2 -2.11. Turbine Flowmeters. Not Used. • 2 -2.12. Orifice Plates. Not Used. 2 -2.13. Differential Pressure Flow Indicators. Not Used. 2 -2.14. Gas Service Rotameters. Not Used. 2 -2.15. Liquid Service Rotameters. Rotameters shall be all metal variable area type utilizing an integral orifice plate and conical float. Float position shall be directly visible through a sealed glass or plexiglass viewing window. Flow scale shall be engraved on the viewing window. Flowmeter components shall be in accordance with the Material Class Sheets. Where not covered by the Material Class Sheets, flowmeter wetted components shall be AISI Type 316 stainless steel. Float viewing window materials shall be compatible with the measured process, as indicated in the Instrument Data Sheets. Flowmeter connections shall be 150 lb ANSI flanges, or NPT as shown on the Drawings. City of Yakima, Washington 13562 Flow Instruments PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Where indicated in the Instrument Data Sheets or Instrument Device Schedule, flowmeters shall be provided with an adjustable, magnetic actuated switch. The switch shall actuate at the flow value listed in the Instrument Data Sheet. Switches shall be rated 5A at 120 volts ac. Each rotameter shall be provided with all required mounting hardware to securely mount the unit according to the mounting requirements indicated in the Instrument Data Sheet or Instrument Device Schedule. Mounting and installation hardware shall be AISI Type 316L stainless steel. Liquid service rotameters shall be ABB or equal. 2 -2.16. Target -Type Flow Switches. Not Used. Switches shall be Magnetrol, or equal. PART 3 - EXECUTION 3 -1. FIELD SERVICES. Manufacturer's field services shall be provided for installation, field calibration, startup, and training as specified in Section 13560. instruments shall not be shipped to the Work Site until two weeks prior to the scheduled installation. The SYSTEM SUPPLIER shall be responsible for coordinating the installation schedule with the Installation Contractor. Each shipment shall contain a listing of protective measures required to maintain sensor operation, including a listing of any common construction or cleaning chemicals that may affect instrument operation. End of Section City of Yakima, Washington 13562 Flow Instruments PN 132965 -8- Bid No. 2182 1 lltra�iinlet Disinfection e Projct November , �d�i�ber 2007 Section 13565 MISCELLANEOUS INSTRUMENTS Paragraph Description Data Unit General 2 -2.01 Resistance temperature detectors _. Yes (RTDs) and transmitters required. :: No Type of RTD mounting required. r- Pipe thread mounted ;_. Weld mounted Multiple Instruments Approximate depth of RTD In [mm] thermowell. 2 -2.03 Temperature switches required. < Yes No 2 -2.04 Temperature gauges required. Yes No 2 -2.05 Field- mounted process indicators r-" Yes required. No If "Yes" checked above, are field- Yes mounted process indicators r - No required to be the digital type? Multiple Indicators 2 -2.06 Milliamp calibrator required. Yes No 2 -2.07 Pressure calibrator required. t Yes ' No 2 -2.08 Multi- function instrument calibrator Yes required. r* No If "Yes" checked above, are __ Yes pressure calibration capability and ; No air pump required. 2 -2.09 Manometer required. r" Yes *- No 2 -2.10 Proximity (door) switches required. 4- Yes No 2 -2.11 Vibration switches required. Yes No 2 -2.12 Instrument shutoff valves required. ,__. Yes «- No 2 -2.13 Limit Switches required. Yes No 2 -2.14 Modulating Valve Positioners r Yes required. ; No City of Yakima, Washington 13565 Miscellaneous Instruments PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -2.15 Current -to- Pressure Transducers Yes required. a No 2 -2.16 Valve Position Transmitters Yes required. ;* No Other Miscellaneous ' Yes Instruments No 2 -2.17 When "Yes" is selected, indicate Room Temperature Transmitters other miscellaneous instruments City of Yakima, Washington 13565 Miscellaneous Instruments PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 13565 MISCELLANEOUS INSTRUMENTS PART 1 - GENERAL 1 -1. SCOPE. This section covers the furnishing of all miscellaneous instruments and accessories required for the Instrumentation and Control System as indicated on the drawings and as required. Equipment and services provided under this section shall be subject to the General Instrumentation Requirements specified in Section 13500 and Section 13560. This section shall be used and referenced only in conjunction with Section 13560. Supplementing Section 13560, instrument data, special requirements, and options are indicated on the Instrument Device Schedule, as required. When multiple miscellaneous instruments of a particular type are indicated on the Data Sheet, and each requires different selectable features, the required features are described in Instrument Device Schedule. 1 -1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet ". 1 -2. DESIGN CRITERIA. Each device shall be a pre - assembled, packaged unit. Upon delivery to the work site, each device or system shall be ready for installation with only minor piping and electrical connections required by SYSTEM SUPPLIER. • Primary elements shall derive any required power from the transmitter, unless otherwise indicated. The instruments shall be installed to measure, monitor, or display the specified process at the ranges and service conditions indicated on the Instrument Device Schedule. The instruments shall be installed at the locations indicated on the Instrument Device Schedule. Where possible, each instrument shall be factory calibrated to the calibration ranges indicated in the Instrument Device Schedule. Transmitters or similar measurement instruments shall be calibrated using National Institute of Standards and Technology (NIST) approved bench calibration procedures, when such procedures exist for the instrument type. For "smart" devices, calibration City of Yakima, Washington 13565 Miscellaneous Instruments PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 data shall be stored digitally in each device, including the instrument tag designation indicated on the Instrument Device Schedule. 1 -3 SUBMITTALS. Submittals shall be made in accordance with the requirements of Section 13500. 1 -4 SHIPMENT, PROTECTION, AND STORAGE. Equipment provided under this section shall be shipped, protected, and stored in accordance with the requirements of Section 13500. Identification of packaging shall be as described in Section 13500. PART 2 - PRODUCTS 2 -1. GENERAL. The following paragraphs provide minimum device requirements. The Instrument Device Schedule shall be used to determine any additional instrument options, requirements, or service conditions. 2 -1.01. Interconnecting Cable. For systems where the primary element and transmitter are physically separated, interconnecting cable from the element to the transmitter shall be provided. The cable shall be the type approved by the instrument manufacturer for the intended purpose of interfacing the element to the transmitter. Length of cable shall be a minimum of three meters or as indicated in the instrument Device Schedule. 2 -1.02. Programming Device. For systems which require a dedicated programming device for calibration, maintenance, or troubleshooting, one such programming device shall be provided for each OWNER facility (quantity required shall be as indicated in the Section 13560 general data sheet). The programming device shall include appropriate operation manuals and shall be included in the training requirements. For systems that allow the programming device functions to be implemented in software, running on a laptop computer, the software shall be provided instead of the programming device. 2 -1.03. Configuration Software /Serial Interface. Devices indicated as requiring a serial interface shall be provided with all accessories required to properly communicate over the serial link. As a minimum, an appropriate cable shall be provided to allow the transmitter serial interface to be connected to a personal computer. One licensed copy of the diagnostic /interface software shall be provided for each OWNER facility (quantity required shall be as indicated in the Section 13560 general data sheet). Software shall be capable of running under Microsoft's Windows Me, Windows 2000, Windows 98, Windows NT 4.0, and Windows XP operating systems. If the software furnished performs the same functions as the programming device, specified elsewhere, then the programming device shall not be furnished. City of Yakima, Washington 13565 Miscellaneous Instruments PN 132965 -4- Bid No. 2182 I Iltra D Project November 2007 2 -2. MISCELLANEOUS INSTRUMENTS. 2 -2.01. Resistance Temperature Detectors. Not Used. 2 -2.02. "Smart" Resistance Temperature Transmitters. Not Used. 2 -2.03. Temperature Switches. Not Used. 2 -2.04. Temperature_ Gauges. Not Used. 2 -2.05. Field- Mounted Process Indicators. Not Used. 2 -2.06. Milliamp Calibrator. Not Used. 2 -2.07. Pressure Calibrator. Not Used. 2 -2.08. Multi- function Instrument Calibrator. Not Used. 2 -2.09. Manometer. Not Used. 2 -2.10. Proximity (Door) Switches. Proximity switches shall be magnetic proximity type, consisting of two sensors. One sensor shall be fixed to the door and the other to the door frame. The sensor mounted to the door shall have no electrical connections. Switches shall be provided with DPDT contacts rated 5 amperes at 120 V ac. All necessary mounting hardware shall be provided to allow both the sensors to be installed at the locations indicated on the drawings. 2 -2.11. Vibration Switches Not Used. 2 -2.12. Instrument Shutoff Valves. Not Used. 2 -2.13. Limit Switches. Not Used. 2 -2.14. Modulating Valve Positioners. Not Used. 2 -2.15. Current -to- Pressure Transducers. Not Used. 2 -2.16. Valve Position Transmitters. Not Used. 2 -2.17. Room Temperature Transmitters. Where indicated on the drawings, room temperature transmitters shall be 100 ohm platinum RTD sensors with 4- 20mA output transmitters. The transmitters shall have linear outputs, and be scaled to a range of 20 to 120 degrees Fahrenheit. The room transmitter shall be encased in a plastic wall mount enclosure. Units shall be as manufactured by Automation Components Inc. (ACI), model TT100- (3)- R -(4). City of Yakima, Washington 13565 Miscellaneous Instruments PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 PART 3 - EXECUTION • 3 -1. FIELD SERVICES. Manufacturer's field services shall be provided for installation, field calibration, startup, and training as specified in Section 13560. Instruments shall not be shipped to the Work Site until two weeks prior to the scheduled installation. The SYSTEM SUPPLIER shall be responsible for coordinating the installation schedule with the Installation Contractor. Each shipment shall contain a listing of protective measures required to maintain sensor operation, including a listing of any common construction or cleaning chemicals that may affect instrument operation. End of Section City of Yakima, Washington 13565 Miscellaneous Instruments PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 13570 PANELS, CONSOLES, AND APPURTENANCES Data Sheet Paragraph Description Data Units General 1 -2.01 General Equipments Requirements Yes (PR 1 -2) ,' = No Spare parts (PR 1 -5) Freestanding Vertical Panels (PR _ UVBCP 2 -2) Freestanding Vertical Panels , Yes required I No Panel Front Door required ;t Yes No Mounted Instruments required Yes No Instrument Arrangement Detailed Yes No Open bottom for conduit entrance. - Yes No Top removable access plate(s) l Yes required. c* No Panel Arrangement Shown on 4. Yes Drawings No Filter Consoles (PR 2 -3) 2-3 Filter Consoles required Yes No Construction <` Steel Fiberglass Mounting c' Floor c Raised curb Height 54 inches [1.35 m] Other When "Other" is selected, indicate alternative console height Wall Mounted Cabinets (PR 2 -4) 2-4 Wall Mounted Cabinets required. Yes No Wall Mounted Instrument Subpanels (PR 2 -5) City of Yakima, Washington 13570 Panels, Consoles, and Appurtenances PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2-5 Wall Mounted Instrument Yes Subpanels required 4 No Control System Consoles and Enclosures (PR 2 -6) 2-6 Control System Console(s) Yes required. No 2 -6.09 Printer enclosures Yes Number of printer enclosures No. required 2 -6.10 Printer stands r- Yes 4 * No Number of printer stands required No. Provide additional wiring and i' CCTV receptacles for: r Security system F Intercom Radio Provide mounting kits for: CCTV E Security system E Intercom Radio CPU shelves Fixed Slideout Exterior panels Oak veneer Plastic Laminate Metal Work surface nosing Solid oak Soft urethane Console front nak , veneer F- Plastic laminate Metal Task lighting Continuous Retractable Control System Furniture (PR 2 -7) 2-7 Control system furniture required Yes No 2 -7.05 Task lighting required Yes ;,- No 2 -7.06 CPU mounting required Yes ;a No 2 -7.09 Printer stand required Yes No City of Yakima, Washington 13570 Panels, Consoles, and Appurtenances PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -7.10 Cabinet required Yes ' No City of Yakima, Washington 13570 Panels, Consoles, and Appurtenances PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 13570 PANELS, CONSOLES, AND APPURTENANCES PART 1 - GENERAL JUurt. i his section covers the furnishing of paneis, consoles, and appurtenances, as required and as indicated on the drawings. 1 -1.01. Control System. Section 13500 shall apply to all equipment furnished under this section. 1 -1.02. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet ". 1 -2. GENERAL. Equipment furnished and installed under this section shall be fabricated and assembled in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. 1 -2.01. General Equipment Requirements. As required, the General Equipment Requirements section shall apply to all equipment provided under this section. 1 -2.02. Drawings. General dimensions and arrangements are indicated on the drawings. SYSTEM SUPPLIER shall be responsible for coordinating the console and enclosure sizes and arrangements to accommodate the equipment provided. 1 -3. SUBMITTALS Submittals shall he as required in Section 13500 1 -4. DELIVERY, STORAGE, AND SHIPPING. Delivery, storage and shipping shall be as required in Section 13500. 1 -5. SPARE PARTS. Spare parts shall be provided as required. PART 2 - PRODUCTS. 2 -1. PANEL DESIGN AND FABRICATION FEATURES. All panels furnished shall conform to the requirements of NEMA ICS -6 -1993. Unless indicated otherwise on the drawings, the following paragraphs describe general fabrication requirements for the PLC cabinets, instrument panels, consoles, enclosures, and subpanels. City of Yakima, Washington 13570 Panels, Consoles, and Appurtenances PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -1.01. Piping. Pneumatic tubing shall be 1/4 inch [6 mm] OD, soft annealed copper with compression fittings. Tubing and fittings shall be as specified in the miscellaneous piping section. 2- 1.01.01. Fittings. Compression type bulkhead fittings shall be provided near the bottom or the top of the panel for all field connections. Compression nuts and sleeves shall be provided for the field connections. Indicators, recorders, controllers, and other pneumatic devices shall be provided with plugged test connections and shutoff valves for isolation. 2- 1.01.02. Valves. All devices shall have separate air supply shutoff valves. Valves and compression fittings shall be as manufactured by Nupro, Parker Hannifin, Swagelock, Tylok, or Whitey. 2 -1.02. Instrument Wiring. All internal instrument and component device wiring shall be as normally furnished by the manufacturer. Annunciator and indicating light circuits shall be minimum 16 AWG. Electronic analog circuits shall be 16 AWG twisted and shielded pairs rated not less than 300 volts. Analog circuits shall be separated from ac power circuits. 2 -1.03. Power Entrance. The power entrance to each panel shall be provided with a surge protection device. Surge protectors shall be nominal 120 volts ac with a nominal clamping voltage of 200 volts. Surge protectors shall be of a nonfaulting and noninterrupting design, with a response time of not more than 5 nanoseconds. Surge protectors shall be Innovative Technology "PTX 080- 1P101", Power Integrity Corporation "ZTAS -30 ", or Transtector "ACP 100 BW3 ". 2 -1.04. Power Wiring. Power distribution wiring on the line side of panel fuses shall be minimum 12 AWG. Secondary power distribution wiring and wiring for control circuits shall be minimum 14 AWG. Wiring for ac power distribution, dc power distribution, and control circuits shall have different colors and shall agree with the color- coding legend on SYSTEM SUPPLIER'S panel wiring diagrams. With the exception of electronic circuits, all interconnecting wiring and wiring to terminals for external connection shall be stranded copper, insulated for not less than 600 volts, with a moisture resistant and flame retardant covering rated for not less than 90 °C. 2 -1.05. Terminal Blocks. Terminal blocks for external connections shall be suitable for 12 AWG wire and shall be rated 30 amperes at not less than 300 volts. Terminal blocks shall be fabricated complete with marking strip, covers, and pressure connectors. Terminals shall be labeled to agree with identification shown on the supplier's submittal drawings. A terminal shall be provided for each conductor of external circuits, plus one ground for each shielded cable. Not less than 8 inches of clearance shall be provided between the terminal strips and the base of vertical panels for conduit and wiring space. City of Yakima, Washington 13570 Panels, Consoles, and Appurtenances PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Not less than 25 percent spare terminals shall be provided. Each control loop or system shall be individually fused, and all fuses or circuit breakers shall be clearly labeled and located for easy maintenance. 2 -1.06. Device Tag Numbering System. All devices shall be provided with permanent identification tags. The tag numbers shall agree with the Instrument Device Schedule and with the supplier's equipment drawings. All field- mounted transmitters and devices shall have stamped stainless steel identification tags_ Panel, subpanel, and rack - mounted devices shall have laminated phenolic identification tags securely fastened to the device. Hand - lettered labels or tape labels will not be permitted. 2 -1.07. Nameplates. Nameplates shall be provided on the face of the panel or on the individual device as required. Panel nameplates shall have approximate dimensions and legends, as indicated on the drawings, and shall be made of laminated phenolic material having engraved letters approximately 3/16 inch [5 mm] high extending through the black face into the white layer. Nameplates shall be secured firmly to the panel. Panel face nameplates do not replace the requirement for device identification tags as specified under the Device Tag Numbering System paragraph. 2 -1.08. Painting. Interior and exterior surfaces of all panels shall be thoroughly cleaned and painted with rust inhibitive (universal) primer. The panel interior shall be painted white with the manufacturer's standard coating. Ail pits and blemishes in the exterior surface shall be filled. Exterior surfaces shall be painted with one or more finish coats of the manufacturer's standard coating. Finish coats shall have a dry film thickness of at least 4 mils [100 mm]. Color samples shall be submitted to ENGINEER for color selection. One quart [1 liter] of paint shall be furnished with the panels for future touchup painting. 2 -1.09. Factory Test. Panels shall be factory tested electrically and pneumatically by the panel fabricator before shipment. 2 -2. FREESTANDING VERTICAL PANELS. The following paragraphs describe specific requirements for the freestanding vertical panels: 2 -2.01. Construction. Panel construction shall be an indoor, dusttight, completely enclosed cubicle formed from steel structural members and steel plates. The base shall be formed of steel channels, with flanges extending upwards. The base shall be provided with 1/2 inch [12.5 mm] diameter holes at 12 inch [300 mm] centers so that the base can be bolted to the concrete equipment base. Welds, seams, and edges on all exposed surfaces shall be ground smooth. Suitable lifting facilities shall be provided for handling and shipment. City of Yakima, Washington 13570 Panels, Consoles, and Appurtenances PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -2.02. Structure. Panel structure shall be suitably braced and of sufficient strength to support all equipment mounted on or within, to withstand handling and shipment, to remain in proper alignment, and to be rigid and freestanding. Panel heighth and depth shall match motor control centers (nominally 90" high and 20" deep). Width shall be as shown on the drawings. Top, sides, and back shall be fabricated from USS 10 gage [3.42 mm thick] or heavier carbon steel sheets, with stationary back suitable for back to wall installation, or designed for rear access with hinged back doors as required. Doors shall not be greater than 24 inches [600 mm] wide or spaced not greater than 36 inches [900 mm] center to center as required. Panels with double doors shall have interlocking door closures and shall not have center mullions. Rear access doors shall be fabricated from USS 14 gage [1.9 mm thick] or heavier carbon steel. 2 -2.03. Panel Front. As required, the front shall be a hinged door, or doors, with mounted instruments and control devices, fabricated from USS 10 gage [3.42 mm thick] carbon steel sheet and suitably braced and supported to maintain alignment. Panels with hinged fronts shall be of sufficient width to permit door opening without interference with rear projection of flush mounted instruments. 2 -2.04. Doors. Doors shall be essentially full height, having turned back edges and additional bracing to ensure rigidity and prevent sagging. Doors shall be mounted with strong, continuous, piano type hinges with stainless steel hinge pins. Positive latches, acting from a common door handle, shall hold doors securely compressed at top, side, and bottom against rubber gaskets. Furnish doors with keyed alike locking handles. 2 -2.05. Mounted Instruments. As required, the front shall be stationary, with mounted instruments and control devices, fabricated from 3/16 inch [5 mm] carbon steel plate. Panel fronts shall be suitably reinforced between mounting cutouts and drilling to support instruments and devices without deformation and shall be free from waves and other imperfections. As required, panel fronts shall be recessed at the base. Adjoining panel sections shall be accurately shop fitted to assure satisfactory assembly in the field. 2- 2.05.01. Instrument Arrangement. Panel instruments and control devices shall be arranged in a logical configuration for the plant operators. The centerline of recorders shall be within 3 feet [900 mm] and 5' -9" [1.75 m] above the base of the panel for convenient reading and chart replacement. Control switches shall be within 6 feet [1.83 m] and 2' -6" [760 mm] above the base of the panel. Indicators may be located within 2' -6" [760 mm] and 6' -6" [1.98 m] above the base of the panels. Annunciators and clocks may be mounted near the top of the panels. City of Yakima, Washington 13570 Panels, Consoles, and Appurtenances PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -2.06. Conduit Entrance. As required, the bottom shall be open, and components shall be arranged for external wiring conduit and piping to enter from below. As required, the top shall be provided with nominal 1 square foot [0.09 m removable access plates, which may be drilled to accommodate external wiring and conduit to be installed from above. 2 -2.07. Size and Arrangement. Panel dimensions and general instrument arrangement shall be as indicated on the drawings. 2 -2.08. Interior Lighting. Illumination of panel interiors shall be provided by ceiling mounted lamp fixtures spaced at approximately 2' -6" [760 mm] and near the door. Fixtures shall be 100 watt, incandescent or fluorescent tube type, with a common "On -OW switch near each end door. Duplex- grounded receptacles shall be provided for service and maintenance tools at spacing not greater than 5 feet [1.52 m] throughout the length of a panel. The lighting and receptacle circuit shall be fused separately from the instrumentation systems. 2 -3. FILTER CONSOLES. Not Used. 2 -4. WALL- MOUNTED CABINETS. Not Used. 2 -5. WALL MOUNTED INSTRUMENT SUBPANELS. Not Used. 2 -6. CONTROL SYSTEM CONSOLES AND ENCLOSURES. Not Used. 2-7. CONTROL SYSTEM FURNITURE. Not Used. PART 3 - EXECUTION 3 -1. GENERAL INSTALLATION REQUIREMENTS. Installation requirements are specified in Section 13500. In addition, equipment furnished under this section shall conform to the foiiowing manufacturing requirements. 3 -1.01. Piping. All tubing shall be run in horizontal and vertical planes and shall be rigidly supported to withstand handling and shipment. Flexible polyethylene tubing shall be used to connect devices mounted on hinged doors. 3 -1.02. Wiring. All wiring shall be grouped or cabled and firmly supported inside the panel. Label wiring within the panel with wire numbers. 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. Wiring shall be bundled in groups and bound by nylon cable ties or shall be routed in Panduit or similar nonmetallic slotted ducts. Ducts shall be readily accessible within the panel with removable covers and shall have a space of at least 40 percent of the depth of the duct available for future use after installation is complete and all field wiring installed. Sufficient space shall be City of Yakima, Washington 13570 Panels, Consoles, and Appurtenances PN 132965 -8- Bid No. 2182 Ultraviolet Disinfection Project November 2007 provided between cable groups or ducts and terminal blocks for easy installation or removal of cables. Arrange wiring inside the panel to separate low voltage control signals of the milliamp- millivolt or other low energy type from inductive power circuits. 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. 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 3 -1.03. More Than One Panel. Where signal or loop wiring must be routed to more than one panel or device, the required circuit routing shall be as indicated on the one -line diagrams. The panel fabricator shall provide such additional circuits as may be indicated on the electrical schematic drawings. 3 -1.04 Termination Requirements. 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. Provide terminal strips for the termination of panel wiring not directly connected to panel mounted devices. 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 -1.05. Component Installation. 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 Components mounted in the interior shall be fastened to an interior subpanel using machine screws plus adhesive to insure vibration -free attachment. City of Yakima, Washington 13570 Panels, Consoles, and Appurtenances PN 132965 -9- Bid No. 2182 Ultraviolet Disinfection Project November 2007 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. Fnr! rnf Sar^finrl • City of Yakima, Washington 13570 Panels, Consoles, and Appurtenances PN 132965 -10- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 15010 VALVE INSTALLATION Data Sheet Para- Description Data Unit graph 1 -1 Sections applicable to valves to be r 15090 Angle 3_2 installed. 1% 15091 Misc Ball r 15092 Industrial Butterfly r 15093 Check E 15094 Backflow Preventers fiW 15095 Solenoid (` 15096 Globe • I 15097 Pinch and Diaphragm (� 15098 Plug E 15099 Pressure Reducing 1 15100 Misc E 15101 AWWA Butterfly r 15102 Eccentric Plug 1 15103 AWWA Bali r • 15104 Resilient- Seated Gate r 15105 Double Disc Gate i 15108 Air Release /Combination Air I Other When "Other" selected indicate requirements for valves to be installed. 1 -1 Valves furnished by others. r Yes r* No When "Yes" selected indicate valve description. City of Yakima, Washington 15010 Valve Installation PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 15010 VALVE INSTALLATION PART 1 - GENERAL 1 -1. SCOPE. This section covers the installation of new valves and actuators purchased by CONTRACTOR as part of this Work, or purchased by others under the valve specifications. The equipment to be furnished by others for installation by CONTRACTOR is identified in the applicable valve schedules. Cleaning, disinfection, pressure and leakage testing, insulation, and pipe supports are covered in other sections. 1 -1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the data sheet ". 1 -2. GENERAL. Equipment installed under this section shall be erected and placed in proper operating condition in full conformity with drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. Any valves and actuators that are identified as being provided by others will be furnished complete for installation by CONTRACTOR. Technical specifications under which the equipment will be purchased are available. 41-2.01. 0 1 C ..,.I: ati LAII- fa t. ' field installation check 1-G.V 1. vVVlUIilAUOI1. VV11C11 I1lcll lclI..LUIel J IICIU services Ul installation GIICL:IS. services are provided by the equipment manufacturer, CONTRACTOR shall coordinate the services with the equipment manufacturer. CONTRACTOR shall give ENGINEER written notice at least 30 days prior to the need for manufacturer's field services. Submittals for equipment that will be furnished by others under each procurement contract will be furnished to CONTRACTOR upon completion of review by ENGINEER. CONTRACTOR shall review equipment submittals and coordinate with the requirements of the Work and the Contract Documents. CONTRACTOR accepts sole responsibility for determining and verifying all quantities, dimensions, and field construction criteria. Flanged connections to valves including the bolts, nuts, and gaskets are covered in the appropriate pipe specification section. City of Yakima, Washington 15010 Valve Installation PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 1 -3. DELIVERY, STORAGE, AND HANDLING. 1 -3.01. Storage. Upon delivery, all equipment and materials shall immediately be stored and protected by CONTRACTOR in accordance with Section 01614 and the manufacturer's instructions until installed in the Work. Stored equipment shall be protected by CONTRACTOR against damage and exposure from the elements. At no time shall the equipment be stored on earth or grass surfaces or come into contact with earth or grass. CONTRACTOR shall keep the equipment dry at all times. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION 3 -1. INSPECTION. All valves and accessories shall be inspected for damage and cleanliness before being installed. Any material damaged or contaminated in handling on the job shall not be used unless it is repaired and re- cleaned to the original requirements by CONTRACTOR. Such material shall be segregated from the clean material and shall be inspected and approved by OWNER or his representative before its use. 3 -2. INSTALLATION. 3 -2.01. General. Valves shall be installed with sufficient clearance for proper operation of any external mechanisms, and with sufficient clearance to dismantle the valve for in -place maintenance. Installation shall be in accordance with the valve manufacturer's recommendations. Unless otherwise indicated on the drawings, all valves installed in horizontal runs of pipe having centerline elevations 4 feet 6 inches or less above the finish floor shall be installed with their operating stems vertical. Valves installed in horizontal runs of piping having centerline elevations between 4 feet 6 inches and 6 feet 9 inches above the finish floor shall be installed with their operating stems horizontal. If adjacent piping prohibits this, the stems and operating handwheel shall be installed above the valve horizontal centerline as close to horizontal as possible. Valves installed in vertical runs of pipe shall have their operating stems oriented to facilitate the most practicable operation, as reviewed by ENGINEER. 3 -2.02. Installation Checks. When specified in the valve sections, installation checks will be provided by a manufacturer's representative. Such services shall be furnished at no charge to CONTRACTOR for the extent indicated in the valve sections. Any additional services in connection with the installation the equipment which are required by reason of CONTRACTOR's progress shall be paid for by CONTRACTOR. City of Yakima, Washington 15010 Valve Installation PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 CONTRACTOR shall perform no Work related to the installation or operation of materials or equipment furnished by others without direct observation and guidance of the field representative, unless ENGINEER and manufacturer furnishing such materials concur otherwise. 3 -2.03. AWWA Butterfly Valves. Not Used. 3 -2.04. Check Valves. Not Used. 3 -2.05. Eccentric Plug Valves. Not Used. 3 -2.06. Resilient Seated Gate Valves. Valves shall be handled and installed in accordance with the recommendations set forth in the Appendix to ANSI /AWWA C509 and with the recommendations of the manufacturer. 3 -2.07. Double Disc Gate Valves. Not Used. 3 -2.08. Air Release and Combination Air Valves. Not Used. 3 -2.09. Valve Boxes. Valve boxes shall be set plumb. Each valve box shall be placed directly over the valve it serves, with the top of the box brought flush with the finished grade. After each valve box is placed in proper position, earth fill shall be placed and thoroughly tamped around the box. 3 -2.10. Yard Hydra Not used. 3 -2.11. Fire Hydrants. Not used. 3 -3. VALVE ACTUATORS. Valve actuators and accessories shall be installed in accordance with the equipment manufacturer's recommendations. 3 -4. FIELD QUALITY CONTROL. 3.4.01. Field Testing. After installation, all valves shall be tested in conjunction with the piping system pressure and leakage testing section. 3- 4.01.01. Pressure Tests. Pressure testing shall be in accordance with the pressure and leakage testing section. 3- 4.01.02. Leakage Tests. All valves shall be free from leaks. Each leak that is discovered within the correction period stipulated in the General Conditions shall be repaired by and at the expense of CONTRACTOR. This requirement applies whether pressure testing is required or not. 3 -5. ADJUSTING. After installation, the opening and closing time shall be adjusted as needed for each pneumatic, hydraulic and electric actuated valve. End of Section City of Yakima, Washington 15010 Valve Installation PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 15020 MISCELLANEOUS PIPING AND ACCESSORIES INSTALLATION Data Sheet Paragraph Description Data Units General Types of pipe covered for this f -- 15060 Misc. Pipe and Assembly project. i 15064 Stainless Steel Pipe 1 15065 Misc. Steel Pipe Fki 15067 Misc. Plastic Pipe II 15069 Cast Iron Soil Pipe I 15070 Copper Tubing. Spool drawings to be submitted for c _ Yes the indicated services. `"! No When "Yes" is selected, indicate the service. Construction Dusttight and watertight sleeves I Yes required at the indicated locations. r No Coating for buried, extra strong, C Shop applied plastic coating black steel pipe. Shop applied tape wrap r Field applied tape wrap (* Other When "Other" is selected, indicate Not Used the alternative. Type of testing for drainage and - Water venting systems. *" Air Types of fittings covered for this ; Threaded project. I" Compression Flared f - Soldered and Brazed Si Solvent Welded Epoxy and Adhesive Bonded Heat Fusion Bonded i Flanged i Welded Grooved Push On Rubber Gasketed I Other City of Yakima, Washington 15020 Misc. Piping and Accessories Installation PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 15020 MISCELLANEOUS PIPING AND ACCESSORIES INSTALLATION PART 1 - GENERAL 1 -1. SCOPE. This section covers the installation of miscellaneous piping, miscellaneous steel, stainless steel, miscellaneous plastic, cast iron soil pipe, copper tubing, and accessories as indicated on the drawings and as required. CONTRACTOR shall furnish all necessary jointing materials, coatings, and accessories that are specified herein. Pipe supports and anchors shall be furnished by CONTRACTOR, and are covered in the pipe supports sections. Pipe trenching and backfilling are covered in the trenching and backfilling section. 1 -1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet ". 1 -2. GENERAL. 1 -2.01. Coordination. Materials installed under this section shall be installed in full conformity with drawings, specifications, engineering data, instructions, and recommendations of the manufacturer, unless exceptions are noted by ENGINEER. 1 -3 RI IRMITTAI S 1 -3.01. Drawings and Data. Complete specifications, data, and catalog cuts or drawings shall be submitted in accordance with the submittals section. Items requiring submittals shall include, but are not limited to, watertight/dusttight pipe sleeve. 1 -3.02. Welder Certification. Prior to the start of the work, CONTRACTOR shall submit a list of the welders he proposes using and the type of welding for which each has been qualified. Copy of certification and identification stamp shall be submitted for each welder. Qualification tests may be waived if evidence of prior qualification is deemed suitable by ENGINEER. 1 -3.03. Spool Drawings. When required, spool drawings indicating the complete line, showing all welded and assembly items, except for insulation shoes or nonstress - relieved lines shall be developed and submitted. City of Yakima, Washington 15020 Misc. Piping and Accessories Installation PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 1 -4. QUALITY ASSURANCE. 1 -4.01. Welding and Brazing Qualifications. All welding and brazing procedures and operators shall be qualified by an independent testing laboratory in accordance with the applicable provisions of Section IX of the ASME Code. All procedure and operator qualifications shall be in written form and subject to ENGINEER's review. Accurate records of operator and procedure qualifications shall be maintained by CONTRACTOR and made available to ENGINEER upon request. 1 -4.02. Tolerances. These tolerances apply to in -line items and connections for other lines. The general dimension, such as face -to -face, face or end -to -end, face- or end -to center, and center -to- center shall be 1/8 inch. The inclination of flange face from true in any direction shall not exceed 3/64 inch per foot. Rotation of flange bolt holes shall not exceed 1/16 inch. 1 -5. DELIVERY, STORAGE, AND HANDLING. Shipping shall be in accordance with the shipping section. Handling and storage shall be in accordance with the handling and storage section. All materials shall be stored in a sheltered location above the ground, separated by type, and shall be supported to prevent sagging or bending. Plastic pipe, tubing, and fittings shall be stored between 40 °F and 90 °F. 1 -5.01. Coated Pipe. Handling methods and equipment used shall prevent damage to the protective coating and shall include the use of end hooks, padded calipers, and nylon or similar fabric slings with spreader bars. Bare cables, chains, or metal bars shall not be used. Coated pipe shall be stored off the ground on wide, padded skids. Plastic- coated pipe shall be covered or otherwise protected from exposure to sunlight. PART 2 - PRODUCTS 2 -1. SERVICE CONDITIONS. Pipe, tubing, and fittings covered herein shall be installed in the services indicated in the various pipe sections. City of Yakima, Washington 15020 Misc. Piping and Accessories Installation PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -2. MATERIALS. Solder Solid wire, ASTM B32, ANSI /NSF 61 certified, Alloy Grade Sb5, (95 -5). Soldering Flux Paste type, ASTM B813. Rr� 7 in 0 Fill Met& A\A /C A C 8 !3ru 10 -5; E nrie lh ar d "Silvaloy 15 ", Goldsmith "GB -15 ", or Handy & Harman "Sil- Fos ". Brazing Flux Paste type, Fed Spec O -F -499, Type B. Insulating Fittings Threaded Dielectric steel pipe nipple, ASTM A53, Scher 40 p li zinc plated; Perfection Corp. "Clearflow Fittings ". Flanged Epco "Dielectric Flange Unions" or Central Plastics "Insulating Flange Unions ". Watertight/Dusttight Pipe Sleeves O -Z Electrical Manufacturing "Thruwall" and "Floor Seals ", or Thunderline "Link- Seals "; with modular rubber sealing elements, nonmetallic pressure plates, and galvanized bolts. Pipe Sleeve Sealant Polysulfide or urethane, as specified in the Section 7900, Caulking Anti -Seize Thread Lubricant Jet -Lube "Nikal ", John Crane "Thred Gard Nickel ", Never -Seez "Pure Nickel Special ", or Permatex "Nickel Anti - Seize" Teflon Thread Sealer Paste type; Hercules "Real- tuff', John Crane "JC -30 ", or Permatex "Thread Sealant with Teflon ". Teflon Thread Tape Hercules "Tape Dope" or John Crane " Thred- Tape ". City of Yakima, Washington 15020 Misc. Piping and Accessories Installation PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Solvent Cement PVC Systems ASTM D2564. CPVC Systems ASTM F493. Sodium Hypochlorite, IPS Corporation "Weld -On 724" Sodium Hydroxide, and Sodium Bisalfite Service Primer, PVC Systems ASTM F656. Protective Coatings Tape Wrap ANSI /AWWA C209, except single ply tape thickness shall not be Tess than 30 mils; Protecto Wrap "200" or Tapecoat "CT ". Primer As recommended by the tape manufacturer. Coal Tar Coating Medium consistency; Carboline "Bitumastic Super Service Black" or Tnemec "46 -465 H.B. Tnemecol ". PART 3 - EXECUTION 3 -1. INSPECTION. All piping components shall be inspected for damage and cleanliness before being installed. Any material damaged or contaminated in handling on the job shall not be used unless it is repaired and recleaned to the original requirements by CONTRACTOR. Such material shall be segregated • from the clean material and shall be inspected and approved by OWNER or his representative before its use. 3 -2. PREPARATION. 3 -2.01. Field Measurement. Pipe shall be cut to measurements taken at the site, not from the drawings. All necessary provisions shall be made in laying out piping to allow for expansion and contraction. Piping shall not obstruct openings or passageways. Pipes shall be held free of contact with building construction to avoid transmission of noise resulting from expansion. City of Yakima, Washington 15020 Misc. Piping and Accessories Installation PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3 -3. INSTALLATION. 3 -3.01. General. All instruments and specialty items shall be installed according to the manufacturer's instructions and with sufficient clearance and access for ease of operation and maintenance. 3 -3.02. Pipe Sleeves. Piping passing through concrete or masonry shall be installed through sleeves that have been installed before the concrete is dared or when masonry is laid. Pipe sleeves installed through floors with a special finish, such as ceramic or vinyl composition tile, shall be flush with the finished floor surface and shall be provided with nickel or chromium plated floor plates. Unless otherwise indicated on the drawings, in all other locations where pipes pass through floors, pipe sleeves shall project not less than 1 inch nor more than 2 inches above the floor surface, with the projections uniform within each area. In the case of insulated pipes, the insulation shall extend through pipe sleeves. Where the drawings indicate future installation of pipe, sleeves fitted with suitable plastic caps or plugs shall be provided. Holes drilled with a suitable rotary drill will be considered instead of sleeves for piping which passes through interior walls and through floors with a special finish. Unless otherwise indicated on the drawings, all pipes passing through walls or slabs which have one side in contact with earth or exposed to the weather shall be sealed watertight with special rubber - gasketed sleeve and joint assemblies, or with sleeves and modular rubber sealing elements. Piping passing through locations as required shall be made dusttight and gastight with special rubber - gasketed sleeve and joint assemblies; with sleeves sealed with modular rubber sealing elements; or by caulking with oakum and polysulfide or ure sealant. 3 -3.03. Pipe Joints. Pipe joints shall be carefully and neatly made in accordance with the indicated requirements. 3- 3.03.01. Threaded. Pipe threads shall conform to ANSI /ASME B1.20.1, NPT, and shall be fully and cleanly cut with sharp dies. Not more than three threads at each pipe connection shall remain exposed after installation. Ends of pipe shall be reamed after threading and before assembly to remove all burrs. Threaded joints in plastic piping shall be made up with teflon thread tape applied to all male threads. Threaded joints in stainless steel piping shall be made up with teflon thread sealer and teflon thread tape applied to all male threads. Threaded joints in steel piping for chlorine service shall be made up with teflon thread tape or litharge and glycerine paste applied to all male threads. City of Yakima, Washington 15020 Misc. Piping and Accessories Installation PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project Novem 2nn7 At the option of CONTRACTOR, threaded joints in other piping may be made up with teflon thread tape, thread sealer, or a suitable joint compound. 3- 3.03.02. Compression. Not Used 3- 3.03.03. Flared. Not Used 3- 3.03.04. Soldered and Brazed. Not Used 3- 3.03.05. Solvent Welded. Solvent welded connections shall only be used for PVC or CPVC pipe. All joint preparation, cutting, and jointing procedures shall comply with the pipe manufacturer's recommendations and ASTM D2855. Pipe ends shall be beveled or chamfered to the dimensions recommended by the manufacturer. Newly assembled joints shall be suitably blocked or restrained to prevent movement during the setting time recommended by the manufacturer. Pressure testing of solvent welded piping systems shall not be performed until the applicable curing time, as set forth in Table X2.1 of ASTM D2855, has elapsed. Solvent welding shall be performed by bonding operators who have met the requirements of ASME B31.3 and A328. 3- 3.03.06. Epoxy and Adhesive Bonded. Not Used 3- 3.03.07. Heat Fusion Bonded. Not Used 3- 3.03.08. Flanged. Flange bolts shall be tightened sufficiently to slightly compress the gasket and effect a seal, but shall not be torqued Tess than the minimum value required by the gasket manufacturer. Flange bolts shall not be so tight as to fracture or distort the flanges. A plain washer shall be installed under the head and nut of bolts connecting plastic pipe flanges. Anti -seize thread lubricant shall be applied to the threaded portion of all stainless steel bolts during assembly. Flange bolt holes shall be oriented as follows, unless otherwise indicated on the spool drawings: Vertical flange face: Bolt holes to straddle the vertical centerlines. Horizontal flange face: Bolt holes to straddle plant north -south centerlines. Pipe sealants, thread compounds, or other coatings shall not be applied to flange gaskets unless recommended by the gasket manufacturer for the specified service and approved by ENGINEER. Welds at orifice flanges shall have internal surfaces ground smooth to the pipe wall. City of Yakima, Washington 15020 Misc. Piping and Accessories Installation PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Slip -on flanges shall be welded inside and outside. There shall be a distance of approximately 1/16 to 1/8 inch between the edge of the fillet weld and the face of the flange. The seal weld shall be applied so that the flange face shall be free of weld spatter and does not require refacing. Flat -faced flanges shall be used when mating to Class 125 flanges. Full-face gaskets shall be used with flat -faced flanges and ring caskets shall he used with raised faced flanges._. v v v Weld neck flanges shall be used with butt-weld fittings. The bore of weld neck flanges shall match the pipe wall thickness. Insulating joints connecting submerged (buried) piping to exposed piping shall be installed above the maximum water surface elevation and before the first pipe support not having coated anchor bolts or adhesive - bonded concrete anchors. All submerged (buried) metallic piping shall be isolated from the concrete reinforcement. Insulating flanges shall be tested for electrical isolation after installation and bolt -up but prior to introduction of conducting fluid. 3- 3.03.09. Welded. Welding shall conform to the specifications and recommendations contained in the "Code for Pressure Piping ", ANSI B31.1. Weld cross - sections shall be equal to or greater than the pipe wail thickness. Welds shall be smooth and continuous and shall have interior projections no greater than 1/16 inch. Backing strips or rings shall not be used except with specific prior review by ENGINEER as to use, material, and design. Root gap inserts that are completely melted and consumed in the weld bead are acceptable only when reviewed in advance by ENGINEER. Stainless steel welding shall be inert gas tungsten arc (TIG) or the direct current, straight polarity, inert gas metal arc process (MIG). Carbon steel welding shall be made by the shielded metal arc process. 3- 3.03.10. Grooved Couplings. Not Used 3- 3.03.11. Push -on. Gasket installation and other jointing procedures shall be in accordance with the recommendations of the manufacturer. Each spigot end shall be suitably beveled to facilitate assembly. All joint surfaces shall be lubricated with a heavy vegetable soap solution immediately before the joint is completed. Lubricant shall be suitable for use in potable water, shall be stored in closed containers, and shall be kept clean. 3- 3.03.12. Rubber - Gasketed. Rubber - gasketed joints for hub and spigot type cast iron soil pipe shall have plain spigot ends, without beads. Cut ends of all City of Yakima, Washington 15020 Misc. Piping and Accessories Installation PN 132965 -8- Bid No. 2182 Ultraviolet Disinfection Project November 2007 pipe shall be cut square, beveled, and all burrs shall be removed. Spigot ends shall be coated with a lubricant recommended by the gasket manufacturer and fully seated in the gasket. Clamps for hubless cast iron soil pipe shall be installed in accordance with the manufacturer's recommendations. 3- 3.03.13. Other Pipe Joints. Not Used 3 -3.04. Pipe. Pipe shall be installed as specified, as indicated on the drawings, or, in the absence of detail piping arrangement, in a manner acceptable to ENGINEER. Piping shall be installed without springing or forcing the pipe in a manner which would induce stresses in the pipe, valves, or connecting equipment. Piping shall be supported in conformance with the pipe supports section. Piping shall be connected to equipment by flanges or unions as specified in the pipe procurement sections. Piping connecting to equipment shall be supported by a pipe support and not by the equipment. Water supply piping shall be provided with a shutoff valve and union at each fixture or unit of equipment, whether or not indicated on the drawings, to permit isolation and disconnection of each item without disturbing the remainder of the system. A union shall be provided within 2 feet of each threaded -end valve unless there are other connections which will permit easy removal of the valve. Unions shall also be provided in piping adjacent to devices or equipment which may require removal in the future and where required by the drawings or the specifications. Water supply piping within structures shall be arranged, and facilities provided, for complete drainage. All piping serving metering equipment shall be uniformly graded so that air traps are eliminated and complete venting is provided. Drilling and tapping of pipe walls for installation of pressure gauges or switches will not be permitted. In all piping except air and gas piping, insulating fittings shall be provided to prevent contact of dissimilar metals, including but not limited to, contact of copper, brass, or bronze pipe, tubing, fittings, valves, or appurtenances, or stainless steel pipe, tubing, fittings, valves, or appurtenances with iron or steel pipe, fittings, valves, or appurtenances. Insulating fittings shall also be provided to prevent contact of copper, brass, or bronze pipe, tubing, fittings, valves or appurtenances with stainless steel pipe, tubing, fittings, valves, or appurtenances. City of Yakima, Washington 15020 Misc. Piping and Accessories Installation PN 132965 -9- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Buried PVC piping shall be "snaked" in the trench and shall be kept as cool as possible during installation. PVC pipe shall be kept shaded and shall be covered with backfill immediately after installation. Piping adjacent to flow sensors shall be installed in accordance with the requirements of the manufacturer of the flow sensor and commonly accepted design practices of the appropriate straight pipe runs both upstream and downstream. Drains required for operation are shown on the drawings. However, vents at all high points and drains at all low points in the piping that are required for complete draining for pressure test may not be shown on these drawings. CONTRACTOR shall add such items as found to be necessary during detail piping design and /or piping installation. 3 -3.05. Reducers. Eccentric reducers shall be installed as indicated on the drawings. 3 -3.06. Valves. Isolation valves provided with equipment and instruments shall be located in a manner which will allow ease of access and removal of the items to be isolated. 3 -4. PIPING ASSEMBLY. 3 -4.01. General. CONTRACTOR shall only use labor that has been qualified by training and experience to capably perform the specified activities required to accomplish the work in a satisfactory manner if there is a conflict between the mechanical drawings and piping and instrumentation drawings (P &IDs), the P &ID shall take precedence. Any deviations from the Specifications or piping locations shown on the drawings require prior review and approval by ENGINEER. 3 -4.02. Buttwelded Piping. The specification and qualification of weld joints and welders for buttwelded piping shall be in accordance with ASME Boiler Pressure Vessel Code, Section IX, Welding and Brazing. Weld procedure specifications (WPS) and procedure qualification reports (PQR) shall be submitted to ENGINEER for review and validation of joint design, efficiencies and strength before installation begins. Nondestructive examination (NDE) shall be in accordance with the ASME Boiler and Pressure Vessel Code, Section V, Nondestructive Examination. The minimum level of NDE shall be as follows: (1) 100 percent visual examination of welds by a qualified examiner (per ASME B31.1). City of Yakima, Washington 15020 Misc. Piping and Accessories Installation PN 132965 -10- Bid No. 2182 Ultraviolet Disinfection Project November 2007 (2) Radiographic testing (RT) of 5 percent random sampling of welds. If the CONTRACTOR wants to use alternative techniques or intends to apply alternative methods considered equivalent to those indicated herein, a proposal on such techniques or methods shall be submitted in writing to ENGINEER for review and approval at least 14 days before intended date of use. Welding shall not begin until weld joint and welder qualification submittals have been reviewed and approved. NDE shall be performed before the pressure and leakage testing of the piping. Weld acceptance standards shall be in accordance with ASME B31.1, Chapter VI. If a weld fails the NDE, it shall be repaired and the test repeated at no additional cost to the OWNER. 3 -4 -03. Connections With Existing Piping. Connections with existing pipes shall be made using fittings suitable for the conditions encountered. Each connection with an existing pipe shall be made at a time and under conditions as authorized by OWNER. Facilities shall be provided for proper dewatering and for disposal of water removed from the dewatered lines and excavations without damage to property. Special care shall be taken to prevent contamination of potable water lines when dewatering, cutting into, and making connections with existing pipe. No trench water, mud, or other contaminating substances shall be permitted to enter the lines. The interior of all pipe, fittings, and valves installed in such connections shall be thoroughly cleaned and then swabbed with, or dipped in, a 200 mg /L chlorine solution. 3 -4.04. Service Connections. Tapping saddles or tapping sleeves shall be used for all service connections 2 inches and. smaller. Direct tapping of PVC pipe will not be permitted. Fittings shall be used for service connections larger than 2 inches. 3 -5. PROTECTIVE COATING. Standard weight black steel pipe in buried locations will have exterior surfaces protected with a shop applied plastic coating. Extra strong black steel pipe in buried locations shall have exterior surfaces protected as required. The exterior surfaces of all fittings, couplings, specials, and other portions of buried piping not protected with plastic coating shall be tape- wrapped in the field. All surfaces to be tape - wrapped shall be thoroughly cleaned and primed in accordance with the tape manufacturer's recommendations immediately before wrapping. The tape shall be applied by two -ply (half -lap) wrapping or as needed City of Yakima, Washington 15020 Misc. Piping and Accessories Installation PN 132965 -11- Bid No. 2182 Ultraviolet Disinfection Project November 2007 to provide a total installed tape thickness of at least 60 mils. Joints in plastic- coated pipe shall be cleaned, primed, and tape- wrapped after installation. Joints in galvanized steel piping in underground locations shall be field painted with two coats of coal tar coating. 3 -5.01. Inspection. Inspection of plastic coatings after installation of the pipe or fitting in the trench shall be made where, in the opinion of ENGINEER, the coating may have been damaged during installation. Holidays and defects disclosed by inspection shall be repaired in accordance with the recommendations of the coating or tape wrap manufacturer, as applicable. The inspection shall be made using an electrical holiday detector. The detector and inspection procedures shall conform to the requirements of Section 4.4 of ANSI /AWWA C209. 3 -6. PRESSURE AND LEAKAGE TESTING. All specified tests shall be made b a nd at the expense of CONTPACTOR in the presence, and to the satisfaction of ENGINEER. Each piping system shall be tested for at least 1 hour with no loss of pressure. Piping shall be tested at the indicated pressures: Service Test Pressure Test Medium Water supply 1 -1/2 times working Water pressure but not less than 120 psi Drainage (See Text Below) Air or Water Ot �e piping - I12 times wor king Suitable fluid or gas; for pressure but not less distilled water piping, than 50 psi distilled water or filtered oil - free compressed air may be used Compressed air or pressurized gas shall not be used for testing plastic piping unless specifically recommended by the pipe manufacturer. Leakage may be determined by loss -of- pressure, soap solution, chemical indicator, or other positive and accurate method acceptable to ENGINEER. All fixtures, devices, or accessories which are to be connected to the lines and which would be damaged if subjected to the specified test pressure shall be disconnected and the ends of the branch lines plugged or capped as needed during the testing. City of Yakima, Washington 15020 Misc. Piping and Accessories Installation PN 132965 -12- Bid No, 2182 Ultraviolet Disinfection Project November 2007 Unless otherwise required by the applicable codes, drainage and venting systems shall be water or air tested, as required. For water testing, the drainage and venting system shall be filled with water to the level of the highest vent stack. For air testing, the system shall be charged with air to a minimum pressure of 5 psig. Openings shall be plugged as necessary for either type of test. To be considered free of leaks, the system shall hold the water or air for 30 minutes without any drop in the water level or air pressure. All necessary testing equipment and materials, including tools, appliances and devices, shall be furnished and all tests shall be made by and at the expense of CONTRACTOR and at the time directed by ENGINEER. All joints in piping shall be tight and free of leaks. All joints which are found to leak, by observation or during any specified test, shall be repaired, and the tests repeated. 3 -7. CLEANING. The interior of all pipe, valves, and fittings shall be smooth, clean, and free of blisters, loose mill scale, sand, dirt, and other foreign matter when installed. Before being placed in service, the interior of all lines shall be thoroughly cleaned, to the satisfaction of ENGINEER. 3 -8. ACCEPTANCE. OWNER reserves the right to have any section of the piping system which he suspects may be faulty cut out of the system by CONTRACTOR for inspection and testing. Should the joint prove to be sound, OWNER will reimburse CONTRACTOR on a time - and - material basis as specified in the Contract. Should the joint prove to be faulty, the destructive test will continue joint by joint in all directions until sound joints are found. Costs for replacement of faulty work and /or materials shall be the responsibility of CONTRACTOR. • End of Section City of Yakima, Washington 15020 Misc. Piping and Accessories Installation PN 132965 -13- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 15061 DUCTILE IRON PIPE Data Sheet Paragraph Description Data Units General 1 -1 Indicate who is - to furnish piping. CONTRACTOR c -. OWNER CONTRACTOR and OWNER 1 -1 Optional material permitted. Yes, see pipeline schedule Yes, see next row of data sheet No 1 -1 When "Yes, see next row of data i Steel sheet" is selected, indicate optional materials. ? PCCP fl Other When "Other" is selected, indicate the alternative. 1 -1.02 Manufacturer's field services. c Yes 4 - No 1 -1.02 Pipe manufacturer's site visit Yes required. `* No 1 -2 Submittal of certified copies of c: Yes physical and chemical test results required. No Materials . 2 -1 Pipe class. ri See attached schedule(s) 3 -23 rr See drawings 2 -2 Select type of fittings to be used. ,rr Push -on joints i Restrained push -on joints F` Flanges P Mechanical joints Restrained mechanical joints P Threaded connections ✓ Mechanical couplings Groo ed couplings i Flanged coupling adapters City of Yakima, Washington 15061 Ductile Iron Pipe PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -2 When "Restrained push -on joints" - Gaskets w /SS gripping segments are selected, indicate which types • are required. I -. Locking wedge type Positive locking segments /rings 2 -2 When "Mechanical joints" are c Yes selected, indicate if any tie rods are required. No 2 -2 When "Restrained mechanical r Factory prepared spigot joints 11 are selected, indicate the Field rut cninnt iypc rcquircd - 2-2 When "Grooved couplings" are I Rigid selected, indicate type of joints. t__ Flexible (shouldered) 2 -2 When "Flanged coupling adapters" Yes are selected, indicate if anchor studs are required for sizes smaller No than 12 inches [300 mm]. 2 -2 Insulated flanges required. f-_ Yes 3 -18 No 2 -3 Interior lining for gravity sewers. II_ Polyethylene Ceramic epoxy l " Calcium aluminate s Cement mortar l._._ Coal tar epoxy i Not applicable Interior nt lining for d -- Glass v nerivr lii 1 1 I for SCUM piping and 171d5S for all sludge piping except piping conveying activated sludge from i� Other final setting basins. ;d Not applicable When "Other" 1 J vv. �C� � vu per is selected, indicate alternate interior lining for scum piping and for all sludge piping except piping conveying activated sludge from final settling basins. 2 -3 Interior lining for other wastewater [ Cement mortar piping. Other F Not applicable When "Other" is selected, indicate alternate interior lining for other wastewater piping. Installation 3 -4 Batter boards, laser beam Yes equipment, or surveying instruments required to maintain No alignment and grade. City of Yakima, Washington 15061 Ductile Iron Pipe PN 132965 - -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 .3-6 Grooved couplings may be used r Yes instead of flanges for field joints. k. No 3 -14 Outlets required. Yes No 3 -15 Wall castings required. r Yes 2 -2 • No ■ 3 -16 Reducers required. Yes, eccentric I Yes, concentric lei No 3 -17 Connections to existing piping Yes required. 4, No 3 -19 Concrete encasement required. Yes No 3 -20 Reaction anchorage and blocking - Yes required. {* No 3 -21 Pressure and leakage testing Yes required. No Schedule 2 -1 See Schedule 15061 -S01. Yes 3 -23 No • City of Yakima, Washington 15061 Ductile Iron Pipe PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 15061 DUCTILE IRON PIPE PART 1 — GENERAL 1-1. This section covers the furnishing and installation of ductile iron pipe. Ductile iron pipe shall be furnished complete with all fittings, jointing materials, pipe hangers and supports, anchors, blocking, encasement, and appurtenances. Piping shall be furnished by CONTRACTOR or OWNER, as required. Piping furnished hereunder shall be complete with all joint gaskets, bolts, and nuts required for installation of any valves and equipment furnished by others for installation under this contract. Pipe hangers and supports, pressure and leakage testing, cleaning, disinfection, and cathodic protection are covered in other sections. Cast iron soil pipe is covered in the miscellaneous piping section. Pipe trenching, embedment, and backfill are covered in the trenching and backfilling section. Other materials as required will be permitted as an alternative to ductile iron pipe. 1 -1.01. Terminologv. When the phrase "as required" is stated in this section, it shall mean "as required in the Data Sheet ". 1 -1.02. Pipe Manufacturer's Experience . All ductile iron pipe, fittings, and specials shall be fabricated, lined, and coated by the pipe manufacturer. Minimum required experience qualifications shall include manufacture of a pipeline at least 1 mile in length of a diameter equal to nr larger than the pip to be pro with j linin and coating suitable for the same or a higher pressure rating, which has performed satisfactorily for the past 5 years. 1 -2. SUBMITTALS. Drawings, details, specifications, and installation schedules covering all ductile iron pipe and accessories shall be submitted in accordance with the procedure set forth in the submittals section. The drawings and data shall include, but shall not be limited to, the following: Certification by manufacturer for each item furnished in accordance with the ANSI /AWWA Standards. Certification of gaskets, certifying that gasket material is suitable for services intended. Certification of proof -of- design tests for joints. City of Yakima, Washington 15061 Ductile Iron Pipe PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Certification of proof -of- design tests for welded -on outlets. Laying schedule complete with an explanation of all abbreviations used in the schedule. Two samples of the polyethylene encasement, each sample clearly identified as required by the Governing Standards and test results from an independent third party laboratory of the requirements specified in ANSI /AWWA C105/A21.5. Submittal data shall clearly indicate the country of origin of pipe, fittings, flanges, restraining devices, and accessories. Certified copies of physical and chemical test results as outlined in ANSI /AWWA C151/A21.51 shall be submitted for the materials to be provided. CONTRACTOR shall obtain and submit a written statement from the gasket material manufacturer certifying that the gasket materials are compatible with the joints specified herein and are recommended for the specified field test pressures and service conditions. 1 -3. SHIPPING, HANDLING, AND STORAGE. Shipping shall be in accordance with the shipping section. Handling and storage shall be in accordance with the handling and storage section. Pipe, fittings, and accessories shall be handled in a manner that will ensure installation in sound, undamaged condition. Equipment, tools, and methods used in handling and installing pipe and fittings shall not damage the pipe and fittings. Hooks inserted in ends of pipe shall have broad, well - padded contact surfaces. Unpadded hooks, wire brushes or other abrasive tools shall not be permitted to come into contact with polyethylene lining if such lining is specified. CONTRACTOR - furnished pipe and fittings in which the lining has been damaged shall be replaced by and at the expense of CONTRACTOR. With the concurrence of ENGINEER, small and readily accessible damaged areas may be repaired. If the lining of OWNER- furnished pipe or fittings is damaged by CONTRACTOR during unloading or handling, the damaged pipe or fittings shall be replaced by and at the expense of CONTRACTOR. Where the damaged areas are small and readily accessible, CONTRACTOR may be permitted to repair the lining. CONTRACTOR shall repair any damage to pipe coatings before the pipe is installed. City of Yakima, Washington 15061 Ductile Iron Pipe PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 PART 2 — PRODUCTS 2 -1. PIPE CLASS. The class of ductile iron pipe shall be as indicated in the Ductile iron Pipe Schedule 15061 -S01 . The specified class includes service allowance and casting allowance. 2 -2. MATERIALS. nl;ua 11. r' .f: l' :n A"1liAi r 1 1 1 A , 21 • , r— ✓ an V l11 V II V11, \I1 Q # 111 \Y • Y YY %\ P, V I V t % % \1AL I .15-11 , Table 1 or Table 3. Gaskets — All Joint Types Synthetic rubber; natural rubber will not be acceptable. Gaskets for potable water service shall be certified as suitable for chlorinated and chloraminated potable water; a certificate of gasket suitability shall be submitted. Gaskets shall be furnished by the pipe manufacturer. Fittings ANSI /AWWA C110/A21.10 (except shorter laying lengths will be acceptable for U.S. Pipe), or ANSI /AWWA C153/A21.53, minimum working pressure rating as follows, unless indicated otherwise on the drawings. Min. Working Fitting Size Material Type Pressure Rating, in 1 . psi • 4 to 24 DI Mechanical and 350 Push -on joints 4 to 24 DI Flanged joints 250 30 to 48 DI All joints 250 54 to 64 DI All joints 150 All fittings shall be ductile iron and suitable for a factory test pressure of 1.5 times rated working pressure without leakage or damage. Push -on Joints ANSI /AWWA C111/A21.11. City of Yakima, Washington 15061 Ductile Iron Pipe PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Restrained Push -on Joints, American "Flex- Ring," or "Lok- Ring "; positive locking segments and /or Clow "Super- Lock "; U.S. Pipe "TR Flex "; rings, as required (4 inch through or Griffin "Snap- Lok." 64 inch) Tapping Saddles Ductile iron, with steel straps and rubber sealing gasket, 250 psi pressure rating. Shop Coating and •Lining Cement Mortar Lining with ANSI /AWWA C104/A21.4. Seal Coat Universal Primer Manufacturer's standard. Asphaltic Coating Manufacturer's standard. Coal Tar Epoxy Manufacturer's standard. Liquid Epoxy ANSI /AWWA C210. Medium Consistency Coal Tar Carboline "Bitumastic 50" or Tnemec "46 -465 H.B. Tnemecol." Polyethylene Encasement Seamless, ANSI /AWWA C105/A21.5; LLDPE - 8 mil or HDCLPE - 4 mil. 2 -3. SHOP COATING AND LINING. The interior of all pipe shall be cement mortar lined. Exterior surfaces of all pipe and fittings shall be coated with asphaltic coating. PART 3 — EXECUTION 3 -1. INSPECTION. Pipe and fittings shall be carefully examined for cracks and other defects immediately before installation; spigot ends shall be examined with particular care. All defective pipe and fittings shall be removed from the site. 3 -2. PREPARATION. The interior of all pipe and fittings shall be thoroughly cleaned of all foreign matter prior to installation. Before jointing, all joint contact surfaces shall be wire brushed if necessary, wiped clean, and kept clean until jointing is completed. Precautions shall be taken to prevent foreign material from entering the pipe during installation. Debris, tools, clothing, or other objects shall not be placed in or allowed to enter the pipe. City of Yakima, Washington 15061 Ductile Iron Pipe PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3 -3. CUTTING PIPE. Cutting shall be done in a neat manner, without damage to the pipe or the lining. Cuts shall be smooth, straight, and at right angles to the pipe axis. After cutting, the ends of the pipe shall be dressed with a file or a power grinder to remove all roughness and sharp edges. The cut ends of push -on joint pipe shall be suitably beveled. All field cutting of existing gray cast iron pipe shall be done with mechanical pipe cutters, except where the use of mechanical cutters would be difficult or impracticable. CONTRACTOR shall use factory prepared pipe ends unless a field cut is required for connections. Ends of ductile iron pipe shall be cut with a portable guillotine saw, abrasive wheel, saw, milling cutter, or oxyacetylene torch. The use of hydraulic squeeze type cutters will not be acceptable. Field -cut holes for saddles shall be cut with mechanical cutters; oxyacetylene cutting will not be acceptable. 3 -4. ALIGNMENT. Piping shall be laid to the lines and grades indicated on the drawings. Pipelines or runs intended to be straight shall be laid straight. Deflections from a straight line or grade shall not exceed the values stipulated in Table 3 or Table 4 of AWWA C600, unless specially designed bells and spigots are provided. Either shorter pipe sections or fittings shall be installed where needed to conform to the alignment or grade indicated on the drawings. \n/h using batter boards to determine and check pipe subgrades, they shall be erected at intervals of not more than 25 feet. At least three batter boards shall always be maintained in proper position when trench grading is in progress. When using laser beam equipment, periodic elevation measurements shall be taken with surveying instruments to verify accuracy of grades. If such measurements • indicate thermal deflection of the laser beam due to differences between the ground temperature and the air temperature within the pipe, precautions shall be taken to prevent or minimize further thermal deflections. 3 -5. LAYING PIPE. Buried pipe shall be protected from lateral displacement by placing the specified pipe embedment material. Under no circumstances shall pipe be laid in water, and no pipe shall be laid under unsuitable weather or trench conditions. Whenever pipe laying is stopped, the open end of the pipe shall be sealed with a watertight plug, which will prevent trench water from entering the pipe. Pipe shall be laid with the bell ends facing the direction of laying, except where reverse laying is specifically acceptable by ENGINEER. City of Yakima, Washington 15061 Ductile Iron Pipe PN 132965 -8- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3 -6. FIELD JOINTS. Joints in buried locations shall be mechanical or push -on type unless otherwise indicated on the drawings. In 60 -inch Secondary clarifier effluent restrain joints each side of bends a distance of 10 feet. Certification of joint design shall be provided in accordance with ANSI /AWWA C111/A21.11, Section 4.5, Performance Requirements, as modified herein. The joint test pressure shall be not less than 2 times the working pressure or 1 -1/2 times the test pressure of the pipeline, whichever is higher. The same certification and testing shall also be provided for restrained joints. For restrained joints, the piping shall not be blocked to prevent separation and the joint shall not leak or show evidence of failure. It is not necessary that such tests be made on pipe manufactured specifically for this project. Certified reports covering tests made on other pipe of the same size and design as specified herein and manufactured from materials of equivalent type and quality may be accepted as adequate proof of design. 3 -7. MECHANICAL JOINTS. Not used. 3 -8. PUSH -ON JOINTS. The pipe manufacturer's instructions and recommendations for proper jointing procedures shall be followed. All joint surfaces shall be lubricated with heavy vegetable soap solution immediately before the joint is completed. Lubricant shall be suitable for use in potable water, shall be stored in closed containers, and shall be kept clean. Each spigot end shall be suitably beveled to facilitate assembly. Pipe ends for restrained joint pipe shall be prepared in accordance with the pipe manufacturer's recommendations. 3 -9. FLANGED JOINTS. Not used. 3 -10. FLANGED COUPLING ADAPTERS. Not used. 3 -11. RESTRAINED COUPLINGS. Not used. 3 -12. GROOVED -END JOINTS. Not used. 3 -13. POLYETHYLENE ENCASEMENT. All buried ductile iron pipe, including all straight pipe, bends, tees, adapters, closure pieces, and other fittings or specials, and all valves, shall be provided with at least one wrap of polyethylene encasement. Locations where ductile iron pipe shall be double wrapped with polyethylene encasement are indicated on the drawings and /or as specified in the provisions for corrosion protection section. Polyethylene tube protection shall be installed in accordance with ANSI /AWWA C105/A21.5, Method A. Preparation of the pipe shall include, but shall not be limited to, removal of lumps of clay, mud, cinders, etc., prior to installation. City of Yakima, Washington 15061 Ductile Iron Pipe PN 132965 -9- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Where ductile iron pipe is also embedded or encased in concrete, the polyethylene tube shall be installed over the pipe for 5 feet either side of each end of the concrete • encasement. The terms "polyethylene tube protection" and "polyethylene encasement" are interchangeable an h have the same meaning in these Contract Documents. 3- 13.01. Inspection and Testing. Tests for preliminary acceptance of materials as requested in the submittal paragraph shall be made at the expense of the CONTRACTOR. • v The OWNER may obtain samples from the material supplied in the field and have test conducted by an independent third -party laboratory, at the OWNER's expense, of the requirements specified in ANSI /AWWA C105/A21.5. 3 -14. OUTLETS. Not used. 3 -15. WALL CASTINGS. Not used. 3 -16. REDUCERS. Not used. 3 -17. CONNECTIONS WITH EXISTING PIPING. Not used. 3 -18. INSULATED FLANGED JOINTS. Not used. 3 -19. CONCRETE ENCASEMENT. Not used. 3 -20. REACTION ANCHORAGE AND BLOCKING. Not used. 3 -21. PRESSURE AND LEAKAGE TESTS. Pipe and fittings shall be subjected to a pressure test and a leakage test, as required. 3- 21.01. Pressure and Leakage Test. Pressure and leakage testing shall be in accordance with the pipeline pressure and leakage testing section. CONTRACTOR shall provide all necessary pumping equipment; piping connections between the piping and the nearest available source of test water; pressure gauges; and other equipment, materials, and facilities necessary for the tests. All pipe, fittings, valves, pipe joints, and other materials which are found to be defective shall be removed and replaced with new and acceptable materials, and the affected portion of the piping shall be retested by and at the expense of CONTRACTOR. 3- 21.02. Visual Leakage Inspection. When a leakage test is not conducted, all joints shall be watertight and free from visible leaks. Any visible leak which is discovered City of Yakima, Washington 15061 Ductile Iron Pipe PN 132965 -10- Bid No. 2182 Ultraviolet Disinfection Project November 2007 within the correction period stipulated in the General Conditions shall be repaired by and at the expense of CONTRACTOR. 3 -22. CLEANING. The interior of all pipe and fittings shall be kept clean of any foreign matter until the work has been accepted. 3 -23. SCHEDULE. See Ductile Iron Pipe Schedule 15061 -S01. End of Section City of Yakima, Washington 15061 Ductile Iron Pipe PN 132965 -11- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Schedule 15061 -S01 DUCTILE IRON PIPE SCHEDULE Size Location and Service ANSI /AWWA Lining (inches) Class Material 60 Secondary Clarifier, UV Diversion Box to UV 350 Cement Influent Well Mortar End of Document City of Yakima, Washington 15061 -S01 Ductile Iron Pipe Schedule PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 15062 STEEL PIPE PART 1 - GENERAL 1 -1. SCOPE. This section covers the furnishing and installation of steel pipe 6 inches [150 mm] in diameter and larger, together with fittings, specials, and appurtenances. Steel pipe smaller than 6 inches [150 mm] in diameter, light wall steel pipe, miscellaneous small piping, pipe supports, concurrent cathodic protection, pressure and leakage tests, and cleaning and disinfection are covered in other sections. Pipe trenching, bedding, and backfill are covered in the Trenching and Backfilling section. The size, service, and locations of steel pipelines are covered in the Steel Pipe Schedule attached at the end of this section. Where permitted, material alternatives are covered in the Pipeline Schedule section. Steel piping shall be furnished and installed complete with all straight pipe, fittings, specials, closure pieces, caps and plugs, temporary bulkheads, jointing materials, appurtenances, and accessories indicated on the drawings, and as required for proper installation and functioning of the piping. Piping furnished hereunder shall be complete with all jointing materials required for installation of any valves and equipment furnished by others for installation under this contract. 1 -2. GOVERNING STANDARDS. Except as modified or supplemented herein, all steel pipe, fittings, and specials shall conform to the applicable requirements of the following standards: ANSI /AWWA Standards Title C200 Steel Water Pipe 6 inches [150 mm] and larger C203 Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied C205 Cement -Mortar Protective Lining and Coating for Steel Water Pipe - 4 inch and Larger - Shop Applied City of Yakima, Washington 15062 Steel Pipe PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 C206 Field Welding of Steel Water Pipe 0207 Steel Pipe Flanges for Waterworks Service — Sizes 4 inches through 144 inches [100 mm through 3600 mm] C208 Dimensions for Fabricated Steel Water Pipe Fittings. Special Sections, Connections, and Fittings for Steel Water Pipelines C210 Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines C214 Tape Coating Systems for the Exterior of Steel Water Pipelines C216 Heat - Shrinkable Cross - Linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines C602 Cement- Mortar Lining of Water Pipelines in Place — 4 inches [100 mm] and larger C606 Grooved and Shouldered Joints M11 Steel Pipe — A Guide for Design and Installation ANSI Standard B18.2.1 Square and Hex Bolts and Screws (Inch Series) ANSI /ASME Standards B1.1 Unified Inch Screw Threads (UN and UNR Thread Form) B18.2.2 Square and Hex Nuts (Inch Series) B36.10 Welded and Seamless Wrought Steel Pipe I-J. QUALIFICATIONS. Fabricator shall be ISO-9001 or SPFA certified with five years' experience in the manufacture of steel pipe, fittings, and coatings specified. All pipe, coatings, linings, and fittings shall be fabricated at one (or more if have multiple plants) company facility for quality control purposes. 1 -4. SUBMITTALS. Drawings, specifications, installation schedules, welding procedures and welder qualifications, and other data showing complete details of the fabrication, construction, weld locations, joint details and certification, and installation of pipe, fittings, specials, and connections, together with complete City of Yakima, Washington 15062 Steel Pipe PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 data covering all materials proposed for use, shall be submitted in accordance with the Submittals section. Submittals shall indicate the ASTM designation for the material from which each class of pipe is fabricated. In addition to the markings, as specified under the governing standard, CONTRACTOR's drawings shall include a complete laying schedule with piece description to show where each numbered pipe, fitting, or special is to be installed. The numbers indicated on the drawings shall correspond with those painted on the pipe. A gasket certificate shall be submitted certifying that the gasket material is suitable for service intended. 1 -5. SHIPPING, HANDLING, AND STORAGE. Shipping shall be in accordance with the Shipping section. Handling and storage shall be in accordance with the Handling and Storage section. Pipe, fittings, specials, and appurtenances shall at all times be handled and stored in a manner that will ensure installation in sound, undamaged condition. PART 2 - PRODUCTS 2 -1. BASIS OF DESIGN. Steel pipe, fittings, and specials may be either fabricated or mill type. In either case, all items shall be fabricated to the sizes, dimensions, and shapes indicated on the drawings or specified herein. The specified size of fabricated pipe, fittings, and specials shall be the nominal inside diameter, in inches [mm], where 12 inches [300 mm] and smaller, and the actual inside diameter of pipe lining, where 14 inches [350 mm] and larger. Where stab joint pipe is permitted and two or more wall thicknesses are required for pipe of the same size, pipe size may be adjusted slightly to allow the different classes of pipe to be stabbed together. The specified size of mill pipe, fittings, and specials shall be the nominal pipe size as set forth in ANSI /ASME B36.10. Pipe design shall be performed by the pipe fabricator. In addition to the pipe markings required by ANSI /AWWA C200, each pipe section, fitting, and special shall be clearly marked to indicate the service, the wall thickness, and the minimum yield strength of the pipe material. City of Yakima, Washington 15062 Steel Pipe PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -1.01. Pipe Wall Thickness. The wall thickness shall be determined by the following formula, except that the minimum wall thickness shall be as indicated in the Steel Pipe Schedule. Pipe shall be designed for all conditions indicated in the Steel Pipe Schedule. t = (PD) /(2s), where - t - LI is Nipc VVaii a iI',F I IcOO 111 11 n.1 I O [11111 I j s = the allowable fiber stress in psi, [Pa] which shall not exceed 50 percent of the yield strength of the steel plate at working pressure or 75 percent of the yield strength at the larger of design test pressure. P = the pipe working pressure or the larger of design test pressure. D = the pipe outside diameter, in inches [mm], of straight pipe sections or the larger outside diameter of tapered sections. 2 -1.02. External Loads. Design of the pipe for external loading shall be based on AWWA M11 for deflection and buckling. The deflection limit shall be 2.0 percent, measured -in- place. Design shall be based on an empty pipe with no internal vacuum pressure using the following design parameters: Dry soil weights, 130 lbs /cf; Depth of soil cover, as shown on the drawings except that the minimum cover over top of pipe shall be taken as three (3) feet; Soil prism shall be, as a minimum, equal to the width of the pipe and the specified soil cover; Groundwater table shall be taken as: 1.) below the pipe, and 2.) to the top of ground surface; Wheel loads shall equal AASHTO HS20 single truck axle load; Construction live loads shall be as determined by CONTRACTOR; Deflection lag factor, D, shall be 1.25 or higher; Bedding constant, K, shall be 0,10 or higher; and Modulus of soil reaction, E', shall be 1400 per square inch or lower. 2 -1.03. Fitting Dimensions. The dimensions of steel pipe fittings shall conform to ANSI /AWWA C208 and shall be designed by the pipe manufacturer. 2 -1.04. Reinforcement of Fittings and Specials. All bends, fittings, branch connections, reducers, and special sections shall be reinforced, or the pipe wall thickness shall be increased, so that the combined stresses due to internal City of Yakima, Washington 15062 Steel Pipe PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 pressure (circumferential and longitudinal) and bending will not exceed 67 percent of the yield strength of the pipe material. Whether or not indicated on the drawings, reinforcements or additional wall thickness shall be provided as necessary to ensure that the combined stresses do not exceed the specified maximum. Unless otherwise indicated or directed, the internal pressure shall be the specified design test pressure as indicated in the Steel Pipe Schedule 15062 -S01 and the external load as indicated in the Steel Pipe Schedule. In addition to the above and where buried, the design of reinforcement or wall thickness shall take into consideration an external load as indicated in the Steel Pipe Schedule. Wall thicknesses of reducing sections shall be not less than the required thicknesses for the larger ends. 2 -1.05. Joints. Acceptable joints of the type indicated on the drawings and as specified herein shall be provided for all pipe installations in the locations indicated or accepted by ENGINEER. Buried pipe joints shall be stab joints. Restrained joints shall be field welded lap joints per Figure 15062 -1. Joints at bends shall be restrained to a minimum of 10 feet each side of bend. 2 -2. MATERIALS. Pipe, Fittings, and Specials ANSI /AWWA C200. All steel shall be fully killed, made to a fine austenitic grain size practice, and manufactured from continuous cast steel. Stab Joints Bell- and - spigot, with rubber gasket as sole element depended upon for water tightness. Bells and Spigots Rolled groove, Carnegie shape, or fabricated type, as permitted. Rubber Gaskets Continuous 0 -ring; ANSI /AWWA C200, Section 4.13, except basic polymer shall be synthetic rubber. Natural rubber will not be acceptable. A certificate of gasket suitability shall be submitted. Gaskets shall be furnished by the pipe manufacturer. Coatings and Linings Tape Coating ANSI /AWWA C209 and C214 or C216. City of Yakima, Washington 15062 Steel Pipe PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Cement Mortar ANSI /AWWA C205 and C602. Cement ASTM C150, Type !I. Sand ANSI /AWWA C205, Section 4.2.3, except sand for field - applied lining shall pass a No. 16 [1.18 mm] sieve. Epoxy Bonding Agent ASTM C881, Type II, moisture ins ;t: e and suitable for service i IIIJVIIJIIIVI, U11t4 JLIILUIJ7V IVI JI#I VIVI.i conditions. Latex Admixture Euclid "Flex -Con" or Sika "SikaLatex". Watertight/Dust tight Pipe Sleeves "PSI Thunderline /Link - Sea! ", insulating type with modular rubber sealing elements, nonmetallic pressure plates, and stainless steel bolts and nuts. Anti -Seize Thread Lubricant Jet -Lube "Nikal ", John Crane "Thred Gard Nickel ". Bostik/Never -Seez "Pure Nickel Special" or Permatex "Nickel Anti - Seize ". Anchor Bolts ASTM A307. 2 -3. ENDS OF SECTIONS. 2 -3.01. For Field Welding. Ends of pipe, fittings, and specials for joints butt - welded in the field shall have the ends beveled for butt welding in accordance with the governing standards. Ends of pipe, fittings, and specials for field - welded lap joints, Figure 1- 15062, shall have both the bell and the spigot expanded by pressing, if necessary, (not rolling) to obtain the required shape and welding tolerances. 2 -3.02. For Fitting with Flanges. Not used. 2 -3.03. For Stab Joints. Stab joints shall be designed so that the gasket will maintain a watertight joint under all conditions of service, including expansion, contraction, and earth settlement. The gasket shall not support the entire weight of the pipe. Spigot ends shall have a groove to retain the gasket. Pipe ends shall be self- centering without the aid of the gasket. 2 -3.04. For Mechanical Couplings. Not used. 2 -3.05. Grooved Couplings. Not Used. 2 -3.06. For Flanged Coupling Adapters. Not Used. City of Yakima, Washington 15062 Steel Pipe PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -3.07. For Connection to Dissimilar Pipe Materials. Not Used. 2 -4. SEAMS. Except for seamless mill -type pipe, all piping shall be made from steel plates rolled into cylinders or sections thereof with the longitudinal seams butt- welded, or shall be spirally formed and butt - welded. There shall be not more than two longitudinal seams. Girth seams shall be butt - welded and shall be spaced not closer than 10 feet [3 m] apart except in specials and fittings. 2 -5. PIPE LENGTHS. Straight pipe section lengths shall be manufacturer's standard lengths, unless otherwise indicated on the drawings. 2 -6. SMALL BRANCH CONNECTIONS. Not used. 2 -7. ACCESS MANHOLES. Not used. 2 -8. DRAINS AND VENTS. Not used. 2 -9. FLANGED JOINTS. Not used. 2 -10. STAB JOINTS. Rubber - gasketed bell- and - spigot (stab type) steel pipe shall be furnished where indicated or specified. The design of the rubber - gasketed bell- and - spigot joints shall be subject to review and acceptance by ENGINEER. CONTRACTOR shall obtain from the fabricator and shall submit certification that the pipe joints will withstand working pressures and test pressures equal to those specified, and documentation that joints of the type proposed have performed satisfactorily under similar conditions. 2 -11. MECHANICAL COUPLINGS. Not used. 2 -12. GROOVED COUPLINGS. Not used. 2 -13. RESTRAINED JOINTS. Buried restrained joints shall be field - welded lap joints. 2 -14. PROTECTIVE COATINGS AND LININGS. All steel pipe, fittings, specials, wall fittings, and accessories shall be lined, coated, or wrapped as specified herein. 2- 14.01. Type of Coating and Lining. Surface preparation shall be in accordance with the coating or lining manufacturer's instructions. Types of protective coating and lining shall be as follows: Exterior Surfaces Underground, Tape Coating, ANSI /AWWA C214. Including those Encased in City of Yakima, Washington 15062 Steel Pipe PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Concrete Interior Surfaces Cement mortar - shop applied, ANSI /AWWA C205. Pipe Joints Couplings Shop coating as specified for each type of coupling. Field coating as specified Ends of Sections As specified herein. Machined Surfaces Rust - preventive compound. 2- 14.02. Modifications to the Governing Standards. 2- 14.02.01. Coal Tar Enamel Coating. Not Used. 2- 14.02.02. Cement Mortar Lining_ . Unless otherwise acceptable to the ENGINEER, cement mortar lining for all 36 inch [900 mm] and smaller steel pipe shall be shop applied. For pipe larger than 36 inches [900 mm], the CONTRACTOR shall have the option of shop or field applied lining. Except as modified herein, shop - applied mortar linings shall comply with ANSI /AWWA C205. Specials. Wire fabric reinforcement shall be used in the lining of fittings and specials in accordance with Section 4 of ANSI /AWWA C205. 2- 14.02.03. Shop - Applied Tape Coat. Except as modified or supplemented herein, shop - applied tape coating shall comply with ANSI /AWWA C214. The tape coating system shall consist of a primer layer, an inner layer of tape for corrosion protection, and two outer layers of tape for mechanical protection. The total thickness of the tape coating system shall be at least 80 mils [2 mm]. The outer layer of tape shall be white. 2 -15. SHOP INSPECTION AND TESTING. Except as otherwise indicated or acceptable to ENGINEER, all materials and work shall be inspected and tested by the pipe manufacturer in accordance with ANSI /AWWA C200. All costs in connection with such inspection and testing shall be borne by CONTRACTOR. Copies of all test reports shall be submitted as set forth in the Submittals section. OWNER reserves the right to sample and test any pipe after delivery and to • reject all pipe represented by any sample which fails to comply with the specified requirements. City of Yakima, Washington 15062 Steel Pipe PN 132965 -8- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2- 15.01. OWNER's Inspection at the Shop. If OWNER elects to inspect any work or materials, as permitted under Section 5A of ANSI /AWWA C200, all costs in connection with the services of OWNER's inspector will be paid for by OWNER. Additional weld test specimens shall be furnished to OWNER's inspector for testing by an independent testing laboratory whenever, in the judgment of OWNER's inspector, a satisfactory weld is not being made. Test specimens shall also be furnished when OWNER's inspector desires. The entire cost of obtaining, inspecting, and testing of such additional specimen plates, welds, or materials will be borne by OWNER. If any specimen is found not to conform to the specified requirements, the materials represented by the specimen will be rejected. The expense of all subsequent tests due to failure of original specimens to comply with the specifications shall be the responsibility of CONTRACTOR. Work to be performed by OWNER's inspector at the fabricating shop will include checking of flange alignment after welding to the pipe and tolerances of stab joints, when applicable. In addition to making or witnessing all specified tests and submitting any required reports to ENGINEER and OWNER, OWNER's inspector will submit written reports to CONTRACTOR concerning all materials rejected, noting the reason for each rejection. Inspection by OWNER's inspector, or OWNER's option not to provide inspections, shall not relieve CONTRACTOR of his responsibility to provide materials and to perform the work in accordance with the Contract Documents. 2- 15.02. Welding Procedures, Welder Qualifications, and Testing. All welding procedures, welders, welding operators, and tackers shall be qualified in accordance with AWS B2.1 and as defined in ANSI /AWWA C200. All qualifications shall be in accordance with the position in which the welding is to be accomplished. All shop welds on steel pipe and fittings shall be ultrasonically or radiographically tested by qualified and certified operators employed by the fabricator. Shop ultrasonic weld tests shall be in accordance with Section 9 of API 5L, 37th Edition. CONTRACTOR and ENGINEER shall each be furnished a copy of all ultrasonic or radiographic test reports. Personnel performing visual inspection of welds shall be qualified and currently certified as Certified Welding Inspectors (CWI) in accordance with AWS QC1, Standard for Qualification and Certification of Welding Inspectors. Personnel performing ultrasonic and radiographic tests shall be qualified and certified according to the requirements of SNT- TC -1A. City of Yakima, Washington 15062 Steel Pipe PN 132965 -9- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Nondestructive examination procedures shall be submitted in accordance with the Submittals section at the time welding procedures are submitted. Records of inspection, nondestructive examination, and material certification shall be furnished to ENGINEER. All costs for inspection and testing of shop welds shall be paid by CONTRACTOR. PART 3 - EXECUTION 3 -1. FIELD INSPECTION. All shop - applied tape coatings on pipe, fittings, or specials shall be electrically inspected for holidays and other defects, and repaired if necessary. All electrical inspection shall be made in accordance with Section 5 of ANSI /AWWA C203. Inspection and repair of exterior coatings shall be performed by and at the t CONTRACTOR, IT A nT/1 r- 1a.... ........:...J. t 1L... fittings, aL... expense o1 I�IJIN 1 RAC 1 O , of ter receipt of the pipe, Ilttings, or specials o11 the job and before installation. Electrical inspection of tape coatings after installation of the pipe, fitting, or special in the trench shall be made where, in the opinion of ENGINEER, the coating may have been damaged by handling during installation. 3 -2. PROTECTION AND CLEANING. The interior of all pipe and fittings shall be thoroughly cleaned of all foreign matter before being installed and shall be kept clean until the work has been accepted. Precautions shall be taken to ensure that foreign matter does not enter the pipe during jointing, lining repair, or inspection operations. 3 -3. ALIGNMENT AND GRADE. Pipe shall be laid to the lines and grades indicated on the drawings. Pipelines or runs intended to be straight shall be laid straight. In welded pipe, deflections up to 4 -1/2 degrees [0.079 rad] may be made by shop- mitering one end of one pipe. Deflections up to 22 -1/2 degrees [0.393 rad] may be made by shop- mitering the ends of two adjacent sections of pipe by equal amounts. Deflections greater than 22 -1/2 degrees [0.393 rad] shall be made by use of fabricated bends. Deflections of the pipe by pulling or opening joints will not be permitted. High points which allow air to collect in pipelines will not be permitted unless an air release valve is indicated on the drawings at that location. When pipelines must be closely controlled, laser beam equipment, surveying instruments, or other suitable means shall be used to maintain alignment and grade. At least one elevation reading shall be taken on each length of pipe. If laser beam equipment is used, periodic elevation measurements shall be made with surveying instruments to verify accuracy of grades. If such measurements City of Yakima, Washington 15062 Steel Pipe PN 132965 -10- Bid No. 2182 Ultraviolet Disinfection Project November 2007 indicate thermal deflection of the laser beam due to differences between the ground temperature and the air temperature within the pipe, precautions shall be taken to prevent or minimize further thermal deflections. 3 -4. INSTALLATION. 3 -4.01. Buried Piping. For buried piping, all trenching, embedment, and backfilling shall conform to the Trenching and Backfilling section and the details indicated on the drawings. Whenever pipe laying is stopped, the open end of the line shall be sealed with a watertight plug. All water in the trench shall be removed prior to removing the plug. Pipe embedment and backfilling shall closely follow the installation and jointing of steel pipe in the trench to prevent flotation of the pipe by water and longitudinal movement caused by thermal expansion or contraction of the pipe. For restrained joint pipe, not more than 160 feet [48 m] of pipe shall ever be exposed ahead of the backfilling in any section of trench. The backfill adjacent to field joints may be temporarily omitted to provide adequate space for field coating the joints. Closure welds on restrained joint pipe shall be made during the cool part of the day. 3 -4.02. Out -of -Round Pipe. Pipe which deviates from a true circle by more than 1 percent shall be laid with its larger diameter vertical, or by using struts or jacks on continuous head and sill timbers to correct the vertical diameter where permitted by ENGINEER. Struts or jacks shall be left in place until the joints at each end have been completed and embedment and backfill for the section have been placed to at least 12 inches [300 mm] above the top of the pipe. Final inspection, repair, and checking of interior lining shall be performed after the struts or jacks have been removed. 3 -4.03. Pipe Deflection. After completion of backfilling and before acceptance of the Work, all pipe larger than 30 inches [750 mm] in diameter shall be tested for excessive deflection by measuring the actual inside vertical diameter. Deflection measurements will be made by ENGINEER. Pipe with diametral deflection exceeding 2 percent of the nominal inside diameter shall be uncovered and the bedding and backfill replaced as needed to prevent excessive deflection. After replacing bedding and backfill, the pipe shall be retested. 3 -4.04. Flanged Joints. Not used. 3 -4.05. Couplings. Not used. 3 -4.06. Insulated Flanged Joints. Not used. City of Yakima, Washington 15062 Steel Pipe PN 132965 -11- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3 -4.07. Stab Joints. Gasket installation and other jointing procedures shall conform to the instructions and recommendations of the pipe manufacturer. All joint surfaces shall be lubricated with heavy vegetable soap solution immediately before making the joint. The lubricant shall be suitable for use in potable water, shall be stored in closed containers, and shall be kept clean. Measurements shall be taken at the joints after installation to ensure that the specified clearances have not been exceeded. 3 -4.08. Welded Joints. All welds shall be sound and free from embedded scale or slag, shall have tensile strength across the weld not less than that of the thinner of the connected sections, and shall be watertight. Butt welds shall be used for all welded joints in pipe assemblies and in the fabrication of bends and other specials. Field- welded joints, where permitted, shall be either butt - welded or lap- welded. Field welding of joints shall conform to ANSI /AWWA C206. Single field - welded butt joints with outside backing rings may be used for pipe larger than 30 inches t / 50 m111) in diameter. ielel . Backii llj. rings lgs Will not be permitted l fitted for 30 inch [750 i l 11 l l ] and smaller pipe. Butt straps shall be welded on both the inside and outside of the pipe and at each end of the pipe and strap to avoid stress multiplication. Field- welded lap joints shall be double - welded joints as detailed in Figure 1- 15062A. The interior joint shall be welded after the exterior has been coated with a shrinkable wrapped sleeve and backfilied with at least 3 feet of backfill material. The field welding shall be performed so that the interior lining, the exterior coating, and the field lied joint coating are not damaged. d nn i w eld that %vatic ot�, and the fieiu applied jv i i� n wai i are not uai i ic� ru oy weld that undercuts the parent metal shall be cut out, filled, and ground smooth. 3- 4.08.01. Standard Inspection and Testing. Standard shop inspection and testing shall be in accordance with the shop inspection and testing provisions herein. Field weld test specimens shall be furnished to ENGINEER for testing by an independent testing laboratory whenever, in the judgment of ENGINEER, a satisfactory weld is not being made. Test specimens shall also be furnished when ENGINEER desires. All costs for this testing will be paid by OWNER. 3- 4.08.02. Special Procedure Inspection and Testing. Special procedure shop inspection and testing shall be in accordance with the shop inspection and testing provisions specified herein. Field welding procedures, welders, welding operators, and tackers shall be qualified in accordance with AWS B2.1 and as defined in Section 4 of ANSI /AWWA C206 or ANSI /AWWA C200, as applicable. All qualifications shall be in accordance with all- position pipe tests as defined in Section 5 of AWS B2.1. City of Yakima, Washington 15062 Steel Pipe PN 132965 -12- Bid No. 2182 Ultraviolet Disinfection Project November 2007 The welder qualification testing for field welding shall be conducted at the project site. Results of previous qualification tests will not be accepted. CONTRACTOR shall provide the services of an independent testing laboratory to perform the welder qualification. Copies of all test data and certifications shall be submitted to ENGINEER. All costs of welder qualification testing shall be paid by CONTRACTOR. Upon completion of each field - welded joint, the welding operator shall mark his regular identification number and the last two digits of the year the work was completed, or CONTRACTOR may have a records system that traces a welder's work. Steel stamping directly on piping will not be permitted unless "low stress" die stamps, such as interrupted dot or round -nose types, are used. Field welds will be randomly inspected and tested by an independent testing laboratory as directed by ENGINEER. Field lap welds will be inspected by magnetic particle or dye penetration methods. Field butt welds will be inspected by the radiographic method and in accordance with the acceptance criteria of API 1104. CONTRACTOR shall inform ENGINEER before welded joints are to be backfilled so that the joint may be inspected. CONTRACTOR shall assume all costs of exposing joints that were backfilled before inspection. Personnel performing visual inspection of welds shall be qualified and currently certified as Certified Welding Inspectors (CWI) in accordance with AWS QC1, Standard for Qualification and Certification of Welding Inspectors. Personnel performing nondestructive tests shall be qualified and certified to the requirements of SNT -TC -1 A. ENGINEER may also order nondestructive testing by an independent testing laboratory in addition to any testing specified herein. • Except as otherwise specified herein, all costs for inspection and testing of field welds by the independent testing laboratory will be paid by OWNER. If the weld is defective, the inspection costs shall be paid by CONTRACTOR. Defective welds shall be repaired and retested at CONTRACTOR's expense. Test reports of all laboratory tests shall be submitted as provided for in the Quality Control section. 3 -5. WALL SLEEVES AND WALL PIPES. Wall sleeves and wall pipes shall be provided where indicated on the drawings and shall be provided where steel pipe passes through concrete or masonry walls, unless otherwise noted. Where harness lugs are attached to wall sleeves, the sleeves shall be carefully aligned to permit installation of the tie rods. In flange and mechanical joint wall sleeves and wall pipe, holes in the mechanical joint bells and flanges shall straddle the top (or side for vertical piping) center line. The top (or side) center line shall be marked on each flange and mechanical joint piece at the fabricating shop. City of Yakima, Washington 15062 Steel Pipe PN 132965 -13- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3 -6. PIPE ANCHORS, BLOCKING, ENCASEMENT, HANGERS, AND SUPPORTS. Pipe anchors, blocking, hangers, and supports shall be installed where and as indicated on drawings and shall be fabricated in accordance with the Pipe Supports section and the details indicated on the drawings, and shall be furnished and installed complete with all concrete bases, anchor bolts and nuts, plates, rods, and other accessories required for proper support of the piping. All piping shall be rigidly supported and anchored so that there is no movement or visible sagging between supports. Where the details must be modified to fit the piping and structures, all such modifications shall be subject to acceptance by ENGINEER. Unless otherwise permitted, lugs for lateral or longitudinal anchorage shall be shop welded to the pipe. Concrete reaction anchorage, blocking, encasements, and supports shall be provided as indicated on the drawings or as permitted by ENGINEER. Concrete and reinforcing steel for anchorages, blocking, encasements, and supports shall conform to the Cast -in -Place Concrete section. All pipe to be encased shall be suitably supported and blocked in proper position, and shall be anchored to prevent flotation. 3 -7. PROTECTIVE COATINGS AND LININGS. 3 -7.01. Field Coating and Repair. Entry into the pipe or pipeline for application of interior linings to unlined ends shall be from open ends or through access manholes, except as otherwise permitted by ENGINEER. Pour holes will not be permitted. Field repair of shop- applied exterior coatings and interior linings shall conform to the following: For Field - Welded Joints Cement Mortar Hold back coating and lining 4 inches [100 mm] from joint. Field repair in accordance with Section 4 of ANSI/AWWA C205 as modified herein. Tape Coating Hold back at least 4 inches [100 mm] from joint. Field repair in accordance with ANSI /AWWA C209 or Heat Shrinkage Wrap ANSI /AWWA C216, except the total applied tape thickness shall be not less than 80 mils [2 mm]. For Flanged Joints Extend lining to ends of pipe. The coating of exterior surfaces is covered in the Protective Coatings section. For Stab Joints City of Yakima, Washington 15062 Steel Pipe PN 132965 -14- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Cement Mortar Hold back the coating on spigots and the • lining in bells from joints as specified for coal tar enamel coatings in ANSI /AWWA C203. Field repair in accordance with Section 4 of ANSI /AWWA C205 as modified herein. Tape Coating Hold back the coating on spigots as specified for coal tar enamel in ANSI /AWWA C203. Field repair in accordance with ANSI /AWWA C209 or Heat Shrinkage Wrap ANSI /AWWA C216. 3 -7.02. Modifications to the Governing Standards. 3- 7.02.01. Field Repair of Shop - Applied Cement Mortar Lining. Field repair of interior joint surfaces shall be done in accordance with Section 4.4.6 of ANSI /AWWA C205, except that an epoxy bonding agent and latex admixture shall be used in conjunction with the sand and cement mortar. The addition of lime or pozzolan will not be permitted. The exposed steel shall be thoroughly cleaned and all grease shall be removed. A coat of epoxy bonding agent shall be applied over the area to be lined in accordance with the manufacturer's recommendations. A soupy mixture of cement and water shall be applied over the epoxy after it becomes tacky. Cement mortar to which the latex admixture has been added shall then be packed into the area to be patched and screeded off level with the adjacent cement mortar lining. The patched area shall be given an initial floating with a wood float, followed by a steel trowel finish. Defective or damaged shop - applied cement mortar linings shall be removed, the surfaces cleaned, and the lining repaired as specified above for joint repair. 3- 7.02.02. Field - Applied Cement Mortar Lining. Except as modified herein, field - applied mortar linings shall comply with ANSI /AWWA C602. Specials. Wire fabric reinforcement shall be used in the lining of fittings and specials in conformance with Section 4.4.5 of ANSI /AWWA C205. Field Repair. Defective or damaged field - applied cement mortar linings shall be removed, the surfaces cleaned, and the lining repaired as specified for shop - applied cement mortar linings. 3 -8. CONNECTIONS WITH EXISTING PIPING. Not used. 3 -9. PROVISIONS FOR CATHODIC PROTECTION. Not used. 3 -10. LEAKAGE AND PRESSURE TESTS. After installation, steel piping shall be subjected to a leakage and pressure test. City of Yakima, Washington 15062 Steel Pipe PN 132965 -15- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3- 10.01. Leakage. All steel piping shall be watertight and free from leaks. Each leak which is discovered within the correction period stipulated in the General Conditions shall be repaired by and at the expense of CONTRACTOR. 3- 10.02. Pressure and Leakage Test. Pressure and leakage testing shall be in accordance with the pipeline Pressure and Leakage Testing section. 3 -11. DISINFECTION. After installation, the steel piping shall be disinfected as specified in the Cleaning and Disinfection section. End of Section City of Yakima, Washington 15062 Steel Pipe PN 132965 -16- Bid No. 2182 Ultraviolet Disinfection Project November 2007 H -C/L FIELD APPLIED SHRINKABLE SLEEVE 18" (450 MM) WIDE FOR TAPE WRAP OR POLURETHANE, ; (AWWA C216); JOINT DIAPER / ENGAGEMENT 3T AND GROUT FOR CEMENT MORTAR, - i ',' (AWWA C205) $�i, 1" (25 MM) i r ; ! , INTERIOR AND '1 MINIMUM i EXTERIOR (TYP) T, ! SHOP APPLIED �ir, COATING , , ^% SHOP APPLIED ', i (k.1 COATING -- DIAMETRICAL GAP ! N 1/8" (3 MM) MAX � f r , / "s % /� /%: ! / / 1, // //', /,`.. /F • • . •• °, d. :° `j • Aftmommilm 1 AIR TEST PORT / ` - -% i PIPE 0.0. (WHEN REQUIRED) ! / ti CEMENT - MORTAR �,. ti, =% LINING (TYP) (50 MM) r `% CEMENT -MOTAR / ° FIELD JOINT, I u J (AWWA C205) I /! / 1" (25 MM)/ MINIMUM - - - / DOUBLE WELDED BELL /SPIGOT DETAIL NO SCALE NOTES: 1. HOLD TAPE MATERIALS BACK 6" (150 MM) ON THE SPIGOT END. LEAVE CUT -BACK BARE STEEL. 2. HOLD CEMENT LINING BACK 6" (150 MM) ON BELL ID AND AS SHOWN ON SPIGOT ID. LEAVE CUT -BACK BARE STEEL. 3. GRIND SPIRAL WELD BACK 18" (450 MM) ON BELL AND SPIGOT OD. GRIND SPIRAL WELD BACK 6" (150 MM) ON BELL ID. 4. FILL GAP IN LINING BY FIELD APPLIED CEMENT PER AWWA C205. FIELD- WELDED LAP JOINT DETAIL , BLACK &VEATCH STEEL PIPE FIG 1 - 15062 SCHEDULE 15062 -S01 STEEL PIPE SCHEDULE 1.000 General Pipeline Segments / Sections 1.010 Location UV Diversion Box to UV Influent Well 1.020 Service Secondary Clarifier Effluent 1.030 Size (inches) 60 -inch 1.040 Min. Wall Thickness (inches) with 1/4 -inch C200 Tolerances 1.060 Design Test Pressure (psi) 100 1.080 Shop Hydrostatic Test Pressure 100 (psi) 1.090 Total External Load (lb/ft) See Section 2 -1.02 1.010 Material ASTM Designation and As set forth in AWWA C -200 Grade 1.110 Joint Type Stab and Welded END OF SCHEDULE City of Yakima, Washington 15062 -S01 Steel Pipe Schedule PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 15067 MISCELLANEOUS PLASTIC PIPE, TUBING, AND ACCESSORIES Data Sheet Paragraph Description Data Units General General Equipment Requirements Yes required. No Service Conditions Services for Material Classification f Yes FRP -1. _ 1 No When "Yes" is selected, indicate the services. Services for Material Classification r Irrigation system supply mains PVC -1. Irrigation system lateral piping ( Other When "Other" is selected, indicate the alternative. Services for Material Classification r Aluminum sulfate solution piping PVC -2. Aqua ammonia solution piping, fi buried r Carbon dioxide solution piping Carbon slurry piping Chemical vent piping (except 1 chlorine pressure relief vent piping downstream from evaporator) Chlorine gas piping from vacuum regulator to injector Chlorine solution piping r' Ferric chloride solution piping r Ferric sulfate solution piping r Ferrous chloride solution piping I Ferrous sulfate solution piping F _ Hydrofluosilicic acid (fluoride) solution piping Lime slurry piping in pump disharge lines City of Yakima, Washington 15067 Miscellaneous Plastic Pipe, Tubing PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Neat polymer and polymer solution piping re Polyphosphate solution piping Potassium permanganate solution piping re Sampling lines re Sleeves for copper tubing r Soda ash solution piping i" Sodium bisulfte solution piping i Sulfur dioxide solution piping Sump pump discharge in buried locations Znc orthophosphate solution piping l Other When "Other" is selected, indicate the alternative. Services for Material Classification Swing joints in irrigation system PVC -3. piping i Other When "Other" is selected, indicate the alternative. Services for Material Classification ,_ . Chemical resistant waste and vent PVC -4. piping I` Other When "Other" is selected, indicate the alternative. Services for Material Classification Chemical resistant waste and vent PVC -5. piping E Other When "Other" is selected, indicate the alternative. Services for Material Classification r Yes pyr._6. I... No When "Yes" is selected, indicate the services. Services for Material Classification re Yes PVC -7. n No When "Yes" is selected, indicate the services. City of Yakima, Washington 15067 Miscellaneous Plastic Pipe, Tubing PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Services for Material Classification r Yes • PVC -8. No When "Yes" is selected, indicate the services. Services for Material Classification Emergency gas treatment system CPVC -1. recirculation and drain i in PP g Neat polymer and polymer solution piping Odor control scrubber recirculation, overflow, and drain piping Sodium hydroxide solution piping, buried or submerged Sodium Hydroxide sent and overflow piping 1 Sulfuric Acid vent and overflow piping 1 Sodium hypochlorite solution piping "J Other When "Other" is selected, indicate C2 the alternative. Services for Material Classification Fe Natural gas in buried locations PE -1. F LP gas in buried locations rl Other When "Other" is selected, indicate the alternative. Services for Material Classification Natural gas in buried locations PE -2. LP gas in buried locations E Other When "Other" is selected, indicate the alternative. Services for Material Classification Chlorine gas under vacuum from PE -3. vacuum regulator to chlorine feeders Other When "Other" is selected, indicate the alternative. Services for Material Classification F Yes PE -4. 1 No When "Yes" is selected, indicate the services. Services for Material Classification Yes PE -5. i_... No City of Yakima, Washington 15067 Miscellaneous Plastic Pipe, Tubing PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 When "Yes" is selected, indicate the services. Services for Material Classification i - Yes PE -6. E No When "Yes" is selected, indicate the services. Services for Material Classification {M" Laboratory distilled water PP -1 f Laboratory deionized water I Other When "Other" is selected, indicate the alternative. Services for Material Classification Chemical resistance waste and vent PP -2. piping i T Other When "Other" is selected, indicate the alternative. Services for Material Classification _- Chemical resistant waste and vent PP -3. f piping in non -buried locations 1 Other When "Other" is selected, indicate the alternative. Services for Material Classification Chemical resistant waste and vent PVDF 1. piping located in air plenums f` Other When "Other" is selected, indicate the alternative. Services for Material Classification Chemical resistant waste and vent PVnF -9 _ I oca t eu _ air plenums pipuiy. IU.,dWU 111 dll �./I CIIUIIIA I' Other When "Other" is selected, indicate the alternative. Services for Material Classification fw Sulfuric acid tank vent piping PVDF -3. r _ Sulfuric acid solution piping, buried or submerged i Other When "Other" is selected, indicate the alternative. Services for Material Classification f{ Yes PVDF -4. No When "Yes" is selected, indicate the services. City of Yakima, Washington 15067 Miscellaneous Plastic Pipe, Tubing PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Services for Material Classification F .. Flexible connections in chemical • RPT -1. piping 1/2 inch [13 mm] and smaller Other When "Other" is selected, indicate the alternative. Services for Material Classification F Yes RPT -1. I No When "Yes" is selected, indicate the alternative. Construction For Material Classification PVC -6, r Solid pipe wall type. Perforated For Material Classification PVC -6, Solvent welded type of joints. r` Elastomeric gasket For Material Classification PE -5, Solid wall type of tubing. Slotted wall City of Yakima, Washington 15067 Miscellaneous Plastic Pipe, Tubing PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 15067 MISCELLANEOUS PLASTIC PIPE, TUBING, AND ACCESSORIES PART 1 - GENERAL 1 -1. SCOPE. This section covers the furnishing of miscellaneous plastic pipe, tubing, and accessories for the services as required. Pipe and tubing shall be furnished complete with all fittings, flanges, unions, jointing materials and other necessary appurtenances. 1 -1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the Data Sheet ". 1 -2. GENERAL. 1 -2.01. General Equipment Requirements. When required, the General Equipment Requirements shall apply to all materials provided under this section. 1 -3. SUBMITTALS. 1 -3.01. Drawings and Data. Complete specifications, data, and catalog cuts or drawings shall be submitted in accordance with the submittals section. Items requiring submittals shall include, but not be limited to, the following: Expansion joints. Flange gaskets. Pi si i iNc �iccvc0. PVC pipe and fittings. CPVC pipe and fittings. Name of manufacturer. Type and model. Construction materials, thickness, and finishes. Pressure and temperature rating. 1 -4. DELIVERY, STORAGE, AND HANDLING. Shipping shall be in accordance with the shipping section. Handling and storage shall be in accordance with the handling and storage section. All materials shall be stored in a sheltered location above the ground, separated by type, and shall be supported to prevent sagging or bending. Pipe, tubing, and fittings shall be stored between 40 °F and 90 °F [4 °C and 32 °C]. City of Yakima, Washington 15067 Miscellaneous Plastic Pipe, Tubing PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 PART 2 - PRODUCTS 2 -1. MATERIALS. 2 -1.01. Pipe Materials. Miscellaneous plastic pipe materials shall be as indicated. Material Classification CPVC -1 Schedule 80 CPVC Pipe With Solvent Welded Joints Pipe ASTM F441, Schedule 80, Cell Classification 23447, bearing NSF seal. Fittings ASTM F439, Cell Classification 23447, bearing NSF seal. Flanges or unions shall be provided where needed to facilitate disassembly of equipment or valves. Flanges or unions shall be joined to the pipe by a solvent weld. When acceptable to ENGINEER, threaded joints may be used instead of solvent welded joints in exposed interior locations for the purpose of facilitating assembly. The use of threaded joints in this system shall be held to a minimum. 2 -1.02. Accessory Materials. Accessory materials for the miscellaneous plastic pipe systems shall be as indicated. Material Classification CPVC -1 Flanges Diameter and drilling shall conform to ANSI /ASME B16.5, Class 150. Flange Bolts and Nuts ASTM A307, Grade B, length such that, after installation, the bolts will project 1/8 to 3/8 inch [3 to 10 mm] beyond outer face of the nut. Stainless steel for chemical feed systems, galvanized steel for all other systems. City of Yakima, Washington 15067 Miscellaneous Plastic Pipe, Tubing PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Flat Washers ANSI B18.22.1, plain. Stainless steel for chemical feed systems, galvanized steel for all other systems. Flange Gaskets Full face, 1/8 inch [3 mm] thick, chemical - resistant eiastomeric material suitable for the specified service. Expansion Joints Edion "Thermo- molded TFE" or Resistoflex "Style R6905" molded expansion joint. PART 3 - EXECUTION 3 -1. INSTALLATION. Materials furnished under this section will be installed in accordance with Section 15020. End of Section City of Yakima, Washington 15067 Miscellaneous Plastic Pipe, Tubing PN 132965 -8- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 15069 CAST IRON SOIL PIPE AND ACCESSORIES Data Sheet Paragraph Description Data Units General Service Conditions Services for Material Classification Building sanitary drain, waste, and CI -1. i _ vent piping in all locations Building storm drain piping in all locations Iv Other When "Other" is selected, indicate UV Basin Drain the alternative services. Services for Material Classification Building sanitary drain, waste, and CI -2. i vent piping in all locations except where buried Building storm drain piping in all locations except where buried i__ Other When "Other" is selected, indicate the alternative services. City of Yakima, Washington 15069 Cast Iron Soil Pipe and Accessories PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 15069 CAST IRON SOIL PIPE AND ACCESSORIES PART 1 - GENERAL 1 -1. SCOPE. This section covers the furnishing of cast iron soil pipe and accessories for the services as required. Cast iron soil pipe shall be furnished complete with all fittings and other accessories specified herein. 1 -2. GENERAL. 1 -2.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet ". 1 -3. SUBMITTALS. 1 -3.01. Drawings and Data. Complete specifications, data and catalog cuts or drawings shall be submitted in accordance with the submittals section. Items requiring submittals shall include, but shall not be limited to, the following: Gaskets. Sleeves. Name of Manufacturer. Type and Model. Construction materials, thickness, and finishes. Pressure and temperature rating. 1 -4. DELIVERY, STORAGE, AND HANDLING. Shipping shall be in accordance with the shipping section. Handling and storage shall be in accordance with the handling and storage section. All materials shall be stored in a sheltered location above the ground, separated by type, and shall be supported to prevent sagging or bending. City of Yakima, Washington 15069 Cast Iron Soil Pipe and Accessories PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 PART 2 - PRODUCTS 2 -1. MATERIALS. 2 -1.01. Pipe Materials. Cast iron soil pipe materials shall be as indicated. Material Classification CI -1 Bell and Spigot Pipe and Fittings Bell and spigot type, ASTM A74. Jointing Material Rubber gaskets, ASTM C564. Material Classification CI -2 Hubless Pipe and Fittings Hubless type, CISPI 301. Jointing Material Heavy duty coupling, with neoprene rubber sleeve, corrugated 304 stainless steel shield, and stainless steel clamping bands. Minimum 4 bands for four inch and smaller pipe size, and 6 bands for larger than 4 inch pipe size. Couplings shall be Husky "SD 4000" or Mission "Heavyweight ". PART 3 - EXECUTION 3 -1. INSTALLATION. Materials furnished under this section will be installed in accordance with Section 15020. End of Section City of Yakima, Washington 15069 Cast Iron Soil Pipe and Accessories PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 15091 MISCELLANEOUS BALL VALVES Data Sheet Paragraph Description Data General 1 -2.01 General Equipment Requirements Yes required. No 11 - Certified copies of physical and «. Yes chemical test results. 4.- No Schedule See Schedule 15091 — S01 «" Yes r No Service Conditions 2 -1.01 Services for valve Type VB -1, I Instrument air 2 inch and smaller. Where ball valves are indicated on r the plumbing drawings for water service for metallic piping systems Heating water systems (copper piping systems) Chilled water systems (copper piping ( systems Condenser water systems (copper piping systems) I Other When "Other" is selected, indicate alternative service. 2 -1.02 Services for valve Type VB -2, Where ball valves are indicated on 2 -1/2 inch and 3 inch. IM the plumbing drawings for water service in metallic piping systems n Other When "Other" is selected, indicate alternative service. 2 -1.03 Services for valve Type VB -3, Process air 2 inch and smaller. iM Other When "Other" is selected, indicate alternative service. City of Yakima, Washington 15091 Miscellaneous Ball Valves PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -1.04 Services for valve Type VB -4, r Digester gas 2 inch and smaller. 1_.. Ozone gas • Oxygen r Other When "Other" is selected, indicate alternative service. 2 -1.05 Services for valve Type VB -5, i Compressed air 2-1/2 inch. r Water • Other When "Other" is selected, indicate alternative service. 2 -1.06 Services for valve Type VB -6, - Compressed air 3 inch and larger. i Water [ Other When "Other" is selected, indicate alternative service. 2 -1.07 Services for valve Type VB -7, ; Heating water systems (steel piping 2 inch and smaller. systems) Chilled water systems (steel piping systems) Condenser water systems (steel piping systems) I Compressed air Iv Other When "Other" is selected, indicate a Itfrnativc sprvira 2 -1.08 Services for valve Type VB -8, r Water 2 -1/2 inch and 4 inch. E Compressed air l Other When "Other" is selected, indicate alternative service. 2 -1.09 Services for valve Type VB -9, I Diesel fuel 2 inch and smaller. Gasoline • Lubricating oil i _ Methanol rl Other When "Other" is selected, indicate alternative service. City of Yakima, Washington 15091 Miscellaneous Ball Valves PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -1.10 Services for valve Type VB -10, f "- PVC • 4 inch and smaller, socket end (refer CPVC to Miscellaneous Plastic Pipe, Tubing, and Accessories section for 1 Other service). When "Other" is selected, indicate alternative service. 2 -1.11 Services for valve Type VB -11, I PVC 4 inch and smaller, flange end (refer -- CPVC to Miscellaneous Plastic Pipe, Tubing, and Accessories section for I Other service). When "Other" is selected, indicate alternative service. 2 -1.12 Services for valve Type VB -12, fl Distilled water system 1 inch and smaller. f Deionized water system r.. Other When "Other" is selected, indicate alternative service. 2 -1.13 Services for valve Type VB -13, j Ozone gas 2 -inch and smaller. [ Oxygen f Other When "Other" is selected, indicate alternative service. 2 -1.14 Services for valve Type VB -14, I Pressurized chlorine 1 -1/2 inch and smaller. r Other When "Other" is selected, indicate alternative service. 2 -1.15 Services for valve Type VB -15, r Carbon dioxide 2 inch and smaller. ( Other When "Other" is selected, indicate alternative service. 2 -1.16 Service for valve type VB -16, r Diesel fuel emergency shutoff, 2 inch and smaller I` Gasoline Is Lubricating oil 1 Methanol f Other When "Other" is selected, indicate alternative service. 2 -1.17 Service for valve type VB -17, with f Other electric actuator, 2 inch and smaller. I -- Water When "Other" is selected, indicate alternative service. City of Yakima, Washington 15091 Miscellaneous Ball Valves PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 15091 MISCELLANEOUS BALL VALVES PART 1 — GENERAL 1 -1. SCOPE. This section covers the furnishing of manually operated or remote activated two position (open - close) ball valves. Piping, pipe supports, insulation, and accessories that are not an integral part of the valves or are not specified herein are covered in other sections. 1 -1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet ". 1 -2. GENERAL. 1 -2.01. General Equipment Requirements. The General Equipment Requirements shall apply to all equipment and materials provided under this section. 1 -2.02. Number Plates. Each valve covered by this section which has been assigned a number on the drawings shall be provided with a number plate mounted on or adjacent to the valve in a manner acceptable to ENGINEER. Number plates shall be aluminum with engraved letters at least 3/4 inch [19 mm] high. Letters shall be p bl after fabrication. n y i �. �cuci o shall be N a n ncu black ai tai iavi wauvi i. 1 -3. SUBMITTALS. Complete drawings, details, and specifications covering the valves and their appurtenances shall be submitted in accordance with the submittals section. Included in the submittal shall be drawings by the valve manufacturer to indicate the position of the valve actuator and valve shaft. Submittal drawings shall clearly indicate the country of origin of all cast gray iron and ductile iron valve components. 1 -4. DELIVERY, STORAGE, AND HANDLING. Shipping shall be in accordance with the shipping section. Handling and storage shall be in accordance with the handling and storage section. City of Yakima, Washington 15091 Miscellaneous Ball Valves PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 PART 2 - PRODUCTS 2 -1. CONSTRUCTION. Ball valves not specified shall be selected to match piping material they are installed in. 2 -1. 04. Valves Type VB -10. Rating 150 psig [1.0 MPa] nonshock cold WOG Type In -line, true union, full port (Schedule 80) Body /Bonnet PVC or CPVC Trim Seat Teflon Ball PVC or CPVC Stem PVC or CPVC Thrust Washer Teflon Stem Seal Viton 0-ring Body Seals Viton 0-rings End Connection Socket Temp. Limitations 0 to 140 °F [ -18 to 60 °C] Valve Operator Lever Manufacturers Hayward Plastic Products "True Union Ball Valve "; Nibco "Chemtrol TU Series Tru -Bloc Ball Valve "; Spears Manufacturing. Co "True Union 2000 Standard Series 3600 Ball Valve" City of Yakima, Washington 15091 Miscellaneous Ball Valves PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -1.05. Valves Type VB -11. Rating 150 psig [1.0 MPa] nonshock cold WOG Type In -line, true union, full port (Schedule 80) Body /Bonnet PVC or CPVC Trim Seat Teflon Ball PVC or CPVC Stem PVC or CPVC Thrust Washer Teflon Stem Seal Viton 0-ring Body Seals Viton O -rings End Connection Flanged, ASME B16.5, Class 150, raised face Temp. Limitations 0 to 140 °F [ -18 to 60 °C] Valve Operator Lever Manufacturers Hayward Plastic Products "True Union Ball Valve "; Nibco "Chemtrol TU Series Tru -Bloc Ball Valve Spears Manufacturing Co. "True Union 2000 Standard Series 3600 Ball Valve" 2 -1.06. Length Tolerance. Unless otherwise specified, the actual length of valves shall be within plus or minus 1/16 inch [1.6 mm] of the specified or theoretical length. 2 -1.07. Shop Coatings. All ferrous metal surfaces of valves and accessories, both interior and exterior, shall be shop coated for corrosion protection. The valve manufacturer's standard coating will be acceptable, provided it is functionally equivalent to the specified coating. City of Yakima, Washington 15091 Miscellaneous Ball Valves PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Coating Materials Asphalt Varnish Fed Spec TT -C -494. Medium Consistency Coal Tar Carboline "Bitumastic 50" or Tnemec "46 -465 H.B. Tnemecol ". Epoxy Enamel (for liquid service) Ameron "Amerlock 400 High - Solids Epoxy Coating ", Carboline "Carboguard 891 ", or Tnemec "Series N140 Pota -Pox Plus ". Rust - Preventive Compound As recommended by the manufacturer. Surfaces To Be Coated Unfinished Surfaces Interior Surfaces Liquid Service Asphalt varnish (two coats) or epoxy enamel. Exterior Surfaces of Valves Asphalt varnish or coal tar. To Be Buried, Submerged, or Installed in Manholes or Valve Vaults Exterior Surfaces of all other Universal primer. valves 2 -2. VALVE ACTUATORS. Ball valves, except those which are equipped with power actuators or are designed for automatic operation, shall be provided with manual actuators. Unless otherwise specified or indicated on the drawings, each manual actuator shall be equipped with a lever operator. Valves indicated to be electric motor operated on the drawings shall have reversible electric motor operators designed for 120 volt ac, single phase operation. Actuators shall include integral thermal overload protection and a declutchable manual override. Actuators shall be equipped with motor operation limit switches and two additional single -pole, double -throw limit switches for auxiliary open and closed indication. An internal heater and thermostat shall be provided in each actuator housing to prevent condensation. Actuators in Class I, Division 1 and Division 2, Group D hazardous areas indicated on the drawings City of Yakima, Washington 15091 Miscellaneous Ball Valves PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 shall have NEMA Type 7 housings. Actuators in other areas shall have NEMA Type 4X housings. 2 -3. ACCESSORIES. If the drawings indicate the need for extension stems, stem guides, position indicator, floor boxes, or operating stands, refer to Section 15180. 2 -3.01. Valve Boxes, Each valve buried to a depth of 4 feet [1.2 m] or less shall be provided with a slide type valve box. Valve boxes shall be cast iron, extension sleeve type, suitable for the depth of cover indicated on the drawings. Only one extension will be allowed with each slide type valve box. Valve boxes shall be at least 5 inches [125 mm] in inside diameter, shall be at least 3/16 inch [4.7 mm] thick, and shall be provided with suitable cast iron bases and covers. Each valve buried deeper than 4 feet [1.2 m] shall be provided with a valve box consisting of a cast iron cover and a 6 inch [150 mm] cast iron pipe section. The cover shall be Clay & Bailey "No. 2193 ". The pipe shaft shall extend from the valve to 5 inches [125 mm] inside the valve box cover, All parts of valve boxes, bases, and covers shall be shop coated by dipping in asphalt varnish. Valve boxes which are to be provided with position indicators shall have top sections and covers designed for proper installation of the position indicator and accessories. PART 3 - EXECUTION 3-1. INS T ALL T IOIV. Materials furnished lsled under this section shall be installed in accordance with Section 15010. End of Section City of Yakima, Washington 15091 Miscellaneous Ball Valves PN 132965 -8- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 15104 RESILIENT - SEATED GATE VALVES Data Sheet Paragraph Description Data Units General 1.2.01 General Equipment Requirements IT Yes required. No 1.2.04 Temporary number plates required. l" Yes No Applicable governing standards E ANSI /AWWA C509 ANSI /AWWA C515 Certified copies of physical and « Yes chemical test results required. No Installation 3.1.01 Installation check required. Yes r No When "Yes" is selected, indicate the As required for compliance number of days. When "Yes" is selected, indicate the As required for compliance number of round trips. Schedule 3.2 See Resilient- Seated Gate Valve 6* Yes Schedule 15104 -S01. No City of Yakima, Washington 15104 Resilient- Seated Gate Valves PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 15104 RESILIENT - SEATED GATE VALVES PART 1 - GENERAL 1 -1. SCOPE. This section covers furnishing resilient- seated AWWA gate valves for water service as required and as indicated in the Resilient- Seated Gate Valve Schedule 15104 -S01. Resilient- seated gate valves shall be furnished complete with actuators and accessories as specified herein, as indicated in the schedule, and as specified in Section 15180. 1 -1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet ". 1 -2. GENERAL. Equipment provided under this section shall be fabricated and assembled in full conformity with drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. Valves shall be furnished with all necessary parts and accessories indicated on the drawings, specified, or otherwise required for a complete, properly operating installation and shall be the latest standard products of a manufacturer regularly engaged in the production of valves. 1 -2.01. General Equipment Requirements. The General Equipment Requirements shall apply to all equipment furnished under this section. 1 -2.02. Governing Standard. Except as modified or supplemented herein, all resilient - seated gate valves shall conform to the applicable requirements of ANSI /AWWA C509 or C515, as required. 1 -2.03. Temporary Number Plates. Not Used. 1 -3. SUBMITTALS. Complete drawings, details, and specifications covering the valves and their appurtenances shall be submitted in accordance with the submittals section. Submittal drawings shall clearly indicate the country of origin of all cast gray iron or ductile iron valve components. City of Yakima, Washington 15104 Resilient- Seated Gate Valves PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 All valves shall be tested in accordance with Section 5 of the governing standard. Certified copies of the results of all tests, together with an affidavit of compliance as indicated in Section 6.3 of the governing standard, shall be submitted to ENGINEER before the valves are shipped. PART 2 - PRODUCTS 2 -1. MATERIALS. Except as modified or supplemented herein, materials used in the manufacture of resilient- seated gate valves shall conform to the requirements of ANSI /AWWA C509. 2 -1.01. Bronze Components. All bronze valve components in contact with liquid shall contain less than 16 percent zinc. All aluminum bronze components in contact with liquid shall be heat treated in accordance with Section 4.4.2.4.3 of ANSI /AWWA C509 to inhibit dealuminization. 2 -1.02. Gaskets. Gaskets shall be free of asbestos and corrosive ingredients. 2 -1.03. Shop Coatings. Medium Consistency Carboline "Bitumastic 50" or Tnemec "46 -465 Coal Tar H.B. Tnemecol." Epoxy Manufacturer's standard fusion - bonded or liquid epoxy. Rust - Preventive As recommended by manufacturer. Compound 2 -2. VALVE CONSTRUCTION. 2 -2.01. Ends. The types of ends shall be as indicated in the Resilient Seated Gate Valve Schedule 15104 -S01. Except as modified or supplemented herein, the ends shall conform to the applicable requirements of the governing standard. Flanges shall be finished to true plane surfaces within a tolerance limit of 0.005 inch [125 pm]. The finished face shall be normal to the longitudinal valve axis within a maximum angular variation tolerance of 0.001 inch per inch [1 pm /mm] of flange diameter. 2 -2.02. Stem Seals. Stuffing box stem seals shall be provided for all gate valves with rising stems (outside screw - and -yoke type). 0-ring stem seals shall be provided for all buried gate valves, and for all gate valves with non - rising stems. City of Yakima, Washington 15104 Resilient- Seated Gate Valves PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 The type of stem shall be as indicated in the Resilient Seated Gate Valve • Schedule 15104 -S01. 2 -2.03. Rotation. The direction of rotation of the handwheel or the wrench nut to open the valve shall be to the left (counterclockwise). 2 -2.04. Shop Coating. All interior and exterior ferrous metal surfaces of valves and accessories shall be shop coated for corrosion protection. Except as specified below, the valve manufacturer's standard coating will be acceptable, provided it is functionally equivalent to the specified coating and is compatible with the specified field coating Surfaces shall be coated as follows: Interior surfaces Epoxy. Interior surfaces (potable water) Epoxy (NSF certified). Exterior surfaces of valves to buried, Epoxy or medium consistency submerged, or installed in manholes or coal tar. valve vaults Exterior surfaces of all other valves Universal primer. Polished or machined surfaces Rust - preventive compound. The protective epoxy coating on the interior surfaces of each valve shall be applied in three coats, with a minimum total dry film thickness of 13 mils [325 pm]. Alternatively, the manufacturer's standard coating may be used and the interior surfaces of each valve shall be subjected to a nondestructive holiday test in accordance with ASTM G62, Method A, and shall be electrically void -free. Interior coatings shall comply with AWWA C550. The total dry film thickness of shop - applied coatings shall be not less than: Type of Coating Minimum Dry Film Thickness Medium Consistency 6 mils [150 pm]. Coal Tar Epoxy 10 mils [250 pm] or 13 mils [325 pm] where specified herein. Universal Primer 3 mils [75 pm]. City of Yakima, Washington 15104 Resilient- Seated Gate Valves PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -3. VALVE ACTUATORS. Requirements for valve actuators shall be as indicated in the Resilient Seated Gate Valve Schedule 15104 -S01, and as specified in Section 15180. 2 -4. ACCESSORIES. 2 -4.01. Extension Stems. Requirements for extension stems and stem guides shall be as indicated in the Resilient Seated Gate Valve Schedule 15104 -S01, and as specified in Section 15180. 2 -4.02. Floor Boxes. Requirements for floor boxes shall be as indicated in the Resilient Seated Gate Valve Schedule 15104 -S01, and as specified in Section 15180. 2 -4.03. Operating Stands. Requirements for operating stands shall be as indicated in the Resilient Seated Gate Valve Schedule 15104 -S01, and as specified in Section 15180. 2 -4.04. Valve Boxes. Requirements for valve boxes shall be as specified in Section 15180. PART 3 - EXECUTION 3 -1. INSTALLATION. Valves will be installed in accordance with Section 15010. 3 -1.01. Installation Check. An experienced, competent, and authorized representative of the manufacturer shall visit the site of the Work and inspect, check, adjust if necessary, and approve the equipment installation. The representative shall be present when the equipment is placed in operation in accordance with Section 01650, and shall revisit the job site as often as necessary until any problems are corrected and the equipment installation and operation are satisfactory in the opinion of ENGINEER. The manufacturer's representative shall furnish a written report certifying that the equipment has been properly installed and lubricated; is in accurate alignment; is free from any undue stress imposed by connecting piping and appurtenances; and has been operated under full load conditions and that it has operated satisfactorily. All costs for these services shall be included in the Contract Price for the number of days and round trips to the site as required. 3 -2. SCHEDULE. See the Resilient- Seated Gate Valve Schedule 15104 -S01. End of Section City of Yakima, Washington 15104 Resilient- Seated Gate Valves PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Schedule 15104 -S01 RESILIENT - SEATED GATE VALVE SCHEDULE 1.000 Requirements 1.010 Valve Tag Number Buried gate valves are not tagged 1.011 Quantity 1 1.020 Size (inches) 4 1.030 Type of Service C2 1.040 Type of Installation Buried, depth of 4 feet [1.2 m] or less 1.050 Ends Flanged 1.060 Stem Non - rising stem 2.000 Manual Actuator 2.010 Type of Manual Actuator Wrench nut 3.000 Actuator Accessories 3.010 Extension stems Yes 3.020 Floor boxes No 3.030 Cast iron operating stands No 3.031 Fabricated steel operating stands No End of Section City of Yakima, Washington 15104 -S01 Resilient- Seated Gate Valve Schedule PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 15111 GATE INSTALLATION Data Sheet Paragraph Description Data Units General 1 -1 Sections applicable to gates to be 11360 Tilting Weirs installed. 15112 Sluice Gates 15114 Slide Gates i 15115 Flap Gates I- Other When "Other" is selected, indicate requirements for gates to be installed. 1 -1 Gates furnished by others. r " Yes No When "Yes" is selected, indicate gate description. City of Yakima, Washington 15111 Gate Installation PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 15111 GATE INSTALLATION PART 1 - GENERAL 1 -1. SCOPE. This section covers the installation of new gates and actuators purchased by CONTRACTOR as part of this Work, or purchased by others under the specifications as required. 1 -1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the data sheet ". 1 -2. GENERAL. Equipment installed under this section shall be erected and placed in proper operating condition in full conformity with drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. 1 -2.01. Coordination. When installation checks are provided by the equipment manufacturer, CONTRACTOR shall coordinate the services with the equipment manufacturer. CONTRACTOR shall give ENGINEER written notice at least 30 days prior to the need for installation checks. CONTRACTOR shall review equipment submittals and coordinate with the requirements of the Work and the Contract Documents. CONTRACTOR accepts sole responsibility for determining and verifying all quantities, dimensions, and field construction criteria. 1 -3. DELIVERY, STORAGE, AND HANDLING. Upon delivery, all equipment and materials shall immediately be stored and protected by CONTRACTOR in accordance with Section 01614 until installed in the Work. Equipment shall be protected by CONTRACTOR against damage and exposure from the elements. At no time shall the equipment be stored on earth or grass surfaces or come into contact with earth or grass. CONTRACTOR shall keep the equipment dry at all times. PART 2 - PRODUCTS 2 -1. MATERIALS. Materials shall be as follows: Grout As specified in the equipment grout section. City of Yakima, Washington 15111 Gate Installation PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 PART 3 - EXECUTION 3 -1. INSPECTION. All gates and accessories shall be inspected for damage and cleanliness before being installed. Any material damaged or contaminated in handling on the job shall not be used unless it is repaired and recleaned to the original requirements by CONTRACTOR. Such material shall be segregated from the clean material and shall be inspected and approved by OWNER or his representative before its use. 3 -2. INSTALLATION. 3 -2.01. General. Gates and appurtenances shall be handled and installed in accordance with the manufacturer's recommendations, and the requirements herein. All bolts shall be tightened and all items requiring lubrication, including pivot pins, shall be lubricated. Anti -seize thread lubricant shall be liberally applied to the threaded portion of stainless steel anchor bolts during the installation and tightening of nuts. Excess lubricant shall be thoroughly removed following final tightening. The threaded portion of each plastic stem cover shall be wrapped in at least two layers of teflon thread tape, and the threaded portion of steel pipe stem covers shall be coated with teflon thread sealer immediately prior to installation of the cover on the actuator. Each gate shall be adjusted so that it does not bind or leak in excess of specified requirements. After installation, each sluice gate and slide gate shall be operated through at least two complete open -close cycles, re- adjusted and re- operated as necessary, and left in a condition acceptable to ENGINEER. 3 -2.02. Installation Checks. When specified in the gate sections, installation checks will be provided by a manufacturer's representative. Such services shall be furnished at no charge to CONTRACTOR for the extent indicated in the gate sections. Any additional services in connection with the installation which are required by reason of CONTRACTOR's progress shall be paid for by CONTRACTOR. CONTRACTOR shall perform no Work related to the installation or operation of materials or equipment furnished by others without direct observation and guidance of the field representative, unless ENGINEER and manufacturer furnishing such materials concur otherwise. 3 -2.03. Sluice Gates. Not used. City of Yakima, Washington 15111 Gate Installation PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3 -2.04. Slide Gates. Each embedded frame shall be carefully braced in the forms before concrete is placed, or a space shall be boxed out and the frame shall be grouted in place later. Care shall be exercised to ensure that frame members and anchor bolts do not rest upon or contact steel reinforcing bars. Damaged areas of shop applied coatings shall be re- coated and allowed to cure before placement of concrete or grout. Anchor bolts shall be carefully set using a template. 3 -2.05 Flap Gate. Care shall be taken to avoid warping the gate body and to 2 i� 1 l,.l it 1 1 'A' ensure uniform contact of seat faces when the cover is in the closed position. Gates mounted directly on the vertical face of concrete walls shall be adjusted and grouted in place with non - shrinking grout in accordance with the manufacturer's recommendations. 3 -3. GATE ACTUATORS. Gate actuators and accessories shall be installed in accordance with the equipment manufacturer's recommendations. 3 -4. FIELD QUALITY CONTROL. 3 -4.01. Field Leakage Testing. After installation, all gates shall be tested for leakage. Leakage exceeding the specified limits which is discovered within the correction period stipulated in n the General Conditions shall be repaired by and at the expense of CONTRACTOR. This requirement applies whether pressure testing is required or not. 3- 4.01.01. Sluice Gates. Not used. 3- 4.01.02. Slide Gates. For the maximum seating and unseating heads, the leakage shall not exceed 0.1 gpm per foot of seating perimeter. 3 -5. ADJUSTING. After installation, the opening and closing time shall be adjusted as needed for each pneumatic, hydraulic and electric actuated gate. End of Section City of Yakima, Washington 15111 Gate Installation PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 15114 SLIDE GATES PART 1- GENERAL 1 -1. SCOPE. This section covers furnishing slide gates and actuators as specified herein and as indicated in the Slide Gate Schedule. Slide gates shall be furnished complete with frames, slides, seals, actuators, operating stems, and appurtenances as specified herein, as indicated in the schedule and as specified in the Valve and Gate Actuator section. 1 -2. GENERAL. Equipment furnished under this section shall be fabricated and assembled in full conformity with drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by Engineer. Gates and actuators shall be furnished with all necessary parts and accessories indicated on the drawings, specified, or otherwise required for a complete, properly operating installation and shall be the latest products of a manufacturer regularly engaged in the production of slide gates. 1 -2.01. General Equipment Stipulations. The General Equipment Stipulations shall apply to all equipment furnished under this section. If requirements in this specification differ from those in the General Equipment Stipulations, the requirements specified herein shall take precedence. 1 -2.02. Governing Standard. Except as modified or supplemented herein, all slide gates shall conform to the applicable requirements of ANSI /AWWA C513. 1 -2.03. Permanent Number Plates. All slide gates that have been assigned a number on the drawings or in the Slide Gate Schedule, shall be provided with a permanent number plate. The location of number plates and the method of fastening shall be acceptable to Engineer. Numerals shall be at least 1 inch high and shall be black baked enamel on anodized aluminum plate. 1 -3. SUBMITTALS. Complete drawings, construction details, and specifications covering the slide gates and appurtenances shall be submitted in accordance with the Submittals section. Each drawing shall be identified with the slide gate designation. Drawings shall include separate wiring diagrams for each electrically operated gate and related electrical control equipment. City of Yakima, Washington 15114 Slide Gates PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 1 -4. DELIVERY, STORAGE, AND HANDLING. Shipping shall be in accordance with the Shipping section. Handling and storage shall be in accordance with the Handling and Storage section. In addition, frames shall be provided with corner bracing, plywood sheet backing, or other means to hold the frames in proper alignment during shipment and installation. The bracing or backing shall be factory applied and will not be removed until after the frames have been installed in the structures. PART 2- PRODUCTS 2 -1. SERVICE CONDITIONS. Slide gates shall be installed and used for shutoff service at the following locations (see 15114 -SO1 and 15114 -S02 for slide gate schedules): • UV Diversion box (DB) • UV influent channels (UVI) The slide gates will be exposed to treated effluent from the secondary clarifiers. 2 -2. PERFORMANCE AND DESIGN REQUIREMENTS. Slide gates shall be designed for the conditions and requirements indicated in the Slide Gate Schedule. 2 -2.01. Design. Liberal factors of safety shall be used throughout the design, especially in the design of parts subject to intermittent or alternating stresses I general, working stresses shall not exceed one -third of the yield point or one -fifth of the ultimate strength of each material. Gates shall be designed for the seating and unseating heads indicated in the Slide Gate Schedule. Gates shall be designed to fit into the structures indicated on the drawings. 2 -3. MATERIALS. Frames, Guides, Slides, Aluminum, ASTM B209, B211, B221, or Reinforcing Members, and Yoke B308, Alloy 6061 -T6. Beams Flush Bottom Closure Seal Compressible neoprene. Hollow Bulb J -Seals Compressible neoprene. Seal Retainer Bar Aluminum, ASTM B211 or B221, Alloy 6061 -T6. City of Yakima, Washington 15114 Slide Gates PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project N ovem b e r 2067 Slide Seats and Bearing Bars UHMW polyethylene. Operating Stems Stainless steel, AISI Type 304 or 316. Assembly Fasteners Stainless steel, AISI Type 302, 303, or 304. Epoxy Enamel Ameron "Amercoat 385 Epoxy ", Carboline "Carboguard 890 ", or Tnemec "Series N69 Hi -Build Epoxoline II ". Epoxy Enamel (NSF Certified Ameron "Amerlock 400 High - Solids Systems) Epoxy Coating ", Carboline "Carboguard 891", or Tnemec "Series N140 Pota -Pox Plus "; immersion service. 2 -4. CONSTRUCTION. 2 -4.01. Frames. Each frame shall be an integral unit of extruded or welded structural shapes at least 1/4 inch [6 mm] thick. Frames shall be designed for embedment in concrete or installation on the face of concrete walls as indicated in the Slide Gate Schedule. Embedded frames shall be recessed so that the waterway is not obstructed. At CONTRACTOR's option, the frame for gate DC- G -101 may be provided with separate bottom closure member to be attached in field and to aid in installation around the existing 54 -inch pipe. Method of attaching bottom closure member to the frame shall be per the manufacturer's requirements. Guides shall be provided on each side of each frame. Guides shall be sufficiently strong to require no further reinforcing where they extend above the operating floor, and shall support the entire height of the slide in all positions. Full- length plastic slide seats or bearing bars shall be provided on the downstream side of the slide on gates subject to seating pressure from one direction. Gates subject to seating pressure from either direction shall be provided with plastic seats or bearing bars on both faces of the slide. Seats and bars shall be securely held in the guides by dovetail or "T" grooves in the frame. Self- contained gates shall be equipped with a yoke, shop welded to the top of vertical frame members to support the actuator. Yokes shall be fabricated from a pair of rolled or extruded channels or angles and shall be designed to deflect not more than 1/720 of the span when the gate is operated at the specified maximum seating pressure. Each yoke shall be designed to permit vertical removal of the slide. Actuators shall be mounted so that no eccentric loads are transmitted to the yoke. City of Yakima, Washington 15114 Slide Gates PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -4.02. Slides. Slides shall be at least 1/4 inch [6 mm] thick and shall be provided with welded stiffeners to limit deflection to 1/360 under the maximum seating or unseating head indicated in the Slide Gate Schedule. Slides shall be adequately reinforced to withstand, without permanent distortion, the maximum thrust which can be transmitted by the operating stem. Each slide shall have a reinforced pocket or an internally threaded nut welded to the slide for connection of the stem. The pocket or nut shall be designed to withstand the maximum thrust which can he t b th o stem. 2 -4.03. Closures. The bottom of each slide gate frame shall be recessed so that the waterway is not obstructed. A compressible seal shall be securely attached to the bottom of the slide or to the frame invert. The seal shall be of sufficient length to seal the bottom corners of each slide. Where indicated in the Slide Gate Schedule, gates shall be provided with resilient hollow bulb J -seals attached to the frame members. For weir service, slides may be lowered below the bottom of the opening. A frame member shall be provided at the bottom of the opening to seal the space between the slide and the adjacent concrete. The side guides shall be extended below the bottom of the wall opening. A resilient hollow bulb J -seal shall be attached to the frame along the invert of the opening and up both sides to seal the slide in any positions. Each J -seal shall be provided with a full - length retainer bar which shall compress the seal and prevent 1eakage between the seal and the frame member. The method of attachment of J -seals to frame members shall permit replacement of the seals without disassembling or removing the gate. 2 -4.04. Operating Stems. Operating stems shall conform to the requirements of Section 4.4.11 of AWWA C560. Contact surfaces of threads shall be rolled or machined to a 63 microinch [1600 nm] finish, or smoother. Each stem shall be securely attached to the slide. Dual stems shall be provided where listed in the Slide Gate Schedule or where required for proper operation of the gate. 2 -5. ACTUATORS. Actuators and their accessories shall be the type as indicated in the Slide Gate Schedule and as specified in the Valve and Gate Actuator section. Stem covers for manual actuators shall be plastic or steel pipe as indicated in the Slide Gate Schedule and as specified in the Valve and Gate Actuator section. City of Yakima, Washington 15114 Slide Gates PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -6. SHOP PAINTING. All surfaces of aluminum which will be in contact with concrete, mortar, grout, or dissimilar metals shall be given a heavy coat of epoxy coating. 2 -7. SHOP TESTING. Gates shall be completely assembled in the shop to ensure that all parts fit together properly. PART 3 - EXECUTION 3 -1. INSTALLATION. Slide gates and appurtenances will be installed in accordance with the Gate Installation section. 3 -1.01. Installation Check. An experienced, competent, and authorized representative of the manufacturer shall visit the site of the Work and inspect, check, adjust if necessary, and approve the equipment installation. The representative shall be present when the equipment is placed in operation in accordance with Startup Requirements section, and shall revisit the jobsite as often as necessary until all trouble is corrected and the equipment installation and operation are satisfactory in the opinion of Engineer. The manufacturer's representative shall furnish a written report 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 under full load conditions and that it operated satisfactorily. All costs for these services shall be included in the Proposal price. End of Section City of Yakima, Washington 15114 Slide Gates PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 C C) Z�' C -1 < - WO -- 0 0 o.) o ) _, 9 C) co � �� m G) - 1.010 3 S o o 0 m o • 5 0 0 o Location(1) 1.020 (fl co 0 O o 0. 0 _ o o Type of Service(2) 1.030 rn 01 X x 5 Nominal Size WxH 1.040 01 o -F. Maximum Head of 01 ry Water(seating) 1.050 Above Invert Gate Maximum Head of cn 1 Water(unseating) 1.060 Above Invert Gate Co v Invert Elevation 1.070 in Q 0 0 oo ° o Operating Floor 1.080 0 w w Elevation o 61 0 ( 0 n 0 o Top of Yoke 0) 3 0 0 Elevation 1.090 3 0- cn o o (D C Q. (D � j n n Type of Mounting(3) 1.010 m 01 0 CO � Type of Closure(4) 1.110 c C c u) cu O 0 o Dual Stems 1.130 o Required c v r.• 0 O o S pecial Notations(6) 1.140 c' Suitable for use with 0 • o a n electric portable 1.150 actuator Suitable for use with z 0 0 a hydraulic portable 1.160 actuator cn a O 0 0 Type of Manual Sn co CO Actuator(7) 2.010 co (/) 0) 0 0 a Limit Switches(8) 2.020 c 0 0 0 CD N Plastic Stem Cover 2.030 D < • Qv o 0 0 0 S t e el Stem Cover 2.031 N _N SD 0 Co V N C O C) - Z ,� C 5. w El, '- -I N CO NY N 55 5555 N 0 01 O cn m G) G) G) G) O G) c 1.010 3 of I>� a� a 3 7 N CD A W 0 O O m m 0 0 w 0 o N -p • C N CCCCCC 0 o a < < < < < < Location(1) 1.020 CD (1' (1) (1' Cr) 0) Type of Service(2) 1.030 000000 A A A A A A x x ° x ° x xx 5 Nominal Size WxH 1.040 A A A A A A CO CO CO Co CO CO Maximum Head of A A A CO cn v, Water(seating) Above 1.050 Invert Gate Maximum Head of A A A o cn ater(unseating) Above 1.060 Invert Gate 0 0 0 0 0 0- Invert Elevation 1.070 Ch Ut CO CO CO Os -- 0 0 0 0 0 0 0 0 °o °o operating Floor Elevation 1.080 W w w w CO CO 0 o 0 0 0 0 9 of Yoke Elevation 1.090 0 0 0 0 o a p o:rn rnm rn�- cr - v v U v Type of Mounting(3) 1.010 mmmmmm 0) 0) W W m m Type of Closure(4) 1.110 N t cn cn cn m o 17 CD E n 0 0 0 0 0 0 Dual Stems Required 1.130 - y C D v � i n N 0 0 0 0 0 o S pecial Notations(6) 1 a ° a 0 N C _ O Suitable for Use with an ` 0 0 0 0 0 0 E l e c t ric Portable 1.150 Actuator Suitable for Use with a 0 0 0 0 0 0 H y d raulic Portable 1.160 Actuator y cn , , Type of Electric Actuator mmmmmm (5) 3.001 • - o ov Type of Housing(9) 3.010 o o 0 0 0 0 Operating Time 3.020 ib CO ib ib 4 < Power for Electric 0oo0oov 3.030 w w w w w CO =Actuator Motor a Actuator Provides 0 N N N N N N 120VAC for Remote 3.040 N N N N N N CO F0 Controls N Number of Limit Switch N N N N N N 4.040 Assemblies a c N CO CO N N - Cfgg Position Transmitter 4.050 < W 4 • m a n P 0 0 0 0 0 0 0 Control Devices (10) 4.060 c N N 0) O O Ou N Notes: (1) Abbreviations for locations are as indicated: AD Aerobic Digesters AGB Aerated Grit Basins DC Distribution Structure HW Headworks RSPS Raw Sewage Pumping Station SB Splitter Box SLS Sewage Lift Station SWDS Storm Water Diversion Structure UVI UV Disinfection System - Influent (2) Abbreviations for services are as indicated: SO Shutoff WS Weir Service (3) Abbreviations for types of mountings are as indicated: ESC Embedded, self- contained ENSC Embedded, non -self- contained FSC Face (wall) mounted, self- contained FNSC Face (wall) mounted, non -self- contained (4) Abbreviations for types of closures are as indicated: FB Flush bottom FBJS Flush bottom with hollow bulb J -seals WS Weir service, downward opening, with hollow bulb J -seals (5) Abbreviations for types of electric actuators are as indicated: PE Programmable Electric SE Standard Electric SEFS Standard Electric with concentric floor stand D- Prefix where dual actuators are required -WB Suffix where wall brackets are required City of Yakima, Washington 15114 Slide Gate Schedule Notes PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 (6) Special notations and requirements are as indicated: A Design considerations restrict the maximum travel of this gate to less than gate height; at maximum design flow, the lower portion of the gate slide may extend below the water surface when the gate is open. B Interconnected dual actuators and dual stems are required. C This gate may be subject to the specified seating pressure applied from either direction. D The gate shall be provided with a rectangular port in the slide for flow regulation and shall be designed so that the slide can be raised or lowered from the indicated position. (7) Abbreviations for types of manual actuators are as indicated: CGBS Crank - operated, geared, benchstand CGFS Crank - operated, geared, concentric floorstand CGOFS Crank - operated, geared, offset floorstand HBS Handwheel- operated, non - geared, benchstand HFS Handwheel- operated, non - geared, concentric floorstand HGBS Handwheel- operated, geared, benchstand HOFS Handwheel-operated, non - geared, offset floorstand RA Remote actuator, benchstand with side handwheel and chain drive (8) Abbreviations for limit switches on manual operated gates. EOT End of travel (open - close) PSS Pump start - stop (two intermediate positions) ELSCH See electrical schematics (9) Abbreviations for electronic or electric actuator housing. WP Weatherproof SUB Submersible [xx = depth of submergence](SUBxx) EXP Explosion proof (10) Abbreviations for control devices are as indicated. Table 1: Control Devices Open -Close Open -Stop- Local -Off- Red and Green Abbreviations Push Button Close Push Remote Indicator Lights A Required Required Required B Required Required C Required Required Required D Required Required E Required F Required G Required Required H Required Required END OF SCHEDULE City of Yakima. Washington 15114 Slide Gate Schedule Notes PN 132965 V -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 15115 FLAP GATES PART 1 - GENERAL 1 -1. SCOPE. This section covers furnishing double pivot flap gates and appurtenances as specified herein as indicated in the Flap Gate Schedule, and as indicated in the drawings. 1 -2. GENERAL. Equipment furnished under this section shall be fabricated and assembled in full conformity with drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by Engineer. Gates shall be furnished with all necessary parts and accessories indicated on the drawings, specified, or otherwise required for a complete, properly operating installation and shall be the latest standard products of a manufacturer regularly engaged in the production of flap gates. 1 -2.01. General Equipment Stipulations. The General Equipment Stipulations shall apply to all equipment furnished under this section. If requirements in this specification differ from those in the General Equipment Stipulations, the requirements specified herein shall take precedence. 1 -3. SUBMITTALS. Complete drawings, construction details, and specifications covering the flap gates and appurtenances shall be submitted in accordance with the Submittals section. Each drawing shall be identified with the applicable flap gate number. 1 -4. DELIVERY, STORAGE, AND HANDLING. Shipping shall be in accordance with the Shipping section. Handling and storage shall be in accordance with the Handling and Storage section. PART 2 - PRODUCTS 2 -1. SERVICE CONDITIONS. Gravity flow drainage line in UV basin 2 -2. PERFORMANCE AND DESIGN REQUIREMENTS. Flap gates shall be designed for the following conditions and requirements, in addition to the requirements indicated in the Flap Gate Schedule and in the drawings. City of Yakima, Washington 15115 Flap Gates PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Each gate shall be designed to automatically open whenever the unseating head exceeds the seating head by 0.20 foot [91 mm] or Tess, and to automatically close whenever the seating head exceeds the unseating head. 2 -3. MATERIALS. Gate Body and Cover Cast iron. Hinge Arms Ductile iron or bronze. Hinge Pins Silicon bronze or AISI Type 304 stainless steel. Hinge Pin Bushings Bronze or teflon. Adjusting Bolts and Locknuts Bronze or AISI Type 304 stainless steel. Metallic Seats Bronze or stainless steel. Resilient Seats Neoprene or Buna -N. Assembly Fasteners Silicon bronze or stainless steel. Thread Lubricant let -I "Nikal ", John C rane "Th Gard Nickel ", Never -Seez "Pure Nickel Special ", or Permatex "Nickel Anti - Seize ". Epoxy Enamel Ameron "Amercoat 385 Epoxy ", Carboline "Carboguard 890 ", or Tnemec "Series 69 Hi -Build Epoxoline ii ". Epoxy Enamel (NSF certified Ameron "Ameriock 400 High - Solids systems) Epoxy Coating ", Carboline " Carboguard 891", or Tnemec "Series N140 Pota -Pox Plus ". Coal Tar Epoxy High -build coal tar epoxy; Ameron " Amercoat 78HB Coal Tar Epoxy", Carboline "Bitumastic 300 M ", Tnemec "46H -413 Hi -Build Tneme- Tar ", or Sherwin - Williams "Hi -Mil Sher -Tar Epoxy ". 2 -4. CONSTRUCTION. 2 -4.01. Body. The body of each flap gate shall be of heavy pattern cast construction. All joint surfaces and bearing areas shall be machined. All pivots shall be bushed and provided with suitable fittings to permit periodic lubrication of each pivot pin and bushing. An accurately machined slot or dovetailed groove shall be provided to retain the seat. City of Yakima, Washington 15115 Flap Gates PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2Q07 • 2 -4.02. Cover. The gate cover shall be of heavy pattern cast construction, • adequately reinforced to withstand the maximum specified seating head without distortion. Unless otherwise specified, each cover shall have an accurately machined slot or dovetailed groove to retain the seat. When resilient seats are specified in the Flap Gate Schedule, the gates shall be furnished with either a metallic cover seat or an accurately machined seating surface affording full contact with the resilient body seat when the gate is fully closed. 2 -4.03. Seats. Seats shall be metallic or resilient, as indicated in the Flap Gate Schedule. Metallic seats shall fill the finished grooves and shall be pressed or suitably expanded into the grooves in a manner which will ensure that the seats will remain in place and free from distortion during the life of the gate. Seat faces shall be machined to at least a 63 microinch [1.6 pm] finish. Resilient seats shall fill and be permanently bonded into the groove in the gate body. 2 -4.04. Hinge Arms. Hinge arms shall be of heavy pattern cast construction, with two pivot joints per arm, an adjustable lower pivot with limited rotation, and an adjustable upper hinge post or lug arrangement to permit adjustment of gate opening sensitivity to unseating heads. 2 -4.05. Shop Painting. All iron and steel surfaces, except machined surfaces, which will be fully or partially submerged shall be shop painted with medium coal tar epoxy or epoxy enamel for gates installed in non - potable water facilities and NSF certified epoxy enamel for gates installed in potable water facilities. The shop coating shall have a dry film thickness of at least 6 mils [150 pm] for epoxy enamel and 15 mils [380 pm] for coal tar epoxy. Refer to the General Equipment Stipulations for other shop painting requirements. 2 -4.06. Accessories. When gates are installed for pump discharge service, as indicated in the Flap Gate Schedule, they shall be provided with an anti -lock bar to prevent the cover from tipping forward and becoming lodged in the opening, and with a leaf spring or other suitable device to limit cover travel during pump operation. PART 3 - EXECUTION 3 -1. INSTALLATION. Flap gates and appurtenances will be installed in accordance with the Gate Installation section. End of Section City of Yakima, Washington 15115 Flap Gates PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Schedule 15115 -S01 Flap Gates Valves Schedule -a a) ca N a) Ln = C 0 a) C j C _ Q d W E. 7 O R E C E co = C O O cp Tag Number O z E z F H o. - -- Circular 4 inches 8 feet 991.3 feet Concrete Metallic Wall City of Yakima, Washington Flap Gates Valves Schedule PN 132965 15115 -S01 Bid No. 2182 Ultraviolet Disinfection Project -1- November 2007 Section 15140 PIPE SUPPORTS Data Sheet Paragraph Description Data Units 1 -1 General General Equipment Requirements Yes required. No 2 -1 Materials Types of pipe. 1 Cast or Ductile iron i W Glass lined cast or ductile iron i Stainless steel [ Hot -dip galvanized steel I Steel (hot water) Steel (other) Copper (hot water) Copper (other) T _. PVC /CPVC Schedule 80 (chemical service) PVC /CPVC Schedule 80 (other) I PVC Schedule 40 Types of pipe. 1 FRP (pressure) I FRP (LP) Tempered Glass r. High silicon iron i Polypropylene DWV PVDF DWV Cast iron soil pipe I None I Other When "Other" is selected, indicate the pipe material. 3 -2 Types of pipe supports. ? See Table 1 i Other When "Other" is selected, alternative types. City of Yakima, Washington 15140 Pipe Supports PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -1 Stainless steel pipe supports Yes required. No When "Yes" is selected, required UV Basin locations. Hot -dip galvanized pipe supports r Yes required. :. • No When "Yes" is selected, required locations. 3 -3 Construction Spacings for pipe supports. i"r Table 2 !m Table 3 Table 4 3 -3.03 Spacing adjusted in accordance f *' Yes with Table 5. No When "Yes" is selected, indicate service and specify gravity. Expansion joints required. n Yes ,. No Indicate figures attached. 1 Figure 1- 15140A 1;; Figure 1- 15140B City of Yakima, Washington 15140 Pipe Supports PN 132965 -2- Bid No. 2182 Ultravinlnt Di Project November 2007 Section 15140 PIPE SUPPORTS PART 1 - GENERAL 1 -1. SCOPE. This section covers the furnishing and installation of pipe hangers, brackets, and supports. Pipe supports shall be furnished complete with all necessary inserts, bolts, nuts, rods, washers, and other accessories. This section also covers the spacing of expansion joints in piping systems. Expansion joint products and materials are covered in the respective piping sections. Concrete and fabricated steel supports shall be as indicated on the drawings, as specified in other sections, or, in the absence of such requirements, as permitted by ENGINEER. 1 -1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet." 1 -2. GENERAL. In certain locations, pipe supports, anchors, and expansion joints have been indicated on the drawings, but no attempt has been made to indicate every pipe support, anchor, and expansion joint. It shall be CONTRACTOR's responsibility to provide a complete system of pipe supports, to provide expansion joints, and to anchor all piping, in accordance with the requirements specified herein. Additional pipe supports may be required adjacent to expansion joints, couplings, or valves. All piping shall be rigidly supported and anchored so that there is no movement or visible sagging between supports. Pipe supports and expansion joints are not required in buried piping, but concrete blocking or other suitable anchorage shall be provided as indicated on the drawings or specified in other sections. Piping support system components shall comply with specified piping code requirements. 1 -2.01. Abbreviations. Reference to standards and organizations in this section shall be as indicated by the following designations. AISI American Iron and Steel Institute ANSI American National Standards Institute ASTM American Society for Testing and Materials MSS Manufacturers Standardization Society of Valve and Fitting Industry City of Yakima, Washington 15140 Pipe Supports PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 1 -2.02. General Equipment Requirements. The General Equipment Requirements shall apply to all equipment provided under this section. 1 -3. SUBMITTALS. Complete data and catalog cuts or drawings covering fabricated pipe supports, fabricated inserts, and stainless steel, galvanized, and copper- and plastic- coated pipe supports shall be submitted in accordance with the submittals section. Data shall include a listing of the intended use and general location of each item submitted. PART 2 - PRODUCTS 2 -1. MATERIALS. Unless otherwise indicated, all pipe supports shall comply with ANSI /MSS SP -58 and MSS SP -69. Materials of construction for fabricated steel supports are covered in the structural and miscellaneous metals section. All pipe support materials shall be packaged as necessary to ensure delivery in satisfactory condition. Unless otherwise specified or indicated on the drawings, pipe supports shall be fabricated of manufacturer's standard materials and provided with manufacturer's standard finish. Design loads for inserts, brackets, clamps, and other support items shall not exceed the manufacturer's recommended loads. Pipe supports shall be manufactured for the sizes and types of pipe to which they are applied. Strap hangers will not be acceptable. Threaded rods shall have sufficient threading to permit the maximum adjustment available in the support item. Continuously threaded rod is not acceptable for hanger rods over 12 inches in length. Unless otherwise acceptable to ENGINEER, the use of supports which rely on stressed thermoplastic components to support the pipe will not be acceptable. Contact between dissimilar metals, including contact between stainless steel and carbon steel, shall be prevented. Supports for brass or copper pipe or tubing shall be copper plated. Portions of pipe supports which come into contact with other metals that are dissimilar shall be rubber or vinyl coated. Stainless steel supports shall be furnished, and shall be AISi Type 304 or 316 stainless steel. Stainless steel supports fabricated by welding shall be AISI Type 304L or 316L. City of Yakima, Washington 15140 Pipe Supports PN 132965 -4- Rid No 21 R2 II iitravio!et Disinfection Project November 2007 Hot -dip galvanized supports shall be furnished and shall be in accordance with ASTM A153 and A385. Pipe support types and application shall comply with Table 1 as required. PART 3 - EXECUTION 3 -1. APPLICATION. Concrete inserts or anchor bolts shall be used to support piping from new cast -in -place concrete. Expansion anchors shall be used to fasten supports to existing concrete and masonry. Anchorage shall be provided to resist thrust due to temperature changes, changes in diameter or direction, or dead - ending. Anchors shall be located as specified to force expansion and contraction movement to occur at expansion joints, loops, or elbows, and as needed to prevent excessive bending stresses and opening of mechanical couplings. Anchorage for temperature changes shall be centered between elbows and mechanical joints used as expansion joints. Anchorage for bellows type expansion joints may be located adjacent to the joint. When expansion joints are required, pipe guides shall be provided adjacent to bellows type expansion joints. Guides will not be required where mechanical couplings are permitted as expansion joints. Guides shall be located on both sides of expansion joints, except where anchors are adjacent to the joint. Unless otherwise indicated on the drawings, one guide shall be within four pipe diameters from the joint and a second guide within 14 pipe diameters from the first guide. Pipe supports shall allow adequate movement; pipe guides shall not be used for support. Pipe guides shall be provided at locations as recommended by the manufacturer. Pipe supports for insulated cold piping systems shall be sized for the outside diameter of the insulated pipe, and an insulation protection shield shall be installed between the support and the insulation. Rigid insulation inserts shall be installed between the pipe and the insulation shields for piping larger than 2 inches or when needed to prevent crushing of the insulation. Inserts shall be of the same thickness as the adjacent insulation and shall be vapor sealed. Insulated hot piping systems shall be supported by clevises, clamps, support saddles, or rollers. Pipe clamps shall be attached directly to the pipe. Support saddles and rollers shall be sized for the outside diameter of the insulated pipe, and an insulation protection saddle shall be installed at the support. When supports for the FRP piping systems are in contact with less than 180 degrees of the pipe surface or when the width of the support is less than one -third the nominal pipe diameter (4 inches minimum), an FRP or steel saddle, shaped to the outside diameter of the pipe, shall be bonded to at least the bottom 120 degrees of the pipe. City of Yakima, Washington 15140 Pipe Supports PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3 -2. TYPES OF SUPPORTS. The specific products for pipe supports shall be as indicated in Table 1 for the specified type and size of support. TABLE 1 - TYPES OF SUPPORTS Type Description and Service MSS SP 69 (Note 1) Other Hangers 2 -1/2 inch and smaller pipe For hot and cold insulated piping Clevis 1 B -Line "B3100" or Anvil "260 ". Other services J -style 5 B -Line "B3690 ", Anvil "67 ", or Unistrut "J Hanger ". Clevis 1 B -Line "B3104" or Anvil "65 ". 3 Through 10 inch pipe For hot insulated piping Double bolt 3 B -Line "B3144" or Anvil "295 ". For cold insulated piping Clevis 1 B -Line "B3100" or Anvil "260 ". For uninsulated cold piping Clamp 4 B -Line "3140" or Anvil "212 ". Clevis 1 B -Line "B3100" or Anvil "260 ". City of Yakima, Washington 15140 Pipe Supports PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 TABLE 1 - TYPES OF SUPPORTS Type Description and Service MSS SP 69 (Note 1) Other Other services Clevis 1 B -Line "B3100" or Anvil "260" for steel pipe; B -Line "B3102" or Anvil "590" for cast iron pipe. 12 inch pipe Clevis or saddle 1 See drawings. 14 inch and larger pipe Saddle -- See drawings. Concrete Inserts, Steel 12 inch and smaller 18 Channel 12 ga, galv, 1 -5/8 by pipe 1 -3/8 inches, min. 8 inches long, anchor lugs on 4 inch centers, at least three lugs, end caps, and filler strip. 14 inch and larger pipe, -- See drawings. fabricated insert, except as noted Beam Clamps, Malleable Iron 21 B -Line "3050" and "3055" or or Steel, 12 inch and smaller Anvil "133" and "134 ". • pipe 28, 29 Anvil "292 ". 30 B -Line "3054" or Anvil "228 ". Side Beam Bracket 34 B -Line "B3062" or Anvil "202 ". Wall Supports and Frames, Steel, 12 inch and smaller pipe (Note 2) City of Yakima, Washington 15140 Pipe Supports PN 132965 -7-- Bid No. 2182 Ultraviolet Disinfection Project November 2007 TABLE 1 - TYPES OF SUPPORTS Type Description and Service MSS SP 69 (Note 1) Other Brackets 32 B Line "B3066" or Anvil "195 ". 33 B -Line "B3067" or Anvil "199 ". Prefabricated channels -- 12 ga, galv, 1 -5/8 inches, with suitable brackets and pipe clamps. Offset pipe clamp, -- 1-1/2 inch and smaller Galy, 1-1/4 by 3/16 inch steel, pipe with 3/8 inch bolts. Offset pipe clamp, 2 to -- GaIv, 1-1/4 by 1/4 inch steel, 3 -1/2 inch pipe with 3/8 inch bolts. Floor Supports, Steel or Cast I rn n 6 inch and smaller pipe 37 (with B -Line "B3090" or Anvil "259 ". base) 8 through 24 inch pipe 38 B -Line "B3093" or Anvil "264 ". Pipe Alignment Guides -- B -Lin e "6328 th rough "B3287" or Anvil "255 ". Turnbuckles Steel 13 B -Line "B3202" or Anvil "230 ". Hanger Rods, Carbon Steel, -- B -Line "B3205" or Anvil "140 ". Threaded Both Ends, 3/8 inch minimum um size 11 o��c Weldless Eye Nut, steel 17 B -Line "B3200" or Anvil "290 ". Insulation Protection Saddle 39 B -Line "B3160 Series" or Anvil "160 Series ". Insulation Protection Shield 40 B -Line "B3151" or Anvil "167 ". City of Yakima, Washington 15140 Pipe Supports PN 132965 -8- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Table 1 Notes: 1. MSS SP -69 supports and hangers are illustrated on Figure 1- 15140. 2. Pipe clamps or other devices which rely on the application of a clamping force to the supported pipe in order to maintain the clamp position or location in a prefabricated channel or track will not be acceptable for use with nonmetallic pipe or tubing. 3 -3. SUPPORT SPACINGS. Pipe supports and expansion joints shall be spaced in accordance with Tables 2, 3, 4, 5, and /or as indicated on the drawings. The types of pipes to be supported are as required. Table 2 covers spacings for the standard operating conditions specified for each pipe material. Tables 3 and 4 cover PVC and FRP pipe spacings where operating conditions are in excess of the temperature and specific gravity requirements covered in Table 2. Table 5 covers PVC and FRP pipe which carries air or liquids with a specific gravity other than 1.0. City of Yakima, Washington 15140 Pipe Supports PN 132965 -9- Bid No. 2182 Ultraviolet Disinfection Project November 2007 TABLE 2 - MAXIMUM PIPE SUPPORT SPACINGS AT STANDARD TEMPERATURES AND SERVICES Type of Pipe Pipe Max Run Expansion Type of Support Max Without Joint Max Expansion Spacing Expansion Spacing Joints Joint, Loop, or (Note 2) Bend (Note 1) feet feet feet Cast iron or Ductile 15 80 80 Note 6 iron Cast iron or Ductile 12 80 80 Note 6 iron, glass -lined Steel, for hot water heating 1-1/4 inch and 7 30 100 Note 3 smaller 1-1/2 to 4 inch 10 30 100 Note 3 Over 4 inch 15 30 100 Note 3 Steel, for other services 1-1/4 inch and 7 30 I 100 Note 3 1 smaller 1-1/2 to 4 inch 10 30 100 Note 3 Over 4 inch 15 80 80 Note 6 Stainless steel 1 -1/4 inch and 7 30 100 Note 3 smaller 1-1/2 to 4 inch 10 30 100 Note 3 Over 4 inch 15 80 80 Note 3 City of Yakima, Washington 15140 Pipe Supports PN 132965 -10- Rirl No. 2182 Ultraviolet Disinfection Project November 2007 TABLE 2 - MAXIMUM PIPE SUPPORT SPACINGS AT STANDARD TEMPERATURES AND SERVICES Type of Pipe Pipe Max Run Expansion Type of Support Max Without Joint Max Expansion Spacing Expansion Spacing Joints Joint, Loop, or (Note 2) Bend (Note 1) feet feet feet Copper, for hot water 1 inch and 5 20 100 Note 3 smaller Over 1 inch 7 20 100 Note 3 Copper, for other services 1 inch and 5 -- -- Note 7 smaller Over 1 inch 7 50 100 Note 3 PVC, Schedule 80, for alum solution, caustic soda solution, ferric chloride solution, and hypochlorite solution at a maximum temperature of 100 °F. 1/8 and Continuous 20 60 Note 3 . 1/4 inch Support 1/2 inch 3-1/2 20 60 Note 3 3/4 inch 4 20 60 Note 3 1 and 1-1/4 4-1/2 20 60 Note 3 inch 1-1/2 and 2 5 20 60 Note 3 inch 2-1/2 inch 5-1/2 20 60 Note 3 3 inch 6 -1/2 20 60 Note 3 City of Yakima, Washington 15140 Pipe Supports PN 132965 -11- Bid No. 2182 Ultraviolet Disinfection Project November 2007 TABLE 2 - MAXIMUM PIPE SUPPORT SPACINGS AT STANDARD TEMPERATURES AND SERVICES Type of Pipe Pipe Max Run Expansion Type of Support Max Without Joint Max Expansion Spacing Expansion Spacing Joints Joint, Loop, or (Note 2) Bend (Note 1) feet feet feet 4 inch 7 20 60 Note 3 6 inch 8 20 60 Note 3 8 inch 9 20 60 Note 3 10 inch 9 -1/2 20 60 Note 3 12 inch 10 20 60 Note 3 PVC, Schedule 80, for other services at a maximum temperature of 100 °F and a maximum specific gravity of 1.0. 1/8 and Continuous 20 60 Note 3 1/4 inch Support 1/2 inch 4 20 60 Note 3 3/4 inch 4 -1/2 20 I 60 Note 3 1 and 5 20 60 Note 3 1 -1/4 inch 1-1/2 and 5-1/2 20 60 Note 3 2 inch 2 -1/2 inch 6 20 60 Note 3 3 inch 7 20 60 Note 3 4 inch 7 -1/2 20 60 Note 3 6 inch 8 -1/2 20 60 Note 3 City of Yakima, Washington 15140 Pipe Supports PN 132965 -12- Bid No. 2182 1 Iltra lat D Project November 2007 TABLE 2 - MAXIMUM PIPE SUPPORT SPACINGS AT STANDARD TEMPERATURES AND SERVICES Type of Pipe Pipe Max Run Expansion Type of Support Max Without Joint Max Expansion Spacing Expansion Spacing Joints Joint, Loop, or (Note 2) Bend (Note 1) feet feet feet 8 inch 9-1/2 20 60 Note 3 10 inch 10 20 60 Note 3 12 inch 11 20 60 Note 3 Cast iron soil pipe 10 -- -- Notes 7, 8 PVC, Schedule 40, for services at a maximum temperature of 100 °F, and a maximum specific gravity of 1.0. 1/8 and Continuous 20 60 Note 3 1/4 inch Support 1/2 inch 3-1/2 20 60 Note 3 3/4 and 4 20 60 Note 3 1 inch 1-1/4 and 4-1/2 20 60 Note 3 ' 1 -1/2 inch 2 inch 5 20 60 Note 3 2-1/2 inch 5-1/2 20 60 Note 3 3 inch 6 20 60 Note 3 4 inch 6-1/2 20 60 Note 3 6 inch 7-1/2 20 60 Note 3 8 inch 8 20 60 Note 3 City of Yakima, Washington 15140 Pipe Supports PN 132965 -13- Bid No. 2182 Ultraviolet Disinfection Project November 2007 TABLE 2 - MAXIMUM PIPE SUPPORT SPACINGS AT STANDARD TEMPERATURES AND SERVICES Type of Pipe Pipe Max Run Expansion Type of Support Max Without Joint Max Expansion Spacing Expansion Spacing Joints Joint, Loop, or (Note 2) Bend (Note 1) feet feet feet 10 inch 8 -1/2 20 60 Note 3 12 inch 9 -1/2 20 60 Note 3 Table 2 Notes: 1. Unless otherwise acceptable to ENGINEER, an expansion joint shall be provided in each straight run of pipe having an overall length between loops or bends exceeding the maximum run specified herein. 2. Unless otherwise acceptable to ENGINEER, the spacing between expansion joints in any straight pipe run shall not exceed the maximum spacing specified herein. 3. Expansion joint fittings are specified in the respective piping procurement GI I IGI Il JeI.UVI IJ. 4. At least two properly padded supports for each pipe section. 5. At least one support for each pipe section. 6. Expansion joints shall be mechanical couplings. 7. No exa pnsion joints are required. 1 �V V I \ IVIVI I,VII joints are 1 VI. 11 VIA. 8. Supports for 5 and 10 foot long pipe sections shall be located within 18 inches of each joint. Supports shall be positioned to maintain the piping alignment and to prevent the piping from sagging. 3 -3.01. Temperature Adjustments for PVC Pipe. PVC pipe at a temperature above 100 °F shall have maximum support spacings in accordance with the City of Yakima, Washington 15140 Pipe Supports PN 132965 -14- Bid No. 2182 I Iltrn ,me Disinfection Project November 2007 following table. For insulated lines, reduce the support spacing to 70 percent of the listed values. TABLE 3 - MAXIMUM PIPE SUPPORT SPACINGS FOR PVC PIPE AT NON- STANDARD TEMPERATURES feet Nominal Schedule 40 Schedule 80 Size inches 120 °F 140 °F 120 °F 140 °F 1/4 Continuous Support Continuous Support 1/2 3 2 -1/2 3 -1/2 3 3/4 3 -1/2 3 4 3 1 3 -1/2 3 4 -1/2 3 -1/2 1 -1/4 4 3 -1/2 4 -1/2 4 1 -1/2 4 3 -1/2 5 4 2 [50] 4 -1/2 3 -1/2 5 4 -1/2 2 -1/2 4 -1/2 4 5 -1/2 4 -1/2 3 5 4 6 5 4 5 -1/2 4 -1/2 6 -1/2 5 -1/2 6 6 -1/2 5 8 6 -1/2 8 7 5 -1/2 8 -1.2 7 10 7 -1/2 6 9 7 -1/2 12 8 6-1/2 10 8-1/2 3 -3.02. Temperature Adjustments for FRP Pipe. Not Used. 3 -3.03. Specific Gravity Adjustments for PVC and FRP Pipe. PVC and FRP pipe shall have the maximum spacing indicated in Tables 2, 3, and 4 adjusted in accordance with the following table when the specific gravity of the liquid is greater than 1.0. Table 5 shall not apply to PVC pipe containing alum solution, City of Yakima, Washington 15140 Pipe Supports PN 132965 -15- Bid No. 2182 Ultraviolet Disinfection Project November 2007 caustic soda solution, ferric chloride solution, and hypochlorite solution, as these services are specifically covered in Table 2. TABLE 5 - MAXIMUM SUPPORT SPACING CORRECTION FACTORS FOR PVC AND FRP PIPE Specific Gravity Correction Factor 1.0 1.00 1.1 0.98 1.2 0.96 1.4 0.93 1.6 0.90 2.0 0.85 2.5 0.80 Air 1.40 3 -4. INSTALLATION. 3 -4.01. General. All piping shall be supported in a manner which will prevent undue stress on any valve, fitting, or piece of equipment. In addition, pipe supports shall be provided at changes in direction or elevation, adjacent to flexible couplings, and where otherwise shown. Pipe supports and hangers shall not be installed in equipment access areas. Where horizontal piping is arranged with two or more parallel lines, trapeze hangers may be used in lieu of individual hangers. Trapeze assembly shall consist of structure attachments as previously specified with rod size dependent upon total weight supported. Spacing of assemblies shall be determined by the minimum pipe size included in the group supported Trapeze horizontal assemblies shall be structural angle or channel section of sufficient size to prevent measurable sag between rods. All lines shall be attached to the horizontal with intermediate pipe guides and U -bolts or one -hole clamps. Pre - engineered support equipment may be used when selected and installed in accordance with the manufacturer's recommendations. No copper pipe shall contact a pipe support or hanger of dissimilar metal. Hangers and supports for copper pipe shall be copper - plated, plastic coated, or City of Yakima, Washington 15140 Pipe Supports PN 132965 -16- Bid No. 2182 Ultraviolet Di Project November 2007 copper pipe shall be galvanically isolated using Neoprene strips or other material as approved. No piping shall be supported from the pipe above. Horizontal piping hanger support rods shall attach to steel beams with center - loading I- clamps, or welded beam clips. Hanger support rods shall attach to concrete slabs or beams with inserts. Anchorage shall be provided to resist both lateral and longitudinal seismic forces. Seismic forces shall be calculated assuming the pipes are full. 3 -4.02. Inserts. Reference building structural concrete drawings for concrete inserts. When not provided as part of the building concrete structure, provide inserts for suspending hangers from reinforced concrete slabs and sides of reinforced concrete beams. Where concrete slabs form finished ceilings, provide inserts flush with the slab surface. Where inserts are omitted, drill through concrete slab from below and provide thru -bolt with recessed square steel plate and nut recessed into and grouted flush with slab. X -ray locate existing reinforcing rods before drilling. 3 -4.03. Pipe Hangers and Supports. Hanger rod sizing for copper pipe and plastic pipe shall be same as for steel pipe. Install hangers to provide a minimum • 1/2 inch space between finished covering and adjacent work. A hanger shall be placed with 18 inches of each horizontal elbow, and on both sides of all piping accessories and valves weighing 20 lbs or more. Hangers shall have 1 -1/2 inches minimum vertical adjustment. Support horizontal cast iron, ductile iron and no -hub piping systems adjacent to each joint. Support vertical piping at every floor using riser clamps. Support riser piping independently of connected horizontal piping. Hanger and hanger components shall be sized specifically for the pipe size it is to be used on. 3 -5. PLACEMENT. Unless closer spacing is indicated on the drawings, the maximum spacing for pipe supports and expansion joints shall be as indicated in Tables 2, 3, 4, and 5. City of Yakima, Washington 15140 Pipe Supports PN 132965 -17- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Rubber hose and flexible tubing shall be provided with continuous angle or channel support. Unless otherwise indicated on the drawings or acceptable to ENGINEER, piping shall be supported approximately 1 -1/2 inches out from the face of walls and at least 3 inches below ceilings. End of Section City of Yakima, Washington 15140 Pipe Supports PN 132965 -18- Bid No. 2182 Ultraviolet Disinfection Project November 2007 ______ .fin. �� /� /, n : � ,....„. LIGHT WELDED ADJ. STEEL CLEVIS ADJ. STEEL STEEL TURNBUCKLE TOP BERM TOP I -BERM CLAMP STEEL BRACKET TYPE -1 BAND HGR TYPE -13 C -CLRMP TYPE -25 TYPE -3l TYPE -7 TYPE -19 MEDI WELDED IAl ST BRR CKET _ � Tr PE - 32 i . _ :..J..,,.., NERVY WEL OED � STEEL BRRCKET TYPE -33 ALLOY STEEL EXTENSION PIPE ON STEEL CLEVIS SIDE I -BERM ON CLIP PIPE CLAMP RISER CLAMP TYPE -14 CHANNEL CLAMP TYPE -2G TYPE -2 TYPE -B TYPE -20 del.. O : aI : - ,r..,......1 • ( miiiir / SIDE BEAN BRACKET CARBON OR ALLOY ADJUSTABLE SWIVEL TYPE -34 STEEL DOUBLE BOLT BAND HGR TURNBUCKLE CENTER I -BERM SIDE I -BEAM CLAMP PIPE CLAMP TYPE -9 TYPE -15 TYPE -21 TYPE -27 TYPE -3 ", -.c„.,-- . - iii ....1_ • 1 — , 0 � � WE ADJ. SWIVEL RING MALLEABLE RTTRTCHMENT STEEL I -BEAM CLAMP PIPE SLIDE 8 STEEL PIPE CLRMP BRNO TYPE IRON SOCKET TYPE -22 TYPE -4 TYPE -10 TYPE -16 RS SHOWN OR W/ EYE NUT SLIDE PLATE INVERTED LESS BOLT TYPE -28 TYPE -35 L FA (3 A ,c, 9 ...4„, 10 „:„ . PIPE HANGER SPLIT PIPE W /WO STEEL WELOLESS C -CLAMP STEEL W.F. CLAMP PIPE SADDLE TYPE -5 TURNBUCKLE RDJ. EYE NUT TYPE -23 TYPE -11 TYPE -17 W/ EYE NUT SUPPORT TYPE -29 TYPE -36 1 ..,C� F- Alit o ^�_ I ci �� i 1i II ADJ. SWIVEL PIPE RING EXTENSION SPLIT STEEL OR MALLEABLE U -BOLT MALLEABLE BEAM CLAMP PIPE STANCHION SPLIT RING TYPE OR PIPE CLAMP CONCRETE INSERT TYPE -24 W /EXTENSION PIECE SADDLE SOLID RING TYPE HINGED OR TWO BOLT TYPE -18 TYPE -30 TYPE -37 TYPE -6 TYPE -l2 . HANGERS AND SUPPORTS iii Ck ve4-�rt h FIG 1- 15140(A) 1 101 • r.rr002 Il .41 ..w. ADJUSTABLE PIPE ADJUSTABLE ROLLER SADDLE SUPPORT HANGER W /WO SWIVEL TYPE -38 TYPE -43 . SPRING CUSHION ROLL CONSTANT SUPPORT TYPE 49 HORIZONTAL TYPE TYPE -54 O gib 11111 _ ..... .pmut ii i 111 1 PIPE ROLL SPRING SWAY BRACE ' STEEL PIPE COVER TYPE 60 COMPLETE PROTECTION SADDLE TYPE 44 TYPE 39 1 CONSTANT SUPPORT VERTICAL TYPE TYPE -6S C.) 14111.11A ell I C I ' 1 PROTECTION SHIELD PIPE ROLL 4 PLATE I1 '1� *T. TYPE -41 TYPE -45 T eel •111' , ► . v . . I1 1• • • i -olihr ' ' MEMNON VARIABLE SPRING CONSTANT SUPPORT SINGLE PIPE ROLL ADJUSTABLE PIPE ROLL 8 BASE HANGER TRAPEZE TYPE TYPE -41 TYPE -46 TYPE -61 TYPE -64 I 1 • ,I•u _i _ _ , E i , . CARBON OR ALLOY STEEL VRRIRBLE SPRING RISER CLAMP RESTRAINT CONTROL BASE SUPPORT PLRTE LUG TYPE -42 DEVICE TYPE -62 TYPE-67 TYPE -47 0 I 1 0 1 e II • VARIABLE SPRING HORIZONTAL TRAVELER SPRING CUSHION TRAPEZE HANGER TYPE -58 TYPE -48 TYPE -53 HANGERS AND SUPPORTS ''E 'ck &V ,,=itCri FIG 1- 15140(B) Section 15180 VALVE AND GATE ACTUATORS Data Sheet Paragraph Description Data Units General 1 -2.01 General Equipment Requirements Yes required. _ No 1 -3 Certified copies of physical and Yes chemical tests for materials of No construction. Performance and Design Requirements Types of actuators used. I;r Valve Manual Actuators ✓ Gate Manual Actuators F Programmable Electric Actuators i Standard Electric Actuators Hydraulic Cylinder Actuators E Air Cylinder Actuators rr Air -Oil Cylinder Actuators [ Portable Electric Actuators • Portable Hydraulic Actuators 2 -1.02 Sealed actuators required for any f^" Yes valves. No 2 -1.04 Limit switches for any manual and Yes cylinder operators required. «' No Valve Manual Actuators Types of valve manual actuators Handwheel used. ! Chainwheel Leger Chain Lever Wrench Nut 2 -3.01 Any valves equipped for throttling Yes service. ( 4. No 2 -3.07 Accessories required. I „__ Operating Stands 2 -3.08 Wall Brackets Standard Electric Actuators 2 -6.07 Position transmitters required. Yes No City of Yakima, Washington 15180 Valve and Gate Actuators PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -6.11 Control module for modulating r Yes valves. ; - No Accessories 2 -12.01 Accessories required. 14 Extension stems 2 -12.02 i ' Position indicators • 2 -12.02 2 -12.03 r Position indicators for buried valves 2 -12.04 Floor boxes Torque tubes !vi Valve boxes City of Yakima, Washington 15180 Valve and Gate Actuators PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 15180 VALVE AND GATE ACTUATORS PART 1 - GENERAL 1 -1. SCOPE. This section covers furnishing manual and powered valve and gate actuators and accessories as specified herein. 1 -1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet ". 1 -2. GENERAL. Equipment provided under this section shall be fabricated and assembled in full conformity with drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. Actuators shall be furnished with all necessary parts and accessories indicated on the drawings, specified, or otherwise required for a complete, properly operating installation and shall be the latest standard products of a manufacturer regularly engaged in the production of actuators. 1 -2.01. General Equipment Requirements. The General Equipment Requirements shall apply to the equipment furnished under this section. 1 -2.02. Governing Standards. Except as modified or supplemented herein, all powered actuators shall conform to applicable requirements of ANSI /AWWA C540. Except as modified or supplemented herein, all manual and cylinder actuators for butterfly and eccentric plug valves shall conform to the applicable requirements of ANSI /AWWA C504. Except as modified or supplemented herein, all manual actuators for ball valves shall conform to the applicable requirements of ANSI /AWWA C507. Except as modified or supplemented herein, all manual actuators for sluice and slide gates shall conform to the applicable requirements of ANSI /AWWA C560. 1 -2.03. Power Supply. Power supply to electric actuators will be as indicated on the valve or gate schedule. 1 -2.04. Marking. Each actuator shall be marked with the manufacturer's name, model number, and the country of origin. An identifying serial number shall be stamped on a corrosion - resistant plate attached to the actuator. City of Yakima, Washington 15180 Valve and Gate Actuators PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 1 -2.05. Temporary Number Plates. Each actuator shall be factory tagged or marked to identify the actuator and the applicable valve or gate by number or service as indicated in the valve or gate schedule. 1 -3. SUBMITTALS. Complete drawings, details, and specifications covering the actuators and their appurtenances shall be submitted in accordance with the submittals section. Submittal drawings shall clearly indicate the country of origin of each actuator and its components. Certified copies of physical and chemical test results shall be submitted for the materials of construction for the actuator components. The drawings shall include separate wiring diagrams for each electrically operated or controlled actuator and the electrical control equipment. Each actuator drawing shall be identified with the respective valve number or name. For electric or cylinder actuators, certified copies of reports covering proof -of- design testing of the actuators as set forth in Section 5 of ANSI /AWWA C540, together with an affidavit of compliance as indicated in Section 6.3 of ANSI /AWWA C540, shall be submitted to ENGINEER before the actuators are shipped. 1 -4. DELIVERY, STORAGE, AND HANDLING. Shipping shall be in accordance with the shipping section. Handling and storage shall be in accordance with the handling and storage section. PART 2 - PRODUCTS 2-1. PERFORMANCE AND DESIGN REQUiREMEN T S. 2 -1.01. General. Actuators and appurtenances shall be designed for the conditions and requirements as indicated in the respective valve and gate sections. Liberal factors of safety shall be used throughout the design, especially in the design of parts subject to intermittent or alternating stresses. In general, working stresses shall not exceed one -third of the yield point or one -fifth of the ultimate strength of each material. 2 -1.02. Valve Actuators. Each actuator shall be designed to open or close the valve under all operating conditions. Actuators shall be designed for the maximum pressure differential across the valve and maximum velocities through the valve where indicated in the respective valve schedules. Valve actuators shall be provided and adjusted by the valve manufacturer. Actuator mounting arrangements and positions shall facilitate operation and maintenance and shall be determined by the valve manufacturer unless indicated otherwise on the drawings or directed by ENGINEER. City of Yakima, W Washington 15180 V d G y t a.,� ��� � I v i vv Valve v`�'ai u Gate Actuators PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -1.03. Gate Actuators. Actuators shall be sized to produce the torque or thrust required to operate the gate when subject to the seating and unseating operating heads as indicated in the respective gate schedules. Both the design head and the operating head shall be measured from the surface of the liquid to the center line of the gate. 2 -1.04. Limit Switches. Limit switches shall be provided as indicated in the respective valve and gate schedules. Limit switches for programmable and standard electric actuators shall be as indicated in their respective paragraphs. 2 -2. MATERIALS. Except as modified or supplemented herein, materials used in the manufacture of actuators shall conform to the requirements of ANSI /AWWA C504 and C540. 2 -3. VALVE MANUAL ACTUATORS. 2 -3.01. General. Manual actuators of the types listed in the valve schedules shall be provided by the valve manufacturer. Unless otherwise indicated or specified, each geared manual actuator shall be equipped with an operating handwheel. The direction of rotation of the wheel, wrench nut, or lever to open the valve shall be to the left (counterclockwise). Each valve body or actuator shall have cast thereon the word "Open" and an arrow indicating the direction to open. The housing of traveling -nut type actuators shall be fitted with a removable cover which shall permit inspection and maintenance of the operating mechanism without removing the actuator from the valve. Travel limiting devices shall be provided inside the actuator for the open and closed positions. Travel limiting stop nuts or collars installed on the reach rod of traveling -nut type operating mechanisms shall be field adjustable and shall be locked in position by means of a removable roll pin, cotter pin, or other positive locking device. The use of stop nuts or adjustable shaft collars which rely on clamping force or setscrews to prevent rotation of the nut or collar on the reach rod will not be acceptable. Each actuator shall be designed so that shaft seal leakage cannot enter the actuator housing. Actuators shall produce the required torque with a maximum pull of 80 Ibs on the lever, handwheel, or chain. Actuator components shall withstand, without damage, a pull of 200 Ibs on the handwheel or chainwheel or an input of 300 foot -Ibs on the operating nut. City of Yakima, Washington 15180 Valve and Gate Actuators PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -3.02. Handwheels. Handwheel diameters shall be at least 8 inches but not more than 24 inches for 30 inch and smaller valves and not more than 30 inches for 36 inch and larger valves. 2 -3.03. Chainwheels. Not used. 2 -3.04. Levers. Levers shall be capable of being locked in at least five intermediate positions between fully open and fully closed. In any building or structure containing iever operated vaives, at ieast two operating ievers shaii be provided for each size and type of lever operated valve. 2 -4. GATE MANUAL ACTUATORS. 2 -4.01. General. Manual actuators of the types listed in the gate schedules shall be provided by the gate manufacturer. Unless otherwise specified, actuators shall conform to ANSI /AWWA C560. All bearings and pears shall be totally enclosed in a weathertight housing having a sufficient number of fittings to permit periodic lubrication of all internal moving components without partial or total disassembly of the mechanism. The pinion shaft of crank operated mechanisms shall be supported by roller bearings or needle bearings. The direction of rotation of the wheel, crank, or wrench nut to open the gate shall be to the left (counterclockwise). Actuators for rising stem self contained gates shall be designed for mounting directly on the frame yoke. When indicated in the gate schedules, crank - operated actuators shall he suitable for operation with a portable actuator specified herein. A suitable adapter coupling shall be furnished with each crank actuator to couple the portable actuator to the crank actuator pinion shaft as required. 2 -4.02. Floorstands. Floorstands shall be designed to transfer operating thrusts to the supporting structure. Each floorstand shall be designed to position the crank or the handwheel approximately 36 inches [900 mm] above the frame yoke, supporting surface, or adjacent operating floor or platform. 2 -4.06. Stem Covers. Rising stem manual actuators shall be provided with a stem cover as indicated in the gate schedules. Stem covers shall conform to Section 4.4 of ANSI /AWWA C560. 2- 4.06.01. Plastic Covers. Covers shall be constructed of transparent plastic pipe and shall be furnished with an end cap, condensation vents, and a clear mylar position- indicating marking tape. The marking tape shall be adhesive backed and shall be permanently marked and calibrated in feet and inches [meters and City of Yakima, Washington 15180 Valve and Gate Actuators PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 millimeters]. The tape shall be applied to the stem cover after the gate has been installed and shall be so positioned that the height of the slide will be indicated by reference to the top of the stem. 2 -5. PROGRAMMABLE ELECTRIC ACTUATORS. Not used. 2 -6. STANDARD ELECTRIC ACTUATORS. 2 -6.01. General. Standard electric actuators as listed in the valve and gate schedules shall be provided by the valve or gate manufacturer. Standard electric actuators for 12 inch and smaller butterfly valves and eccentric plug valves shall be quarter -turn type and shall be Auma "SGBV05" through "SGBV12 ", EIM Series Q, Limitorque "LY ", or Rotork "AQ ", without exception. All other standard electric actuators shall be multiturn type and shall be EIM, Limitorque "L120" or Rotork "A Range ", without exception. Standard electric actuators produced by other manufacturers are not acceptable. Each standard electric actuator shall be furnished complete with a motor, gearing, handwheel, limit switches and torque sensors, lubricants, heating elements, wiring, and terminals. Each actuator shall be constructed as a self- contained unit with a cast iron or aluminum alloy housing, of a type as indicated in the valve and gate schedules, and shall be integrally assembled on the applicable valve or gate by the valve or gate manufacturer. Actuators shall be designed to cycle the valve or gate from the fully open to the fully closed position or the reverse in approximately 60 seconds or as indicated in the valve and gate schedules. Actuator motors may be mounted horizontally adjacent to or vertically above the reduction gearing. All gearing shall be oil lubricated. 2 -6.02. Motors. Motors shall be totally enclosed, high torque design made expressly for valve actuator service, capable of operating the valve under full differential pressure for two complete strokes or one complete cycle of travel without overheating. Motors shall be designed in accordance with NEMA standards and shall operate successfully at any voltage within 10 percent above or below rated voltage. Motor bearings shall be permanently lubricated. 2 -6.03. Power Gearing. Power gearing shall consist of hardened steel spur or helical gears and alloy bronze or hardened steel worm gear, all suitably lubricated, designed for 100 percent overload, and effectively sealed against entrance of foreign matter. Steel gears shall be hardened to at least 350 Brinell. Planetary or cycloidal gearing or aluminum, mild steel, or nonmetallic gears will not be acceptable. Gearing shall be designed to be self - locking so that actuation of a torque switch by a torque overload condition will not allow the actuator to restart until the torque overload has City of Yakima, Washington 15180 Valve and Gate Actuators PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 been eliminated. If a secondary gear box is required, it shall be designed to withstand the locked rotor torque of the actuator. 2 -6.04. Handwheel Mechanism. The handwheel shall not rotate during motor operation. During handwheel operation the motor shall not affect the actuator operation. The actuator shall be responsive to electrical power and control at all times and, when under electrical control, shall instantly disengage the handwheel. The handwheel shall rotate counterclockwise to open the valve. An arrow indicating the opening direction and the word Open" shall be cast on the handwheei. The force required to operate the handwheel shall not exceed 80 lbs. The handwheel shall have a padlockable declutch lever. 2 -6.05. Torque Sensing. Torque and thrust loads in both closing and opening directions shall be limited by a torque sensing device. Each torque sensing device shall be provided with an adjustment setting indicator. The adjustment shall permit a variation of approximately 40 percent in torque setting. Switches shall have a rating of not less than 6 amperes at 120 volts ac and 0.5 ampere at 115 volts dc. 2 -6.06. Limit Switches. Each standard electric actuator shall be designed to be readily field adaptable for four limit switch assemblies. Each switch assembly shall consist of at least three separate limit switches, shall be operated by the driving mechanism, and shall be independently adjustable to trip at any point at and between the fully open and fully closed valve positions. All switches shall have an inductive contact rating of not less than 6 amperes at 120 volts ac, 3 amperes at 240 volts ac, 1.5 amperes at 480 volts ac, and 0.5 ampere at 115 volts dc. Each quarter -turn actuator shall be provided with end -of- travel limit switches in addition to four spdt switches, each independently adjustable at any point of valve travel. 2 -6.07. Position Transmitter. When indicated in the valve and gate schedules, actuators shall be provided with an electronic type position transmitter. The transmitter output shall be an isolated 4 -20 mA dc capable of driving an external load of 0 to 500 ohms. Accuracy of the transmitted signal shall be ±2 percent of span. Repeatability and hysteresis shall be within 1 percent. The transmitter shall transmit to a remote position indicator which is specified, in the instrumentation section. 2 -6.08. Heating Elements. Space heating elements shall be provided to prevent condensation in the motor and limit switch housing. Heating elements shall be rated 120 volts ac. Heaters shall be continuously energized. 2 -6.09. Terminal Facilities. Terminal facilities for connection to motor leads, switches, position transmitter, and heating elements shall be provided in readily accessible terminal compartments. Each terminal compartment shall have at least two openings for external electrical conduits, one sized at least 3/4 inch and the other at least 1 -1/4 inches. Each terminal compartment shall be large enough to allow easy routing and termination of fifteen 12 AWG conductors. City of Yakima, Washington 15180 ✓aloe and Gate Actuators PN 132965 -8- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -6.10. Controller. Each valve shall be furnished with a reversing controller located inside the actuator enclosure and shall have controller devices as indicated in the valve and gate schedules. The controller shall be equipped with: a. A motor overload protective device in each phase or solid state motor protection. b. A space heater element, rated 120 volts ac, sized to be continuously energized for prevention of condensation within the controller enclosure. c. A fused control power circuit taken from one power lead on the load side of the breaker and line side of the reversing starter to ground. If power supply is greater than 120 volts ac, a control power transformer with fused secondary, with volt- ampere capacity suitable for starter control plus continuous service to space heater elements in motor housing, limit switch compartment, and controller enclosure. d. A terminal block with connectors for all external controls. All leads from the actuator motor and limit switch assembly shall be routed to terminal connections in the controller for external connections to all other control devices. e. Auxiliary control contacts as indicated in the electrical schematics. Reversing controllers shall be both mechanically and electrically interlocked and shall be provided with the necessary direct - operated auxiliary contacts for required interlocking and control. Valve controllers shall be expressly selected for long life and reliable, low maintenance service under rugged service conditions. 2 -6.11. Control Module. Valves indicated for modulating service in the valve and gate schedules shall be provided with a control module for position modulating type service. The control module shall be mounted within the valve actuator limit switch housing. The module shall accept a standard 4 -20 mA dc analog input signal with a load impedance of not greater than 400 ohms. The control module shall contain adjustments for span, zero, gain, and deadband. The actuator shall have a slide -wire type position feedback potentiometer which provides a position feedback signal to the control module. 2- 6.11.01. Control Performance. For any operating torque within the specified range of the valve actuator, the valve and actuator shall perform within these specified limits: Linearity Linearity of actual valve position as compared to demand signal shall be within ±4 percent of span over the entire operating range. City of Yakima, Washington 15180 Valve and Gate Actuators PN 132965 -9- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Repeatability For any repeated demand signal to the valve actuator, the actual valve position shall be repeated. Deadband Deadband of the valve actuator shall be adjustable from 1 to 10 percent of span. Hysteresis For any repeated demand signal to the valve actuator, from either an increasing or a decreasing • direction, the actual vaive position shall be repeated within 1 degree of valve shaft rotation. 2 -7. HYDRAULIC CYLINDER ACTUATORS. Not used. 2 -8. AIR CYLINDER ACTUATORS. Not used. 2 -9. AIR -OIL CYLINDER ACTUATORS. Not used. 2 -1n PORTABLE EL EC -TRIO ACTUATORS Not used. 2 -11. PORTABLE HYDRAULIC ACTUATORS. Not used. 2 -12. ACTUATOR ACCESSORIES. 2- 12.01. Extension Stems. Extension stems and stem guides shall be furnished when indicated in the respective valve schedules, indicated on the drawings, or otherwise required for proper valve operation. Extension stems shall be of solid stePI • and shall be not smaller in diameter than the stem of the actuator shaft. Extension stems shall be connected to the actuator with a single Lovejoy "Type D" universal joint with grease - filled protective boot. All stem connections shall be pinned. At least two stem guides shall be furnished with each extension stem, except for buried valves. Stem guides shall be of cast iron, bronze bushed, and adjustable in two directions. Stem guide spacing shall not exceed 100 times the stem diameter or 10 feet, whichever is smaller. The top stem guide shall be designed to carry the weight of the extension stem. The extension stem shall be provided with a collar pinned to the stem and bearing against the stem thrust guide. Extension stems for chemical resistant butterfly valves located in drainage sumps shall be the two -piece type with stainless steel stem, PVC housing, wall support, and collar. Unless otherwise indicated on the drawings, the length of the stem extension shall be as necessary to position the valve operator 12 inches above the maximum liquid level in the immediate area. Extension stems for buried valve actuators shall extend to within 6 inches [150 mm] of the ground surface, shall be centered in the valve box using spacers, and shall be equipped with a wrench nut. City of Yakima, Washington 155180 Valve and Gate Actuators PN 132965 -10- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Extension stems for buried valve actuators shall be provided with position indicators as specified in the valve schedules. 2- 12.02. Position Indicators. Unless otherwise specified, each valve actuator shall be provided with a position indicator to display the position of the plug or disc relative to the body seat opening. For quarter turn plug, ball, or cone type valves installed in interior locations, the indicating pointer shall be mounted on the outer end of the valve operating shaft extension and shall operate over an indicating scale on the operating mechanism cover. Where the shaft passes through the cover, a suitable stuffing box or other seal shall be provided to prevent the entrance of water. Each actuator for butterfly valves, except where located in manholes, buried, or submerged, shall have a valve disc position indicator mounted on the end of the valve shaft. A disc position indicator shall also be provided on each operating stand or the actuator mounted thereon. 2- 12.02.01. Position Indicators for Buried Actuators. Not used. 2- 12.03. Floor Boxes. Not used. 2- 12.04. Torque Tubes. Not used. 2- 12.05. Valve Boxes. Each valve buried to a depth of 4 feet or less shall be provided with a slide type valve box. Valve boxes shall be cast iron, extension sleeve type, suitable for the depth of cover indicated on the drawings. Only one extension will be allowed with each slide type valve box. Valve boxes shall be at least 5 inches in inside diameter, shall be at least 3/16 inch thick, and shall be provided with suitable cast iron bases and covers. Each valve buried deeper than 4 feet shall be provided with a valve box consisting of a cast iron cover and a 6 inch cast iron pipe section. The cover shall be Clay & Bailey "No. 2193 ". The pipe shaft shall extend from the valve to 5 inches inside the valve box cover. All parts of valve boxes, bases, and covers shall be shop coated with manufacturer's standard coating. Valve boxes which are to be provided with position indicators shall have top sections and covers designed for proper installation of the position indicator and accessories. 2 -13. SHOP PAINTING. All ferrous metal surfaces, except bearing and finished surfaces and stainless steel components of valve actuators and accessories, shall be shop painted for corrosion protection. The valve manufacturer's standard coating will be acceptable, provided it is functionally equivalent to the specified coating and is compatible with the specified field painting. City of Yakima, Washington 15180 Valve and Gate Actuators PN 132965 -11- Bid No. 2182 Ultraviolet Disinfection Project November 2007 The following surfaces shall be painted: Polished or Machined Surfaces Rust - preventive compound. Other Surfaces Epoxy enamel. Actuators and Accessories Universal primer. PART 3 - EXECUTION 3 -1. INSTALLATION. Actuators will be installed on the valves in accordance with Section 15010 and gates in accordance with Section 15111. End of Section City of Yakima Washington 15180 V .lve Gate Actuators G A c t uaors , ..� ... . ., . ...... .. v t and vac ��.�uawi o PN 132965 M -12- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 15400 PLUMBING Data Sheet Paragraph Description Data Units 1 General 1 -7 Extra Materials required. {^ Flushometer valve repair kits n Tank type water closet ballcocks, flush valves, and floats Water closet seats Faucet washer cartridge and o -rings r kits I.._. Electric water heater elements Water heater relief valves I Other None When "Other" is selected, indicate the alternative. 2 -5 Water Supply Piping Accessories 2 -5.01 Water Hammer Arresters Required. Yes No 2- 5.02.01 Flow Activated Trap Primers n Yes Required. No 2- 5.02.02 Pressure Activated Trap Primers r Yes Required. No 2- 5.02.03 Tailpiece Trap Primers Required. Yes No 2 -5.03 Thermostatic Mixing Valves Yes Required. r: No 2 -5.04 Vacuum Relief Valves Required. " Yes "* No 2 -5.05 Thermometers Required. Yes No 2 -5.06 Strainers Required. `* Yes No 2 -5.07 Hose Faucets Required Yes *; No City of Yakima, Washington 15400 Plumbing PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -5.08 Hose Valves Required. Yes ▪ No 2 -5.09 Wall Hydrants Required o -. Yes No 2 -5.10 Pressure Gauges Required. r Yes 4 * No "Oth Water Supply Piping Accessories Required. 2 -6 Drainage and Vent Piping Accessories 2 -6.01 Cleanouts Required r Yes 4 ; No 2 -6.02 Bell -up Drains Required r Yes 4 . No 2 -6.03 Funnel Receptors Required r Yes • r: No 2 -6.04 Floor Drains Required i* Yes r. No 2 -6.05 Roof Drains Required c Yes ▪ No 2 -6.06 Downspout Nozzles Required r Yes r *. No 2 -6.07 Modular Trench Drain System r Yes Required ;: No 2 -6.08 Floor Sinks Required r Yes Ii N 2 -6.09 Backwater Valve Types Required ;— In -Line ✓ Terminal E Ball -Float Other .1 None When "Other" is selected, indicate the alternative. "Other" Drainage and Vent Piping Accessories Required. Installation City of Yakima, Washington 15400 Plumbing PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project Nnverpber 2Q07 Section 15400 PLUMBING PART 1 - GENERAL 1 -1. SCOPE. This section covers the furnishing and installation of materials, appliances, fixtures, equipment, and appurtenances associated with the plumbing systems as specified herein and as indicated on the drawings. Additional requirements for plumbing systems shall be as indicated in the schedules on the drawings. Suitable connections shall be provided for each fixture, piece of equipment, and appurtenance. Pipe materials, valves, thermal insulation, and pipe supports which are not an integral part of the fixture or piece of equipment and are not specified herein are covered in other sections. 1 -1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet ". 1 -2. GENERAL. Equipment furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer unless exceptions are noted by ENGINEER. 1 -2.01. Coordination. CONTRACTOR shall verify that each component of the plumbing system is compatible with all other parts of the system; that all piping, fixtures, and appurtenances are appropriate; and that all devices necessary for a properly functioning system have been provided. Where two or more units of the same class of equipment are required, they shall be the product of a single manufacturer; however, all the component parts of the system need not be the products of one manufacturer. Where several manufacturers' names have been listed in this section as possible suppliers, only the products of the first manufacturer listed have been checked for size, functions, and features. 1 -2.02. General Equipment Requirements. The General Equipment Requirements shall apply to all equipment furnished under this section. City of Yakima, Washington 15400 Plumbing PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 1 -2.03. Governing Standards. Except as modified or supplemented herein, all work covered by this section shall be performed in accordance with all applicable municipal codes and ordinances, laws, and regulations. In case of a conflict between this section and any state law or local ordinance, the latter shall govern. All work shall conform to the requirements of AGA, ASTM, NFPA, and UL safety requirements. 1 -2.04. Power Supply. Unless otherwise specified, power supply to equipment with motors shall be as indicated on the drawings. Power supply for controls shall be 120 vo!tC 60 Hz s i n g e ph I es se eu u n! s otherwi required for a properly - - 120 - t == o — : phase . .:. ::ate: as: :. u ::va.: for - properly operating system. 1 -2.05. Metal Thickness. Metal thicknesses and gages specified herein are minimum requirements. Gages refer to US Standard gage. 1 -3. MECHANICAL IDENTIFICATION. 1 -3.01. Number Plates. All plumbing equipment, piping, and valves denoted on the drawings by a symbol and an identifying number shall be provided with an identifying number plate. The identifying text shall be identical to the symbols indicated herein or on the drawings and shall be located in a conspicuous place. Number plate symbols and numbers shall be capitalized block letters with a minimum height as indicted below. Item Identified Letter Height, inches fmm] Major Equipment 3/4 [19] Minor Equipment 1/2 [13] Number plate height shall be twice the letter height. Number plate length shall be as needed, with suitable margins ail around. Lettering shall be placed in one row where practicable; however, where required due to excessive length, lettering shall be placed on more than one row and centered. Number plates shall be in the form of nameplates unless equipment is too small to accommodate the specified nameplate, then tags shall be used. Nameplates and tags shall be metal or plastic. Plastic nameplates and tags shall be laminated phenolic not Tess than 1/8 inch [3 mm] thick and shall be black with a white core. Metal nameplates and tags shall be at least 12 gage [2.66 mm] thickness with engraved or imprinted symbols. Tags shall have smooth edges and shall be a minimum diameter of 1 -1/2 inches [38 mm]. Tags shall be installed with corrosion - resistant chains or straps. Nameplates shall be installed with corrosion - resistant mechanical fasteners. City of Yakima, Washington 15400 Plumbing PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 1 -3.02. Equipment Plates. Plumbing equipment shall be identified with engraved • or stamped equipment plates securely affixed to the equipment in an accessible and visible location. Equipment plates shall be in addition to the number plates specified in the preceding paragraph. Equipment plates shall indicate the manufacturer's name, address, product name, catalog number, serial number, capacity, operating and power characteristics, labels of tested compliances, and any other pertinent design data. Equipment plates listing the distributing agent only will not be acceptable. 1 -3.03. Piping. Piping identification shall be as specified in the painting section. 1 -3.04. Valves. Valves that have been assigned an identification number shall be identified with tags. 1 -4. SUBMITTALS. 1 -4.01. Drawings and Data. Complete assembly and installation drawings, and wiring and schematic diagrams, together with detailed specifications and data covering materials, parts, devices, and accessories forming a part of the equipment furnished, shall be submitted in accordance with the submittals section. Device tag numbers indicated on the drawings shall be referenced on the wiring and schematic diagrams where applicable. The data and specifications to be submitted for each unit shall include, but shall not be limited to, the following: Equipment, Piping Accessories, and Appurtenances Name of manufacturer. Type and model. Construction materials, thicknesses, and finishes. Capacities. Pressure and temperature ratings. Overall dimensions. Piping connection sizes and locations. Net weight. 1 -4.02. Operation and Maintenance Data and Manuals. Not Used. City of Yakima, Washington 15400 Plumbing PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 1 -5. QUALITY ASSURANCE. 1 -5.01. Welding Qualifications. All welding procedures and welding operators shall be qualified by an independent testing laboratory in accordance with the applicable provisions of AWS Standard Qualification Procedures. All procedure and operator qualifications shall be in written form and subject to ENGINEER's review. Accurate records of operator and procedure qualifications shall be maintained by CONTRACTOR and made available to ENGINEER upon request. 1 -5.02. Qualification. The plumbing system installer shall be licensed as stipi dated by the au th or ity h i 1 -5.03. Manufacturer's Experience. Unless the equipment manufacturer is specifically named in this section, the manufacturer shall have furnished equipment of the type and size specified which has been in successful operation for not less than the past 5 years. 1 -5.04. Construction. Not Used. 1 -6. DELIVERY, STORAGE, AND HANDLING. Shipping shall be in accordance with the shipping section. Handling and storage shall be in accordance with the handling and storage section. 1 -7. EXTRA MATERIALS. Not Used. PART 2 - PRODUCTS 2 -1. SERVICE CONDITIONS. All plumbing fixtures and equipment shall be designed and selected to meet the specified conditions. 2 -2. PERFORMANCE AND DESIGN REQUIREMENTS. All fixtures and equipment shall be designed to meet the performance and design conditions specified herein and indicated on the drawings. 2 -2.01. Dimensional Restrictions. Layout dimensions will vary between manufacturers and the layout area indicated on the drawings is based on typical values. CONTRACTOR shall review the contract drawings, the manufacturer's layout drawings, and installation requirements and shall make any modifications required for proper installation subject to acceptance by ENGINEER. 2 -3. ACCEPTABLE MANUFACTURERS. Acceptable manufacturers shall be as listed in the respective product description paragraphs. 2 -4. MANUFACTURE AND FABRICATION. City of Yakima, Washington 15400 Plumbing PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -4.01. Anchor Bolts and Expansion Anchors. Anchor bolts, expansion anchors, • nuts, and washers shall be as indicated in the anchorage in concrete and masonry section unless otherwise indicated on the drawings. 2 -4.02. Surface Preparation. All iron and steel surfaces, except motors and speed reducers, shall be shop cleaned by sandblasting or equivalent, in strict conformance with the paint manufacturer's recommendations. All mill scale, rust, and contaminants shall be removed before shop primer is applied. 2 -4.03. Shop Painting. All steel and iron surfaces shall be protected by suitable coatings applied in the shop. Surfaces which will be inaccessible after assembly shall be protected for the life of the equipment. Coatings shall be suitable for the environment where the equipment is installed. Exposed surfaces shall be finished, thoroughly cleaned, and filled as necessary to provide a smooth, uniform base for painting. Electric motors, speed reducers, starters, and other self- contained or enclosed components shall be shop primed or finished with an oil- resistant enamel or universal type primer suitable for top coating in the field with a universal primer and aliphatic polyurethane system. Surfaces to be coated after installation shall be prepared for painting as recommended by the paint manufacturer for the intended service, and then shop painted with one or more coats of the specified primer. Surface finish damaged during installation shall be repaired to the satisfaction of ENGINEER. Field painting shall conform to the requirements of the painting section. 2 -4.04. Equipment Bases. Unless otherwise indicated or specified, all equipment shall be installed on concrete bases at least 6 inches [150 mm] high. Each unit and its drive assembly shall be supported on a single baseplate of neat design. Baseplates shall have pads for anchoring all components. Baseplates will be anchored to the concrete base with suitable anchor bolts. 2 -4.05. Special Tools and Accessories. Equipment requiring periodic repair and adjustment shall be furnished complete with all special tools, instruments, and accessories required for proper maintenance. Equipment requiring special devices for lifting or handling shall be furnished complete with those devices. 2 -4.06. Piping Systems. Unless otherwise specified herein, piping system materials shall be as specified in other sections. 2 -4.07. Valves. Unless otherwise specified herein, valves indicated to be a part of the plumbing systems shall be as specified in other sections. City of Yakima, Washington 15400 Plumbing PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -5. WATER SUPPLY PIPING ACCESSORIES. 2 -5.01. Water Hammer Arresters. Not Used. 2 -5.02. Trap Primers. 2- 5.02.01. Flow Activated Trap Primers. Not Used. 2 -5.03. Thermostatic Mixing Valves. Not Used. 2-C.04. v a'v lad i.ii i i Relief valves. Not '_' 3i✓U. 2 -5.05. Thermometers. Not Used. 2 -5.06. Strainers. Strainers shall be provided where indicated on the drawings. Strainer screen size shall be 20 mesh unless otherwise indicated. The blowoff from each strainer shall be equipped with a shutoff valve. Strainers located in CPVC piping systems shall be Y- pattern type with PVC or CPVC body, threaded, socket, or flanged ends, and PVC sheet or stainless steel screens. Strainers shall be Hayward Y- strainer or approved equal. 2 -5.07. Hose Faucets. Not Used. 2 -5.08. Hose Valves. Not Used. 2 -5.09. Wall Hydrants. Not Used. 2 -5.10. Pressure Gauges. Not Used. 2 -6. DRAINAGE AND VENT PIPING ACCESSORIES. 2 -6.01. Cleanouts. Not Used. 2 -6.02. Bell -Up Drains. Not Used. 2 -6.03. Funnel Receptors. Not Used. 2 -6.04. Floor Drains. Floor drains shall be of the types specified herein and indicated on the drawings. Floor drains shall have a two -piece body, a flashing collar, an adjustable head, and a grate. A trap primer connection shall be provided when indicated on the drawings. Floor drains installed in floors that include a waterproofing membrane shall be provided with a flashing flange and membrane clamp. City of Yakima, Washington 15400 Plumbing PN 132965 -8- Bid No. 2182 I Iltraviolet Disinfection Project November 2007 Cast iron floor drains shall be manufactured by Smith, Josam, or Wade. • Polypropylene floor drains shall be manufactured by Orion or Enfield. PVC floor drains shall be manufactured by Sioux Chief. 2 -6.05. Roof Drains and Overflow Roof Drains. Not Used. 2 -6.06. Downspout Nozzles. Not Used. 2 -6.07. Modular Trench Drain System. Not Used. 2 -6.08. Floor Sinks. Not Used. 2 -6.09. Backwater Valves. Not Used. 2 -6.10. Vent Flashings. Not Used. 2 -7. PLUMBING FIXTURES AND ACCESSORIES. Not Used. 2 -8. PLUMBING EQUIPMENT. Not Used. 2 -9. COLOR. Not Used. 2 -10. ELECTRICAL. Not Used. PART 3 - EXECUTION 3 -1. INSPECTION. Equipment installed in existing facilities with limited access shall be suitable for being installed through available openings. CONTRACTOR shall field verify existing opening dimensions and other provisions for installation prior to submittal of bids. • 3 -2. PREPARATION. 3 -2.01. Surface Preparation. All surfaces to be field painted shall be dry and free of dirt, dust, sand, grit mud, oil, grease, rust, loose mill scale, or other objectionable substances, and shall meet the recommendations of the paint manufacturer for surface preparation. Cleaning and painting operations shall be performed in a manner which will prevent dust or other contaminants from getting on freshly painted surfaces. Oil and grease shall be completely removed by use of solvents or detergents before mechanical cleaning is started. The gloss of previously painted surfaces shall be dulled if necessary for proper adhesion of top coats. 3 -3. INSTALLATION. Materials furnished under this section shall be installed in proper operating condition in full conformity with the drawings, specifications, City of Yakima, Washington 15400 Plumbing PN 132965 -9- Bid No. 2182 Ultraviolet Disinfection Project November 2007 engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. Unless otherwise indicated, sleeves shall be provided for all pipe penetrations through concrete and masonry walls. Sleeves and sealing requirements shall be as indicated in the miscellaneous piping and accessories installation section and as indicated on the drawings. Not all required reducing fittings and unions are indicated. Additional fittings and unions shall be provided as needed to connect all equipment and appurtenances. Insulating fittings shall be provided to prevent the contact of dissimilar metals in piping systems. Piping shall not be routed over or in front of electrical switchboards or panels unless acceptable to ENGINEER. 3 -3.01. Water Supply Piping and Accessories. Water supply piping to hose faucets and hose valves shall be secured with a pipe support within 6 inches [150 mm] of the fixture. 3 -3.02. Drainage and Vent Piping and Accessories. Unless otherwise indicated or required by code, horizontal sanitary drainage piping 3 inches [75 mm] in diameter or smaller shall be installed at a uniform slope of 1/4 inch per foot [2 percent]; horizontal sanitary drainage piping larger than 3 inches [75 mm] in diameter shall be installed at a uniform slope of 1/8 inch per foot [3 mm /300 mm]; horizontal storm drainage piping shall be installed at a uniform slope of 1/8 inch per foot [3 mm /300 mm]. Drainage fittings shall be installed to convey flow in the piping in the intended direction. To the extent possible, changes in direction shall be made by sweep type fittings. Quarter -bends and sanitary tee fittings shall not be installed for vertical to horizontal or horizontal to horizontal changes of direction. Floor drains shall be adjusted to the correct elevation for proper drainage. Heads of fastening screws shall be flush with the grate surface. 3 -3.03. Plumbing Fixtures and Accessories. Not Used. 3 -3.04. Plumbing Equipment. Not Used. 3 -4. FIELD QUALITY CONTROL. 3 -4.01. Installation Check. Not Used. City of Yakima, Washington 15400 Plumbing PN 132965 -10- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3 -4.02. Startup and Testing. Field performance tests shall be conducted to demonstrate that each system is functioning as specified and to the satisfaction of ENGINEER. If inspection or tests indicate defects, the defective work or material shall be replaced, and inspection and tests repeated. All repairs to piping shall be made with new materials. Caulking of threaded joints or holes will not be acceptable. 3 -5. ADJUSTING. All devices shall be adjusted for proper flow and quiet operation. All drains shall be checked for proper operation. 3 -6. PROTECTION. Plumbing equipment, and appurtenances shall be protected from damage immediately after installation. 3 -7. CLEANING. After completion of testing and immediately before the final inspection, plumbing fixtures, equipment, piping, and appurtenances shall be thoroughly cleaned. Cleaning materials and methods shall be as recommended by the manufacturer. Any stoppage, discoloration, or other damage to parts of the building, its finish, or furnishings shall be repaired at no additional cost to OWNER. 3 -8. DISINFECTION. Before the potable water system is placed in operation, it shall be disinfected in accordance with the requirements of the local authority having jurisdiction. In the absence of local requirements, the following disinfection method shall be used: 1. The system shall be purged with clean potable water until all dirt and other substances are flushed from the system. 2. The system shall be filled with a water /chlorine solution containing at least 50 parts per million [50 mg /L] of available chlorine and allowed to stand for 24 hours; or the system shall be filled with a water /chlorine solution containing at least 200 parts per million [200 mg /L] of available chlorine and allowed to stand for 3 hours. 3. The system shall be purged with clean potable water until the chlorine is flushed from the system. 4. The procedure shall be repeated if a bacterial examination indicates that contamination remains present in the system. End of Section City of Yakima, Washington 15400 Plumbing PN 132965 -11- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 15650 REFRIGERATION SYSTEMS Data Sheet Para- Description Data Units graph Performance and Design Requirements Indicate site elevation above sea 1100 ft [m] level Air Cooled Condensing Units / Heat Pumps 2 -5.01 Air cooled condensing units / heat Yes pumps required. No 1 -2.01 Manufacturers with local service " Yes centers required. No 1 -4.02 Operation and Maintenance ("- Yes Manuals required. 4. No 1 -7 Extra materials. One complete change of lubricating oil. E Other i None When "Other" is selected, indicate Air filters (2 sets per packaged air the alternative. conditioning unit) 2- Thermostat type. r Manual changeover • 5.01.07 i Automatic changeover r Programmable l++Q None 2- Accessories. i Hot gas bypass kit 5.01.06 r Protective coating 1 Trouble contact 3 -4.01 Installation check required. c Yes No 2 -5.06 Packaged Air Conditioning Unit (: Yes Wall mounted r. No City of Yakima, Washington 15650 Refrigeration Systems PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 15650 REFRIGERATION SYSTEMS PART 1 - GENERAL 1 -1. SCOPE. This section covers the furnishing and installation of refrigerant piping and accessories, condensing units, heat pumps, and appurtenances associated with the heating, ventilating, and air conditioning (HVAC) systems. Piping, pipe supports, valves, and accessories which are not an integral part of the equipment or are not specified herein are covered in other sections. 1 -1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet ". 1 -2. GENERAL. Equipment furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer unless exceptions are noted by ENGINEER. 1 -2.01. Coordination. CONTRACTOR shall verify that each component of the system is compatible with all other parts of the system; that all piping, ductwork, materials, fans, pumps, and motor sizes are appropriate; and that all devices necessary for a properly functioning system have been provided. Where two or more units of the same class of equipment are required, they shall be the product of a single manufacturer; however, all the component parts of the system need not be the products of one manufacturer. Where several manufacturers' names have been listed in this section as possible suppliers, only the products of the first manufacturer listed have been checked for functions and features. 1 -2.02. General Equipment Requirements. The General Equipment Requirements shall apply to all equipment and materials furnished under this section. 1 -2.03. Governing Standards. Except as modified or supplemented herein, all work covered by this section shall be performed in accordance with all applicable municipal codes and ordinances, laws, and regulations. In case of a conflict between these specifications and any state law or local ordinance, the latter shall govern. City of Yakima, Washington 15650 Refrigeration Systems PN 132965 -2- Bid No. 2182 Uitravio!et Disinf Proje No 2007 All work shall comply with UL safety requirements. The refrigerant systems shall be constructed in accordance with ASHRAE Standard 15. Refrigeration system equipment shall have a minimum efficiency of not less than specified in the latest edition of ASHRAE 90.1, unless otherwise indicated on the drawings. Capacity ratings for condensing units, heat pumps, packaged air conditioning units, and packaged heat pumps with capacities less than 135,000 BTUH [39 kW] shall be in accordance with ARI Standard 210/240. For condensing units, heat pumps, packaged air conditioning units over 135,000 BTUH [39 kW] the capacity ratings shall be in accordance with ARI Standard 360. Capacity ratings for packaged heat pumps with capacities over 135,000 BTUH [39 kW] shall be in accordance with ARI Standard 340. 1 -2.04. Power Supply. Power supply to equipment with motors shall be as indicated in the schedules on the drawings. Power supply for controls shall be 120 volts, 60 Hz, single phase unless otherwise indicated or required for a properly operating system. 1 -2.05. Metal Thickness. Metal thickness and gauges specified herein are minimum requirements. Gauges refer to US Standard gauge. 1 -2.06. Lubrication. Equipment shall be adequately lubricated by systems which require attention no more frequently than weekly during continuous operation. Lubrication systems shall not require attention during startup or shutdown and shall not waste lubricants. Lubricants of the types recommended by the equipment manufacturer shall be provided in sufficient quantities to fill all lubricant reservoirs and to replace all consumption during testing, startup, and operation prior to acceptance of equipment. Unless otherwise specified or permitted, the use of synthetic lubricants will not be acceptable. Lubrication facilities shall be convenient and accessible. Oil drains and fill openings shall be easily accessible from the normal operating area or platform. Drains shall allow for convenient collection of waste oil in containers from the normal operating area or platform without removing the unit from its normal installed position. 1 -3. MECHANICAL IDENTIFICATION. 1 -3.01. Number Plates. All equipment, piping, and valves denoted on the drawings by a symbol and an identifying number shall be provided with an identifying number plate. The identifying text shall be identical to the symbols indicated herein or on the drawings and shall be located in a conspicuous place. City of Yakima, Washington 15650 Refrigeration Systems PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Number plate symbols and numbers shall be capitalized block letters with a minimum height as indicted below. Item Identified Letter Height, inches [mm] Major Equipment 3/4 [19] Minor Equipment 1/2 [13] Number plate height shall be twice the letter height. Number plate length shall be as needed, with suitable margins all around. Lettering shall he p pl a rerl in one row where practicable; however, where necessary due to excessive length, lettering shall be placed on more than one row and centered. Number plates shall be in the form of nameplates unless equipment is too small to accommodate the specified nameplate, then tags shall be used. Nameplates and tags shall be metal or plastic. Plastic nameplates and tags shall be laminated phenolic not less than 1/8 inch [3 mm] thick and shall be black with a white core. Metal nameplates and tags shall be at least 12 gage [2.66 mm] thickness with engraved or imprinted symbols. Tags shall have smooth edges and shall be a minimum diameter of 1 -1/2 inches [38 mm]. Tags shall be installed with corrosion - resistant chains or straps. Nameplates shall be installed with corrosion - resistant mechanical fasteners. 1 -3.02. Equipment Plates. Mechanical equipment shall be identified with engraved or stamped equipment plates securely affixed to the equipment in an accessible and visible location. Equipment plates shall be in addition to the number plates specified in the preceding paragraph. Equipment plates shall indicate the manufacturer's name, address, product name, catalog number, serial number, capacity, operating and power characteristics, labels of tested compliances, and any other pertinent design data. Equipment plates listing the distributing agent only will not be acceptable. 1 -3.03. Piping. Piping identification shall be as specified in the protective coatings section. 1 -4. SUBMITTALS. 1 -4.01. Drawings and Data. Complete assembly and installation drawings, and wiring and schematic diagrams, together with detailed specifications and data covering materials, parts, devices, and accessories forming a part of the equipment furnished, shall be submitted in accordance with the submittals section. Device tag numbers indicated on the drawings shall be referenced on the wiring and schematic diagrams where applicable. The data and specifications for each unit shall include, but shall not be limited to, the following: City of Yakima, Washington 15650 Refrigeration Systems PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Air Cooled Condensing Units /Heat Pumps Name of manufacturer. Type and model. Construction materials, thickness, and finishes. Locations and sizes of field connections. Certified performance data and ratings. Capacity and saturated suction temperature at specified conditions. Equipment efficiency ratings. Overall dimensions and required clearances. Wiring diagrams with field and factory wiring clearly identified and electrical requirements. Net weight and load distribution. Information on local equipment manufacturers' representatives. Equipment Motors Name of Manufacturer. Type and Model. Horsepower rating and service factor. Temperature rise and insulation rating. Full load rotative speed. Bearing types and numbers. Weight. Overall dimensions. Full load amperes, efficiency, and power factor. Locked rotor current. 1 -4.02. Operation and Maintenance Data and Manuals. When required, operation and maintenance manuals shall be supplied and shall be submitted in accordance with the submittals section. Equipment designations used shall correspond to those indicated on the drawings. Operation and maintenance manuals shall include the following: a. Equipment function, normal operating characteristics, and limiting conditions. b. Assembly, installation, alignment, adjustment, and checking instructions. City of Yakima, Washington 15650 Refrigeration Systems PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 c. Operating instructions for startup, routine and normal operation, regulation and control, shutdown, and emergency conditions. d. Lubrication and maintenance instructions. e. Guide to troubleshooting. f. Parts lists and predicted life of parts subject to wear. a. Outline, cross - section, and assembly drawings; enaineerina data; and wiring diagrams. v v v h. Test data and performance curves, where applicable. A listing of all filter locations, types, sizes, and quantities associated with each piece of equipment. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered. 1 -5. QUALITY ASSURANCE. 1 -5.01. Welding Qualifications. All welding procedures and welding operators shall be qualified by an independent testing laboratory in accordance with the applicable provisions of AWS Standard Qualification Procedures. All procedure and operator qualifications shall be in written form and subject to ENGINEER's review. Accurate records of operator and procedure qualifications shall be maintained by CONTRACTOR and made available to ENGINEER upon request. 1 -5.02. Manufacturer's Experience. Unless the equipment manufacturer is specifically named in this section, the manufacturer shall have furnished equipment of the type and size specified which has been in successful operation for not less than the past 5 years. 1 -6. DELIVERY, STORAGE, AND HANDLING. Shipping shall be in accordance with 1I_ ll_ _ with the shipping section. Handling and storage shall be in accordance with the handling and storage section. 1 -7. EXTRA MATERIALS. Extra materials shall be furnished as required. Extra materials shall be packaged in accordance with the shipping section, with labels indicating the contents of each package. Each label shall indicate manufacturer's name, equipment name, part nomenclature, part number, address of nearest distributor, and current list price. Extra materials shall be delivered to OWNER as directed. Extra materials subject to deterioration such as ferrous metal items and electrical components shall be properly protected by lubricants or desiccants and encapsulated in hermetically sealed plastic wrapping. City of Yakima, Washington 15650 Refrigeration Systems PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 PART 2 - PRODUCTS 2 -1. SERVICE CONDITIONS. All equipment shall be designed and selected to meet the specified conditions. 2 -2. PERFORMANCE AND DESIGN REQUIREMENTS. Equipment and coil capacities shall be as indicated on the schedules. Where equipment is provided with protective coatings, unit capacities shall be corrected to account for any efficiency losses from the selected protective coating. 2 -2.01. Dimensional Restrictions. Layout dimensions will vary between manufacturers and the layout area indicated on the drawings is based on typical values. CONTRACTOR shall review the contract drawings, the manufacturer's layout drawings, and installation requirements and shall make any modifications required for proper installation subject to acceptance by ENGINEER. 2 -2.02. Elevation. Equipment shall be designed to operate at the elevation as required. 2 -3. ACCEPTABLE MANUFACTURERS. Acceptable manufacturers shall be as listed in the respective product description paragraphs. 2 -4. MANUFACTURE AND FABRICATION. 2 -4.01. Welding. All welds shall be continuous (seal type) on submerged or partially submerged components. 2 -4.02. Anchor Bolts and Expansion Anchors. Anchor bolts, expansion anchors, nuts, and washers shall be as indicated in the anchorage in concrete and masonry section unless otherwise indicated on the drawings. 2 -4.03. Edge Grinding. Sharp corners of cut or sheared edges which will be submerged in operation shall be dulled by at least one pass of a power grinder to improve paint adherence. 2 -4.04. Surface Preparation. All iron and steel surfaces, except motors, shall be shop cleaned by sandblasting or equivalent, in strict conformance with the paint manufacturer's recommendations. All mill scale, rust, and contaminants shall be removed before shop primer is applied. 2 -4.05. Shop Painting. All steel and iron surfaces shall be protected by suitable coatings applied in the shop. Surfaces which will be inaccessible after assembly shall be protected for the life of the equipment. Coatings shall be suitable for the environment where the equipment is installed. Exposed surfaces shall be City of Yakima, Washington 15650 Refrigeration Systems PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 finished, thoroughly cleaned, and filled as necessary to provide a smooth, uniform base for painting. Electric motors, speed reducers, starters, and other self- contained or enclosed components shall be shop primed or finished with an oil- resistant enamel or universal type primer suitable for top coating in the field with a universal primer and aliphatic polyurethane system. Surfaces to be coated after installation shall be prepared for painting as recommended b th p manu for the intended service, and then shop painted with one or more coats of the specified primer. a Mchined polished and nonferrous surfaces h h not + b painted be Vi iii i .,i, �.i iJiisi ivi.i ai iii i ioi iivi i ii i.i �3 sa.ii laces which l ale 1 lol to be f idii iiCd shall {.7e coated with rust - preventive compound as recommended by the manufacturer. 2 -4.06. Equipment Bases. Not Used. 2.4.07. Special Tools and Accessories. Equipment requiring periodic repair and adjustment shall be furnished complete with all special tools, instruments, and accessories required for proper maintenance. Equipment requiring special devices for lifting or handling shall be furnished complete with those devices. 2 -4.08. Refrigerant Piping and Accessories. Not Used. 2 -5. EQUIPMENT. 2 -5.01. Condensing Units/ Heat Pumps. Not Used. 2 -5.06. Packaged Air Conditioning Units —Wall Mounted. Wall mounted packaged air conditioning units, denoted by the symbol "PAC" and an identifying number shall be a self- contained wall mount air conditioner suitable for outdoor use. The unit shall be manufactured by MarvairTM division of Airxcel® "Model ComPac I ", Inc., Bard Manufacturing Company, or equal. 2- 5.06.01. Performance and Design Requirements. The units shall be completely factory assembled and tested, and shall include compressor, indoor and outdoor coils, fans and motors as required, prewired controls, interconnecting refrigerant tubing, wiring, disconnects, and other necessary components mounted in a corrosion resistant cabinet. Unit shall be shipped from the factory with a full operating refrigerant and oil charge. All field wiring shall be in accordance with the National Electric code and all local local codes. The complete package shall be UL Listed or tested to UL Standards. The unit shall be certified to Air Conditioning and Refrigeration Institute (ARI) Standard 210 -94. Where indicated in the schedules on the drawings, all copper and other unit surfaces subject to corrosion from the atmosphere indicated shall be given a protective coating. City of Yakima, Washington 15650 Refrigeration Systems PN 132965 -8- Bid No. 2182 ultraviolet Disinfection Project November 2007 • 2- 5.06.02. Cabinet. The cabinet shall be constructed of 20 gauge zinc - coated, galvanized G60 steel with satin beige polyester finish. The finish shall be highly resistant to abrasion, metal marking, staining, pressure mottling and require minimal maintenance. The cabinet shall include a sloped top and built -in mounting flanges. The conditioned air section shall be insulated with 1/2 inch, 2 pound dual density fiberglass. 2- 5.06.03. Heating Sections. Electric strip heat of kW shall be provided to satisfy heat Toss at winter design conditions. 2- 5.06.04. Filters. Two inch filament spun glass type filter shall be mounted internally, factory supplied, and accessible through an external panel. 2- 5.06.05. Compressor and Refrigerant Circuit. The compressor shall be a hermetic type, and shall be equipped with an immersion type self regulating crankcase heater (a scroll compressor may be used as an option and does not require a crankcase heater). The refrigeration circuit shall contain a liquid filter dryer, suction and liquid access valves. The refrigeration circuit shall include a high pressure switch with a lockout relay and an automatic reset low pressure switch. The compressor motor shall be protected by an internal line break thermostat. Electrical wiring connections at the compressor shall be protected by receptacle housing. 2- 5.06.06. Outdoor Section. The condenser coil shall be constructed of aluminum plate fins mechanically bonded to seamless copper tubes. Outdoor fan shall be direct driven, slow speed propeller type for quiet operation. The outdoor motor shall be equipped with a thermal protector. 2- 5.06.07. Indoor Section. The evaporator coil shall be constructed of aluminum plate fins mechanically bonded to seamless copper tubes. Two direct driven indoor blowers shall be of centrifugal type, forward curved. The indoor motor shall be equipped with a thermal protector. 2- 5.06.08. Accessories. The supply grille shall be an adjustable aluminum, double deflection grille, factory provided. The return grille shall be an aluminum grille, factory provided. Low ambient kit shall be installed to allow operation in environments with ambient temperatures down to 0 ° F. 2- 5.05.09. Controls. Controls shall be factory wired and located in a readily accessible location. Control circuit transformer shall be factory installed. A main circuit breaker or fused disconnect switch with lockable cover and operating handle shall be supplied on each unit. If a circuit breaker or fused disconnect is City of Yakima, Washington 15650 Refrigeration Systems PN 132965 -9- Bid No. 2182 Ultraviolet Disinfection Project November 2007 not available as a standard option on the unit the equipment manufacturer shall provide a separately enclosed circuit breaker or fused disconnect for field mounting next to the unit by the CONTRACTOR. The enclosure for the main disconnect shall be suitable for the location where it will be mounted. A programmable thermostat shall be provided to control the heating and cooling stages of the unit provided. The control of the two air conditioning units shall be from a programmable lead lag controller. The controller shall allow the lag unit to assist upon demand. The O /Off diff of eac stage and th inter -stage diff of each stage shall be adjustable. The controller shall operate on 24 volts ac and shall be in- sensitive to phasing of the air conditioner units. The controller shall have LED's to indicate control power from each air conditioner, function (heating or cooling), the lead unit and high or low refrigerant pressure lockout. A comfort button shall be readily accessible on the front of the controller to override the cooling and heating set points for 90 minutes. If one of the air conditioner units loses power, the controller shall automatically advance the other unit to lead control. The controller shall indefinitely retain its settings on a power loss. The controller shall have dry contacts to provide remote alarm or notification. 2 -6. ELECTRICAL. Motor starters and controls shall be furnished and installed under the electrical section, except for equipment with prewired integral starters. Disconnects for equipment shall be furnished and installed under the electrical section, except where specified with integral disconnects. All electrical controls shall have enclosures suitable for the environment and NEMA rating as indicated on the electrical drawings for wiring in conduit. Equipment installed outdoors shall have NEMA Type 4 enclosures. Prewired electric motors installed in packaged equipment are not required to have clamp type grounding terminals in the conduit box or oversized conduit boxes. 2 -7. DRIVE UNITS. Drive units shall be designed for 24 hour continuous service. 2 -7.01. V -Belt Drives. Each V -belt drive shall include a sliding base or other suitable tension adjustment. V -belt drives shall have a service factor of at least 1.6 at maximum speed based on the nameplate horsepower [kW] of the drive motor unless otherwise indicated. 2 -7.02. Safety Guards. All belt or chain drives, fan blades, couplings, and other moving or rotating parts shall be covered on all sides by a safety guard. Safety guards shall be fabricated from 16 USS gauge [1.52 mm thick] or thicker galvanized or aluminum -clad sheet steel or from 1/2 inch [12.7 mm] mesh galvanized expanded metal. Each guard shall be designed for easy installation and removal. All necessary supports and accessories shall be provided for each guard. Supports and accessories, including bolts, shall be galvanized. All safety City of Yakima, Washington 15650 Refrigeration Systems PN 132965 -10- Bid No. 2182 Ultraviolet Disinfection Project November 2007 guards in outdoor locations shall be designed to prevent the entrance of rain and • dripping water. 2 -7.03. Electric Motors. Motors furnished with equipment shall meet the following requirements. a. A manufacturer's standard motor may be supplied on packaged equipment and fans in which case a redesign of the unit would be required to furnish motors of other than the manufacturer's standard design. However, in all cases, totally enclosed motors are preferred and shall be furnished if offered by the manufacturer as a standard option. b. Designed and applied in accordance with NEMA, ANSI, IEEE, AFBMA, and NEC for the duty service imposed by the driven equipment, such as frequent starting, intermittent overload, high inertia, mounting configuration, or service environment. c. Rated for continuous duty at 40 °C ambient, unless the application is well recognized for intermittent duty service as a standard industry practice. d. Motors used in applications which exceed the usual service conditions as defined by NEMA, such as higher than 40 °C ambient, altitude exceeding 3,300 feet [1005 m], explosive or corrosive environments, departure from rated voltage and frequency, poor ventilation, frequent starting, or adjustable frequency drive applications, shall be properly selected with respect to their service conditions and shall not exceed specified temperature rise limits in accordance with ANSI /NEMA MG 1 for insulation class, service factor, and motor enclosure type. e. To ensure long life, motors shall have nameplate horsepower [kW] equal or greater than the maximum load imposed by the driven equipment and shall carry a service factor rating as follows: Motor Size Enclosure Service Factor Fractional hp [kW] Open 1.15 Other Than Open 1.0 Integral hp [kW] Open 1.15 Other Than Open 1.0 f. Designed for full voltage starting. g. Designed to operate from an electrical system that may have a maximum of 5 percent voltage distortion according to IEEE 519. h. Totally enclosed motors shall have a continuous moisture drain that also excludes insects. City of Yakima, Washington 15650 Refrigeration Systems PN 132965 -11- Bid No. 2182 Ultraviolet Disinfection Project November 2007 i. Bearings shall be either oil or grease lubricated. j. Totally enclosed motors shall be furnished on: 1. Outdoor equipment. 2. Equipment for installation below grade. 3. Equipment operating in chemical feed and chemical handling Inr tinny 4. Equipment operating in wet or dust -laden locations. k. Dripproof motors, or totally enclosed motors at CONTRACTOR' option, shall be furnished on equipment in indoor, above - grade, clean, and dry locations. I. Explosionproof motors shall be furnished as specified by applicable codes or as specified in other sections. m. Motors shall be rated as follows: 1. Below 1/2 hp [0.4 kWj. 115 volts, 60 Hz, single phase; or 240 volts, 60 Hz, single phase. 2. 1/2 hp [0.4 kW1 and above. 460 volts, 60 Hz, 3 phase. Motors used on 208 volt systems shall be 200 volts, 60 Hz, 3 phase. n. All motors shall meet the minimum efficiency standards required by the Energy Policy Act (EPACT) of 1992. o. Motor nameplates shall indicate as a minimum the manufacturer name and model number, motor horsepower, voltage, phase, frequency, speed, full load current, locked rotor current, frame size, service factor, power factor, and efficiency. 2-8 C1 1(1D TESTIMC'_ The. equipment f,,.-r�ie�hed under this section ..L....II be -v. - vl I 1 Iry 1 1116 equipment 1Ul 11011GU UIIUCI this JCL.LIUIl Shall be tested at the factory according to the standard practice of the manufacturer. Ratings shall be based on tests made in accordance with applicable AMCA, ASHRAE, ARI, NBS, NFPA, and UL Standards. 2 -9. BALANCE. All rotating parts shall be accurately machined and shall be in as nearly perfect rotational balance as practicable. Excessive vibration shall be sufficient course for rejection of the equipment. The mass of the unit and its distribution shall be such that the resonance at normal operating speeds is avoided. In any case, the maximum measured root - mean - square (rms) value as measured at any point on the equipment shall not exceed those listed in the latest ASHRAE Applications Handbook. City of Yakima, Washington 15650 Refrigeration Systems PN 132965 -12- Bid No. 2182 1 Iltra�iinlet Disinfection Project November 2007 At any operating speed, the ratio of rotative speed to the critical speed of a unit • or components thereof shall be Tess than 0.8 or more than 1.3. PART 3 - EXECUTION 3 -1. INSPECTION. Equipment installed in existing facilities with limited access shall be suitable for being installed through available openings. CONTRACTOR shall field verify existing opening dimensions and other provisions for installation prior to submittal of bids. 3 -2. PREPARATION. 3 -2.01. Surface Preparation. All surfaces to be painted shall be dry and free of dirt, dust, sand, grit mud, oil, grease, rust, loose mill scale, or other objectionable substances, and shall meet the recommendations of the paint manufacturer for surface preparation. Cleaning and painting operations shall be performed in a manner which will prevent dust or other contaminants from getting on freshly painted surfaces. Oil and grease shall be completely removed by use of solvents or detergents before mechanical cleaning is started. The gloss of previously painted surfaces shall be dulled if necessary for proper adhesion of top coats. Surface finish damaged during installation shall be repaired to the satisfaction of ENGINEER. Field painting shall be as specified in the painting section. 3 -3. INSTALLATION. Equipment and materials furnished under this section shall be installed in proper operating condition in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. The space beneath the baseplate shall be grouted as specified in the equipment grout section. 3 -3.01. Valves Not Used. 3 -3.02. Refrigerant Piping and Accessories. Not Used. 3 -3.03. Condensing Units /Heat Pumps. Not Used. 3 -4. FIELD QUALITY CONTROL. 3 -4.01. Startup and Testing. After the equipment and systems have been installed, adjusted, and balanced, tests shall be conducted to demonstrate that each system is functioning as specified and to the satisfaction of ENGINEER. Tests shall be as indicated in the startup requirements section. City of Yakima, Washington 15650 Refrigeration Systems PN 132965 -13- Bid No. 2182 Ultraviolet Disinfection Project November 2007 If inspection or tests indicate defects, the defective work or material shall be . replaced, and inspection and tests repeated. All repairs to piping shall be made with new materials. Caulking of threaded joints or holes will not be acceptable 3 -5. CLEANING: At the completion of testing, all equipment, pipes, ductwork, valves, and fittings shall be cleaned of grease, debris, metal cuttings, and sludge. Any stoppage, discoloration, or other damage to parts of the building, its finish, or furnishings shall be repaired at no additional cost to OWNER. End of Section City of Yakima, Washington 15650 Refrigeration Systems PN 132965 -14- Bid No 2182 Ultraviolet Disinfection Project November 2007 Section 15990 TESTING, ADJUSTING, AND BALANCING Data Sheet Paragraph Description Data Units HVAC 1-3 Air system components included in F Belt Drive equipment this project F Outside air /retum air Filters la Coils F Ductwork F Outlet /Inlet Devices ( Packaged air conditioning /heat pump units Air terminal units Electric duct heaters la Sound level report F None City of Yakima, Washington 15990 Testing, Adjusting and Balancing PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 15990 TESTING, ADJUSTING, AND BALANCING PART 1 - GENERAL 1 -1. SCOPE. This section covers the cleaning, testing, adjusting, and balancing of the air system(s) associated with the heating_ ventilating, and air conditi (HVAC) system(s). 1 -1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the Data Sheet ". 1 -2. GENERAL. Equipment and systems shall be cleaned, tested, adjusted, and balanced in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer unless exceptions are noted by ENGINEER. 1 -2.01. Coordination. CONTRACTOR shall verify that all components and devices necessary for a properly functioning system have been provided. Prior to cleaning, testing, adjusting, and balancing, CONTRACTOR shall verify that each system has been installed properly and is operating as specified. Equipment bearings shall be lubricated in accordance with the manufacturer's recommendations. Air systems shall be complete and operating, with dampers, filters, ductwork, air outlet and inlet devices, duct mounted equipment, and control components. 1 -2.02. Governing Standards. Except as modified or supplemented herein, all work covered by this section shall be performed in accordance with all applicable municipal codes and ordinances, laws, and regulations. In case of a conflict between this section and any state law or local ordinance, the latter shall govern. All work shall comply with the latest edition of AABC, NEBB, or SMACNA standard manuals for testing, adjusting, and balancing of air systems. 1 -3. SUBMITTALS. 1 -3.01. Drawings and Data. Complete apparatus report sheets for all air systems shall be accurately and completely filled out in accordance with the Standard's manual. Copies of the final test readings and report sheets shall be submitted in accordance with the submittals section. As required, a description of the standard procedures used during testing, adjusting, and balancing shall be City of Yakima, Washington 15990 Testing, Adjusting and Balancing PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 included in the submittal. The submittal shall include a reduced set of drawings, with the air outlet devices, air inlet devices, and equipment identified to correspond with the report sheets. The apparatus report sheets shall include the following information: 1. Title Page: a. Company name b. Company address c. Company telephone number d. Project name e. Project location f. Project Engineer g. Project Contractor h. Project altitude i. Date 2. Instrument List: a. Instrument b. Manufacturer c. Model d. Serial number e. Range f. Calibration date 3. Air Moving Equipment: a. Unit number b. Location c. Manufacturer d. Model and serial number e. Airflow, design and actual f. Total static pressure (total external), design and actual g. Static pressure, inlet and discharge h. Total pressure Fan RPM, design and actual 4. Electric Motors: a. Manufacturer b. Motor type and frame c. HP /BHP City of Yakima, Washington 15990 Testing, Adjusting and Balancing PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 d. Phase, voltage, amperage; nameplate, actual, no Toad. e. RPM f. Service factor g. Starter size, rating, heater elements 5. \J -Rolt Dri Not used. V. ✓ V l Drive: Not used. 6. Return Air /Outside Air Data: Not used. 7. Coil Data: Not used. 8. Duct Traverse: Not used. 9. Outlet and Inlet Devices: Not used. 10. Sound Level Report: Not Used. 11. Package Air Conditioning /Heat Pump Unit. a. Unit number b. Location c. Manufacturer and model d. Refrigerant type and capacity e. Airflow, design and actual f. Return airflow, design and actual g. Outside airflow, design and actual h. Dry bulb temperature, entering and leaving Wet bulb temperature, entering and leaving j. Outside air temperature, dry and wet bulb 12. Air Terminal Unit Data: Not used. 13. Electric Duct Heater: Not used. 14. Air Cooled Condenser: Not used. 15. Chillers: Not used. 16. Pump Data: Not used. 17. Heat Exchanger: Not used. 18. Combustion Test: Not used. 1 -4. QUALITY ASSURANCE. CONTRACTOR shall provide the services of a licensed independent contractor, certified by AABC or NEBB and with proven experience on at least three similar projects, to perform operational testing, adjusting, and balancing of the air systems. The total system balance shall be performed in accordance with AABC, SMACNA, or NEBB Procedural Standards for the work. PART 2 - PRODUCTS City of Yakima, Washington 15990 Testing, Adjusting and Balancing PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -1. SERVICE CONDITIONS. All equipment shall be adjusted or balanced to meet the specified conditions and to operate at the elevation indicated in the equipment sections. 2 -2. CONSTRUCTION. 2 -2.01. Painting. Surface finish damaged during cleaning, testing, adjusting, and balancing of equipment shall be repaired to the satisfaction of ENGINEER. Field coatings shall be as specified in the architectural painting and protective coatings sections. PART 3 - EXECUTION 3 -1. INSPECTION. Before testing and balancing the air system, doors and windows surrounding the area served by the system shall be closed. Fans shall be checked for correct rotation and rotative speed. Dampers shall be open and access doors and panels shall be closed during the testing and balancing period. 3 -2. STARTUP REQUIREMENTS. System equipment shall be subject to preliminary field tests as indicated in Section 01650. 3 -3. FIELD PERFORMANCE TESTING. Field performance tests shall be conducted for each system to demonstrate each is functioning as specified and to the satisfaction of ENGINEER. All tests shall be conducted in a manner acceptable to ENGINEER and shall be repeated as many times as necessary to secure ENGINEER'S acceptance of each system. If inspection or tests indicate defects, the defective item or material shall be replaced, and the inspection and tests shall be repeated. All repairs to piping shall be made with new materials. Caulking of threaded joints or holes will not be acceptable. 3 -3.01. Hydronic Piping. Not used. 3 -3.02. Refrigerant Piping. Not used. 3 -4. CLEANING. At the completion of the testing, all parts of the installation shall be thoroughly cleaned. All equipment, ductwork, pipes, valves, and fittings shall be cleaned of grease, debris, metal cuttings, and sludge. Any stoppage, discoloration, or other damage to parts of the building, its finish, or furnishings shall be repaired by CONTRACTOR at no additional cost to OWNER. 3 -4.01. Chemical Pipe Cleaning. Not used. 3 -4.02. Hydronic Systems. Not used. City of Yakima, Washington 15990 Testing, Adjusting and Balancing PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3 -5. ADJUSTING & BALANCING. The air systems shall be adjusted and balanced. All instrumentation shall be calibrated within 6 months of use and shall be checked for accuracy before testing, adjusting, and balancing the systems. The accuracy of the instrumentation shall be not less than specified by the testing, adjusting, and balancing standard manual or the instrument manufacturer. All data, including system deficiencies encountered and corrective measures taken, shall be recorded. If a system cannot be adjusted to meet the design ,. -, +.. CONTRACTOR shall notify ENGINEER r� requirement, CONY i RAC i i.JR shall notify ENGI EER ill writing as soon as practicable. Following final acceptance of the certified balancing reports, the testing and balancing contractor shall permanently mark the settings of all adjustment devices, including valves and dampers, and shall lock the memory stops. All ceiling tiles, belt guards, panels, and doors removed during testing, adjusting, and balancing shall be reinstalled. 3 -5.01. Air Systems. Air systems shall be adjusted to the design airflows indicated on the drawings. Airflows shall be adjusted to maintain a net positive (supply airflow greater than exhaust airflow) or negative (exhaust airflow greater than supply airflow) pressure as indicated on the drawings. Dampers located behind air outlet and inlet devices shall be used to adjust the airflow only to the extent that the adjustments do not create objectionable air movement or noise. Dampers with operators shall be checked for tight shutoff when in the closed position. 3 -5.02. Hydronic Systems. Not used. End of Section City of Yakima, Washington 15990 Testing, Adjusting and Balancing PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 16050 ELECTRICAL Data Sheet Para- Description Data Units graph General 1 -1 Install equipment and wiring devices Yes furnished by OWNER. E; No 1 -2.01 General Equipment Requirements. E;; Yes ,; No 1 -3 Listed or labeled by approved [ Yes testing laboratory. No 1 -4.02 Cable identification with wire r Heat shrink type with custom typed markers. numbers Self- laminating write -on type Power Service Entrance 2 -1 Power service entrance required. LI Yes No Power entrance and metering r Meter board, socket and test cabinet devices. i Meter transformer cabinet l .._. Disconnect, ground, conduit and fittings Other When "Other" is selected, indicate alternative. Underground materials required. r Trenching and backfill i... Ducts r Service cables f° Concrete I - Other When "Other" is selected, indicate alternative. Telephone Service Entrance 2 -2 Telephone service entrance Yes required. [ No City of Yakima, Washington 16050 Electrical PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Telephone entrance. Conduit, weatherhead and termination box Underground conduit with plywood termination board 4ftby4ft[1.2mby1.2m] 4 ft by 8 ft [1.2 m by2.4m] Other II When "Other" is selected, indicate alternative. Cable Products 2 -3.01 Lighting cable required. E Yes No Lighting cable types. Figure 1 -16050 for 10 and 12 AWG, THHN-THWN Figure 2 -16050 for 8 AWG and larger, XHHW Figure 3 -16050 for 8 AWG and larger, THHN -THWN Figure 13 -16050 for 8 AWG and larger, RHH -RHW -USE 2 -3.02 600 volt power cable required. Yes No Power cable types. I F igure 2 -16050 for XHHW F igure 3 -16050 for•THHN -THHW ri Figure 13-16050 for RHH - RHW-USE 2 -3.03 Instrument cable required. Ei Yes L No Instrument cable types. Figure 4 -16050 for single pair ...._ F igure 5 -16050 for single triad Figure 6 -16050 for multiple pair andfor triad 2 -3.04 Multiconductor control cable L Yes required. [�; No Control cable types. Figure 7 -16050 for 14 AWG THHN- i� THW N - Figure 8 -16050 for 12 AWG THHN- THWN 2 -3.05 Medium voltage power cable [ Yes required. [; No Medium voltage power cable types. - Figure 9 -16050 for 8 kV EPR Figure 10 -16050 for 15 kV EPR City of Yakima, Washington 16050 Electrical PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -3.06 Tray cable required. E Yes E No Tray cable types. r Figure 11 -16050 for 3 cond XLP f Figure 12 -16050 for 1 cond XHHW 2 -3.07 Metal clad lighting cable required. Yes (Figure 14- 16050) E*; No Raceways 2 -4 Raceways required. Iv Rigid steel conduit - Intermediate metal conduit Liquidtight flexible metal conduit (- Utility (PVC) duct Si Rigid nonmetallic (PVC) conduit PVC coated rigid steel conduit F' Electrical metallic tubing (EMT) 1 Rigid aluminum conduit (RAC) r Other When "Other" is selected, indicate alternative. Lighting Panels 2 -8 Lighting panels required. E Yes E No Minimum breaker interrupting L 10,000 amp [A] capacity at rated voltage. E±; 22,000 L Other When "Other" is selected, indicate amp [A] alternative. Power Panels 2 -9 Power panels required. E Yes E No With neutral. Yes U, No Minimum breaker interrupting ( 1 0,000 amp [A] capacity at 240 volts. E•; 22,000 L 65,000 Minimum breaker interrupting [ 14,000 amp [A] capacity at 277 volts. E1125,000 L 65,000 City of Yakima, Washington 16050 Electrical PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Minimum breaker interrupting L 14,000 amp [A] capacity at 480 volts. LI 25,000 E 65,000 Buses. ' Insulated neutral Ground bus !ki Removable bond to neutral bus Transient Voltage Surge Suppression -. 2 -10 Transient voltage surge L; Yes suppression required. r:,, N ,_ LA 1 NU Lighting panel(s) connection type. Direct Connection [,; Connected via Disconnect Switch Power panel(s) exposure level. [,; High Exposure Level Medium -High Exposure Level Medium Exposure Level See table Power panel(s) connection type. Direct Connection 17 Connected via Disconnect Switch Retrofit of existing equipment. L; Yes • No Retrofit TVSS enclosures required. E No (Install integral) L Yes (See table) Retrofit TVSS connection type. I Direct Connection f - Connected via Disconnect Switch Voltage, phase. i 120/240 1 -phase 120/208 3 -phase i.._ 240 3 -phase 3W i 240 3 -phase 4W 1 480 3 -phase 3W I" 480 3 -phase 4W I._._ Other 2 -10.8 TVSS Options Dual Form "C" Dry contacts. ' Yes • No Motor Starters 2 -11 Separately Enclosed Motor starters Yes required. E No City of Yakima, Washington 16050 Electrical PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Minimum NEMA size (3 phase). L Size 0 Size 1 Minimum starter interrupting j 14,000 amp [A] capacity at 480 volts (3 phase). 25,000 65,000 Minimum starter interrupting Et, 10,000 amp [A] capacity at 240 volts (1 phase). E 22,000 Separately Enclosed Manual Starters 2 -12 Manual starters required. [ Yes [ No Control Stations 2 -13 Control stations required. ; Yes No If "Yes" is selected, emergency E; Yes break glass switches required. No Separately Enclosed Circuit Breakers 2 -14 Circuit breakers required. L: Yes [E No Minimum breaker interrupting u 14,000 amp [A] capacity at 480 volts. 25,000 LI 65,000 Disconnect Switches 2 -15 Disconnect switches required. El Yes L,; No Transformers 2 -16 Transformers required. E Yes Ll No Power Centers 2 -17 Power centers required. L Yes El No Power Factor Capacitors 2 -18 Power factor capacitors required. [; Yes E' No Lighting Contactors 2 -19 Lighting contactors required. (; Yes No Photoelectric Controls 2 -20 Photoelectric controls required. L; Yes El' No City of Yakima, Washington 16050 Electrical PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Relay Enclosures 2 -21 Relay enclosures required., Yes I; No Alarm Horn and Beacon 2 -22 Alarm horn and beacon required. [;; Yes No Heat - Traced Piping 2 -23 Heat traced piping required. [+� Yes No Door Entry Switches 2 -24 Door entry switches required. ,; Yes LI No Eall Lighting Control Panel required. L Yes E No Coordination Report 1111 Coordination report required. [ Yes No . Power and Telephone Service Entrances installation Mill Name of electric utility. Electric utility contact person and telephone number. Name of telephone utility. Telephone utility contact person and telephone number. Cable Installation 3 -4 Underground cable pulling ,; Yes procedure required. No When "Yes" is selected, indicate Medium Voltage Cables and Feeder circuit numbers. Conductors • Cable insulation testing required. ; Yes El No Conduit Installation 3 -5 At specified locations. [E Rigid steel LI Intermediate metal Heliax coaxial cable required. ; Yes E, No Underground conduit required. E; Yes No If "yes" is selected, indicate type of L PVC Utility duct concrete encased underground conduit. E Schedule 40 PVC City of Yakima, Washington 16050 Electrical PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Reuse of existing conduits allowed. L Yes LI No Grounding 3 -8.02 Maximum grounding system L 25 ohms resistance: [ 10 ohms E 5 ohms r Not required (Comply with National Electrical Code) 3 -8.03 Grounding system testing required. r; Yes L No Buildings or structures required Each new building or structure testing. grounding system Each existing building or structure grounding system indicated below Existing buildings or structures to be tested. Modifications to Existing Equipment 3 -11 Modifications to existing equipment Li Yes required. [E No City of Yakima, Washington 16050 Electrical PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 16050 ELECTRICAL PART 1 - GENERAL 1 -1. SCOPE. This covers the furnishing and installation of all equipment and materials needed for the electrical requirements of this contract. It also covers conduit, wiring, and terminations for electrical equipment installed under Section 16100. This section covers the installation of electrical equipment furnished under other sections, except electrical items designated to be installed under those sections. Both inch -pound (English) and SI (metric) units of measurement are specified herein; the units of measurement shall be as indicated on the top of the Data Sheet. 1 -1.01. Terminology- When the phrase "as required" is stated in this section it shall mean "as required in the Data Sheet 1 -2. GENERAL. Electrical apparatus on all equipment shall be installed complete and placed in readiness for proper operation. Electrical materials furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. 1 -2.01. General Equipment Requirements. As required, the General Equipment Requirements shall apply to all equipment provided under this section. 1 -2.02. Coordination. Electrical work shall conform to the construction schedule and the progress of other trades. 1 -2.03. Anchor Bolts and Expansion Anchors. All anchor bolts, nuts, washers, and expansion anchors shall comply with section 05550, Anchorage in Concrete and Masonry, except smaller than 3/4 inch [19 mm] will be permitted to match NEMA standard size bolt holes on motors and electrical equipment. 1 -2.04. Drawings. Supplementing this section, the drawings indicate locations of equipment and enclosures and provide one -line and schematic diagrams regarding the connection and interaction with other equipment. City of Yakima, Washington 16050 Electrical PN 132965 -8- Bid No. 2182 Ultraviolet Disinfection Project November 2007 1 -3. CODES AND PERMITS. All work shall be performed and materials shall be furnished in accordance with the NEC - National Electrical Code, the NESC - National Electrical Safety Code, and the following standards where applicable: ANSI American National Standards Institute. ASTM American Society for Testing and Materials. AWG American Wire Gauge. Fed Spec Federal Specification. ICEA Insulated Cable Engineers Association. IEEE Institute of Electrical and Electronics Engineers. IES Illuminating Engineering Society. NEMA National Electrical Manufacturers Association. NFPA National Fire Protection Association. UL Underwriters' Laboratories. As required, equipment covered by this section shall be listed by UL, or by a nationally recognized third party testing laboratory acceptable to the Washington State Department of Labor and Industries — Electrical Section. All costs associated with obtaining the listing shall be the responsibility of CONTRACTOR. If no third -party testing laboratory provides the required listing, an independent test shall be performed at CONTRACTOR's expense by a company or agency acceptable to the Washington State Department of Labor and Industries — Electrical Section. Before the test is conducted, CONTRACTOR shall submit a copy of the testing procedure to be used. 1 -4. IDENTIFICATION. 1 -4.01. Conduit. Conduits in manholes, handholes, building entrance pull boxes, junction boxes, and equipment shall be provided with identification tags. Identification tags shall be 19 gage [1 mm thick] stainless steel, with 1/2 inch [13 mm] stamped letters and numbers as indicated on the drawings. Identification tags shall be attached to conduits with nylon tie wraps and shall be positioned to be readily visible. 1 -4.02. Cable. Except for lighting and receptacle circuits, each individual wire in power, control, indication, and instrumentation circuits shall be provided with identification markers at each point of termination. City of Yakima, Washington 16050 Electrical PN 132965 -9- Bid No. 2182 Ultraviolet Disinfection Project November 2007 The wire markers shall be of the heat - shrinkable tube type, with custom typed identification numbers, or shall be of the self- laminating, write -on type as required. The wire numbers shall be as indicated on the equipment manufacturer's drawings. The wire markers shall be positioned to be readily visible for inspection. Power wires shall be color coded with electrical tape or colored wire jacket; white -N, black, blue and red for 120/208 volt, 4 -wire; and gray -N, brown, orange and yellow for 480/277 volt, 4 -wire circuits. 1 -4.03. Motor Starters. Motor starters shall be provided with nameplates identifying the related equipment. Pilot controls and indicating lights shall have engraved or etched legends ( "start ", "stop ", etc.) as indicated on the drawings. Nameplates shall be laminated black- over -white plastic, with 1/8 inch [3 mm] engraved letters, and shall be securely fastened to the motor starters. 1 -4.04. Control Stations. Control stations shall be provided with nameplates identifying the related equipment. Pilot controls and indicating lights shall have engraved or etched legends ( "start ", "stop ", etc.) as indicated on the drawings. Nameplates shall be laminated black- over -white plastic, with 1/8 inch [3 mm] engraved letters, and shall be securely fastened to the control stations. 1 -4.05. Circuit Breakers. Circuit breakers shall be provided with nameplates identifying related equipment. Nameplates shall be laminated black- over -white plastic, with 1/8 inch [3 mm] engraved letters, and shall be securely fastened to the circuit breakers. 1 -4.06. Disconnect Switches. All switches shall have front cover- mounted . permanent nameplates that include switch type, manufacturer's name and catalog number, horsepower [kW] rating. An additional nameplate, or etched, laminated black- over -white plastic, with 1/8 inch [3 mm] letters, shall be provided to identify the associated equipment. Both nameplates shall be securely fastened to the enclosure. 1 -5. SUBMITTALS. Complete assembly, foundation, and installation drawings, together with complete engineering data covering the materials used, parts, devices, and accessories forming a part of the WORK PERFORMED BY THE CONTRACTOR, shall be submitted in accordance with the submittals section. The drawings and data shall include, but shall not be limited to, the following: Drawings and data. City of Yakima, Washington 16050 Electrical PN 132965 -10- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Operating manuals. Samples. 1 -5.01. Submittal Identification. Information covering all materials and equipment shall be submitted for review in accordance with the submittals section. Each sheet of descriptive literature submitted shall be clearly marked to identify the material or equipment as follows: a. Lamp fixture descriptive sheets shall show the fixture schedule letter, number, or symbol for which the sheet applies. b. Equipment and materials descriptive literature and drawings shall show the specification paragraph for which the equipment applies. c. Sheets or drawings covering more than the item being considered shall have all inapplicable information crossed. d. A suitable notation shall identify equipment and materials descriptive literature not readily cross - referenced with the drawings or specifications. e. Schematics and connection diagrams for all electrical equipment shall be submitted for review. A manufacturer's standard connection diagram or schematic showing more than one scheme of connection will not be accepted, unless it is clearly marked to show the intended connections. f. Transient voltage surge suppressor submittals shall include drawings (including unit dimensions, weights, component and connection locations, mounting provisions, and wiring diagrams), all testing documentation as specified herein, equipment manuals that detail the installation, operation and maintenance instructions for the specified unit(s), and manufacturer's descriptive bulletins and product sheets. CONTRACTOR shall submit the name and qualifications of the Engineering and Testing Services firm proposed to perform the coordination study and the on site testing. Within 90 days after the Notice to Proceed, CONTRACTOR shall furnish a submittal for all types of cable and conduit to be provided. The submittal shall include the cable manufacturer and type, and sufficient data to indicate that the cable and conduit meet the specified requirements. In addition to the complete specifications and descriptive literature, a sample of the largest size of each type of cable shall be submitted for review before City of Yakima, Washington 16050 Electrical PN 132965 -11- Bid No. 2182 Ultraviolet Disinfection Project November 2007 installation. Each sample shall include legible and complete surface printing of the cable identification. Prior to submittal, coordinate the electrical equipment (particularly motor control equipment, switchboard, 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. 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 ventilation the Contractor shall mark and submit copies of the Contract Documents showing the actual size of the proposed equipment and its placement drawn to scale in red pencil on the copies. Where equipment dimensions, layout, conduit 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. 1 -6. PROTECTION AND STORAGE. During construction, the insulation on all electrical equipment insulation shall be protected against absorption of moisture, and metallic components shall be protected against corrosion by strip heaters, lamps, or other suitable means. This protection shall be provided immediately upon receipt of the equipment and shall be maintained continuously. 1 -7. COORDINATION. Coordinate and schedule connecting electrical systems with exterior underground and overhead utilities and services. Comply with requirements of governing regulations, franchisers service rnmpanies and controlling agencies. 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. Coordinate the cutting of existing structures with the new and existing electrical systems. Identify, locate, and protect existing embedded conduits piping, or structural components where cutting of existing structures is to be performed. 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 system or systems are required to accommodate actual electrical City of Yakima, Washington 16050 Electrical PN 132965 -12- Bid No. 2182 Ultraviolet Disinfection Project November 2007 requirements of equipment which is specified under other Divisions of the Contract but which has electrical requirements different from those specified for the equipment, make modifications to the electrical system or systems required to accommodate the equipment. 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. Coordinate the installation of electrical equipment with other trades: a. Accurately locate panelboards, outlets, switches, control stations and similar devices with respect to equipment, doors, partitions, cabinets and the finished work of others. Verify dimensions and locations with the architectural, civil, structural, mechanical, and general Drawings, shop drawings /suppliers and trades. b. Arrange for the building in of anchors, supports, sleeves, or other equipment and materials during concrete pours, framing, precasting or other structure construction. c. Where equipment cannot be built -in during construction, arrange for chases, slots, sleeves, box -outs, openings, etc., as required to allow installation of equipment after structure construction is complete. d. Where penetration of completed construction is required, obtain approval from structural Engineer for penetration (drilling, cutting, shooting, punching) of structural components prior to penetrating the component. e. Coordinate installing large equipment requiring positioning prior to closing in the building. City of Yakima, Washington 16050 Electrical PN 132965 -13- Bid No. 2182 Ultraviolet Disinfection Project November 2007 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. 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 -7. MATERIALS. Except as otherwise indicated, provide new materials and equipment which are standard products of manufacturers regularly engaged in 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. 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. 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. Material that may cause rusting or streaking on a building surface shall not be used. Provide materials and equipment which do not contain polychlorinated biphenyls, asbestos or other hazardous or detrimental materials. 1 -8. RECORD DRAWINGS. 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 hidden raceways, stubouts, actual fixture and equipment locations, equipment sizes and dimensions and building outline changes. 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, on the record drawings, from visible and permanent building features. • City of Yakima, Washington 16050 Electrical PN 132965 -14- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Record voltage, current, and megohmeter and ground ohmer resistance test measurements made on the electrical work, the trip units, fuses, and overload relay elements installed in the equipment. Record the setting of all pressure, flow, level, and similar instrumentation and control devices. PART 2 - PRODUCTS 2 -1. POWER SERVICE ENTRANCE. Not Used. 2 -2. TELEPHONE SERVICE ENTRANCE. Not Used. 2 -3. CABLE. All cables of each type (such as lighting cable or 600 volt power cable) shall be from the same manufacturer. All types of cable shall conform to the Cable Data Figures at the end of this section and as described herein. 2 -3.01. Lighting Cable. As required, lighting cable (Figure 1 -16050 THHN -THWN) shall be provided only in lighting and receptacle circuits operating at 277 volts or Tess. Lighting and receptacle circuits, 8 AWG [10 mm or larger, shall be as specified for 600 volt (Figure 13 -16050 RHH -RHW -USE) power cable. 2 -3.02. 600 Volt Power Cable. As required, cable in power, control, indication, and alarm circuits operating at 600 volts or less, except where lighting, multiconductor control, and instrument cables are permitted, shall be 600 volt (Figure 13 -16050 RHH -RHW -USE) power cable. 2 -3.03. Instrument Cable. As required, cable for electronic circuits to instrumentation, metering, and other signaling and control equipment shall be two- or three - conductor instrument cable twisted for magnetic noise rejection and protected from electrostatic noise by a total coverage shield. Types of instrument cables shall be (Figure 4 -16050 single pair) or (Figure 5 -16050 single triad). 2.3.04. Multiconductor Control Cable. Not Used. 2 -3.05. Medium Voltage Power Cable. Not Used. 2 -3.06. Tray Cable. Not Used. 2 -3.07. Metal Clad Lighting Cable. Not Used. 2 -4. CONDUIT. As required, conduit and raceways shall be as described in the following paragraphs: City of Yakima, Washington 16050 Electrical PN 132965 -15- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -4.01. Rigid Steel Conduit. Rigid steel conduit shall be heavy wall, hot -dip galvanized, shall conform to ANSI C80.1, and shall be manufactured in accordance with UL 6. 2 -4.02. Intermediate Metal Conduit (IMC). Not Used. 2 -4.03. Liguidtight Flexible Metal Conduit. Liquidtight flexible metal conduit Shall be hot -dip galvanized steel, shall be covered with a moistureproof polyvinyl chloride jacket, and shall be UL labeled. 2 -4.04. Utility (PVC) Duct. Not Used, 2 -4.05. Rigid Nonmetallic (PVC) Conduit. PVC conduit shall be heavy wall, Schedule 40, UL labeled for aboveground and underground uses, and shall conform to NEMA TC -2 and UL 651. 2 -4.06. PVC - Coated Rigid Steel Conduit. The conduit shall be rigid steel. Before the PVC coating is applied, the hot -dip galvanized surfaces shall be coated with a primer to obtain a bond between the steel substrate and the coating. The PVC coating shall be bonded to the primed outer surface of the conduit. The bond on conduit and fittings shall be stronger than the tensile strength of the PVC coating. The thickness of the PVC coating shall be at least 40 mils [1000 pm]. A chemically cured two -part urethane coating, at a nominal 2 mil [50 pm] thickness, shall be applied to the interior of all conduit and fittings. The coating shall be sufficiently flexible to permit field bending the conduit without cracking or flaking of the coating. Every female conduit opening shall have a PVC sleeve extending one conduit diameter or 2 inches [50 mm], whichever is less, beyond the opening. The inside diameter of the sleeve shall be the same as the outside diameter of the conduit before coating. The wall thickness of the sleeve shall be at least 40 mils r1nnn iiml All fittings, condulets, mounting hardware, and accessories shall be PVC - coated. All hollow conduit fittings shall be coated with the interior urethane coating described above. The screw heads on condulets shall be encapsulated by the manufacturer with a corrosion - resistant material. PVC coated rigid steel conduit shall be manufactured by Ocal, Perma -Cote, or Robroy. 2 -4.07. Electrical Metallic Tubing (EMT). EMT shall be hot -dip galvanized, shall conform to ANSI C80.3, and shall be manufactured in accordance with UL 797. 2 -4.08. Rigid Aluminum Conduit (RAC). Not Used. City of Yakima, Washington 16050 Electrical PN 132965 -16- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -5. WIRING DEVICES, BOXES, AND FITTINGS. Concealed conduit systems shall have flush- mounted switches and convenience outlets. Exposed conduit systems shall have surface - mounted switches and convenience outlets. 2 -5.01. Conduit Boxes and Fittings. a. Galvanized or cadmium plated, threaded, malleable iron boxes and fittings shall be manufactured by Crouse - Hinds, Appleton, or 0 Z Gedney. b. Sheet steel device boxes shall be manufactured by Appleton, Raco, or Steel City. c. PVC coated device boxes shall be manufactured by Ocal, Perma -Cote, or Robroy Industries. d. Hub arrangements on threaded fittings shall be the most appropriate for the conduit arrangement to avoid unnecessary bends and fittings. 2 -5.02. Device Plates. a. Galvanized or cadmium - plated device plates shall be used on surface mounted outlet boxes where weatherproof plates are not required. b. Device plates on flush mounted outlet boxes where weatherproof plates are not required shall be AISI Type 302 stainless steel, Eagle "93nnn series ", Hubbell "S series ", or Leviton "840nn -40 series "; nylon or polycarbonate, Eagle "513nV series ", Hubbell "Pn series ", or Leviton "807nn -I series ". c. Device plate mounting hardware shall be countersunk and finished to match the plate. d. Device plates for switches outdoors or indicated as weatherproof shall have provisions for padlocking switches "On" and "Off ", and shall be Appleton "FSK -1 VS ", Crouse -Hinds "DS185" or 0 Z Gedney "FS- I- WSCA ". e. Device plates for receptacles indicated as weatherproof shall be Appleton "FSK -WRD ", Crouse -Hinds "WLRD1 ", or 0 Z Gedney "FS -I -WDCA. City of Yakima, Washington 16050 Electrical PN 132965 -17- Bid No. 2182 Ultraviolet Disinfection Project November 2007 f. Flush- mounted, weatherproof plates shall be provided with adapter plates, Appleton "FSK -SBA" or Crouse -Hinds "FS031 ". g. Device plates for ground fault interrupter receptacles indicated to be weatherproof shall be Appleton "FSK- WGFI ", Eagle "966 ", or 0 Z Gednr'y "FS -1 -GFCA" h. Receptacle covers ou nr otherwise indicated to be weatherproof while in -use shall be die cast aluminum and shall include a padlock eye. Covers for standard convenience outlets shall he Hi ibbell "WP8M" nr Thomas and Betts Red Dot "CKMDV Covers for ground fault interrupter receptacles shall be Hubbell "WP26M" or Thomas and Betts Red Dot "CKMGV ". i. Engraved device plates, where required, shall be manufactured by Leviton, or equal. j. Device plates on PVC conduit fittings shall be Carlon "E98 Series" or Cantex "513300 Series ". 2 -5.03. Wall Switches. a. Switches on ac lighting panel load circuits through 277 volts shall be 20 amperes, 120/277 volts, Eagle "2221V" through "2224V ", Hubbell "HBL 12211" through "HBL 12241 ", or Leviton "1221 -21" through "1224-21". b. Switches for pulse control of lighting contactors shall be 20 amperes, 120/277 volts, momentary, double- throw, center "Off', Eagle "2220V ", Hubbell "15571" or Leviton "1257 -1 ". c. Switches on ac lighting panel load circuits through 277 volts in Class 1, Division 1 and Division 2, Group D hazardous areas indicated on the drawings shall be 20 ampere, 120/277 volts. Hazardous area switches shall be factory sealed tumbler switches, Appleton "EDS" or Killark "FXS ". 2 -5.04. Receptacles. a. Standard convenience outlets shall be duplex, three -wire, grounding, 20 amperes, 125 volts, Eagle "5362V ", Hubbell "53621" or Leviton "5362 -1" for 120 volt circuits, and 250 volts, Eagle "5462V ", Hubbell "54621" or Leviton "5462 -1" for 240 volt circuits. City of Yakima, Washington 16050 Electrical PN 132965 -18- Bid No. 2182 Ultraviolet Disinfection Project November 2007 b. Ground fault circuit interrupter receptacles shall be duplex, 20 amperes, 125 volts, Eagle "GF8300V ", Hubbell "GF5362I" or Leviton "8899 -1 ". 2 -6. JUNCTION BOXES, AND PULL BOXES. Indoor boxes (larger than switch, receptacle, or fixture type) shall be constructed of sheet steel, shall be galvanized after fabrication, and shall be rigidly supported by hot -dip galvanized hardware and framing materials, including nuts and bolts. Indoor boxes in corrosive areas indicated on the drawings and outdoor boxes and gutters shall be NEMA Type 4X, stainless steel and shall be rigidly supported by PVC - coated or stainless steel framing materials. Mounting hardware, which includes nuts, bolts, and anchors, shall be stainless steel. All damaged coatings shall be repaired according to the manufacturer's instructions. Bolt -on junction box covers 3 feet [900 mm] square or larger, or heavier than 25 lbs [11 kg], shall have rigid handles. Covers larger than 3 by 4 feet [900 by 1200 mm] shall be split. Where indicated on the drawings, junction and pull boxes with a removable side opposite the underground conduits shall be provided over building ends of underground conduit banks. Boxes shall be sized in accordance with the National Electrical Code, including space for full size continuations of all underground conduits not originally continued. Conduit arrangement shall leave maximum space for future conduits. 2 -7. LIGHTING FIXTURES. Lighting fixtures shall be furnished as described in the fixture schedule and as indicated on the drawings. Lighting fixtures shall be furnished complete with lamps. Pendant fixtures shall have swivel type box covers and threaded conduit pendants unless otherwise specified. 2 -7.01. Interior Lighting. Lenses, Diffusers, Covers, and Globes shall be 100 percent virgin acrylic plastic or water white, annealed crystal glass, except as otherwise indicated. Provide gaskets on all trims and housings of "wet" location fixtures. Provide non- corrosive type plaster rings, hangers, trim and hardware in wet locations. Electronic ballasts furnished with fluorescent type lighting fixtures shall be CBM certified as meeting requirements of ANSI C82.11 with a THD level of not more than 20 percent. HID Ballasts shall Conform to UL 1029 and ANSI C82.4. Include the following features, except as otherwise indicated: City of Yakima, Washington 16050 Electrical PN 132965 -19- Bid No. 2182 Ultraviolet Disinfection Project November 2007 a. Constant wattage autotransformer (CWA) or regulating high - power- factor type, suitable for the temperature range in which they are to be operated. b Single -Lamp Ballasts: Minimum starting temperature of minus 30 deg C. c Normal Ambient Operating Temperature: 40 deg C. d Open circuit operation will not reduce average life. Provide fuses in fixtures mounted more than eight feet above floor or operated at 277 volts. Fuses shall be fast acting, current limiting fuses, coordinated with the ballast and lamp operating characteristics, so as to avoid false tripping, yet provide fault clearing before damage occurs to the fixture. Bussman Type HFL in -line fuse holder and Bussman Type GLR fuse, sized at two - hundred percent of the ballast current rating. Provide Manufacturer's standard finish, except as otherwise indicated, applied over corrosion - resistant treatment or primer, free of streaks, runs, holidays, stains, blisters, and similar defects. 2 -7.02. Exterior Lighting. Sheet metal components shall be corrosion - resistant aluminum, except as otherwise indicated. Form and support to prevent warping and sagging. Housings shall be rigidly formed, weather- and light -tight enclosures that will not warp, sag, or deform in use. Provide filter /breather for enclosed fixtures. Doors, Frames, and other internal access shall be smooth operating, free from Tight leakage under operating conditions, and arranged to permit relamping without use of tools. Arrange doors, frames, lenses, diffusers, and other pieces to prevent accidental falling during relamping and when secured in operating position. Provide for door removal for cleaning or replacing lens. Arrange for door opening to disconnect ballast. Exposed hardware material shall be stainless steel. HID Ballasts shall conform to UL 1029, and ANSI C82.4. Constant wattage autotransformer (CWA) or regulating high - power- factor type, unless otherwise indicated. Provide ballast fuses in each ungrounded supply conductor. Voltage and current ratings as recommended by ballast manufacturer. 2 -8. LIGHTING PANELS. Not Used. City of Yakima, Washington 16050 Electrical PN 132965 -20- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -9. POWER PANELS. Unless otherwise specified, each power panel, with or without a neutral as required, shall be dead - front, 3 phase panelboard with circuit breakers, in accordance with the drawings and the following: 2 -9.01. Cabinet. The panel shall have a flush- mounted or surface - mounted enclosure with a NEMA designation appropriate for the location where it will be installed. The enclosure shall have a door with latch and lock. At the completion of the contract, a neatly printed or typed directory listing the panel and circuit identities shall be mounted inside the door. 2 -9.02. Circuit Breakers. Circuit breakers shall be thermal- magnetic, bolt -in, individually front replaceable, and shall indicate "On ", "Off', and "Tripped ". Breakers indicated as multiple -pole shall be common trip type. Breakers up to 240 volts shall have interrupting ratings not Tess than 22,000 amperes as required. Breakers for 277 volts shall have interrupting ratings not less than 65,000 amperes as required. Breakers for 480 volts shall be rated 600 volts, with interrupting ratings not less than 65,000 amperes at 480 volts as required. Handle clips to prevent casual operation of breakers shall be provided for 10 percent (at least two) of the breakers and applied to the circuits directed. 2 -9.03. Buses. The panel shall have 3 phase buses, a neutral bus insulated from the cabinet, and a ground bus as required. Buses shall be copper, with ampere and voltage ratings and main lugs or breakers as indicated. The ground bus shall be similar to a neutral bus and shall have a good ground connection to the cabinet, a removable bond to the neutral bus as required, clamp type lugs for the ground cable in each supply conduit, and connections for a ground cable in each Toad. conduit. 2 -10. TRANSIENT VOLTAGE SURGE SUPPRESSION IN PANELBOARDS. Not Used. 2 -11. SEPARATELY ENCLOSED MOTOR STARTERS Not Used. 2 -12. SEPARATELY ENCLOSED MANUAL STARTERS. Not Used. 2 -13. CONTROL STATIONS. Control stations shall be provided as indicated on the one -line diagrams or schematics or as required by the equipment furnished. Pilot devices shall be 30.5 mm heavy -duty, oiltight construction, and shall perform the functions indicated. Pilot lights shall be full voltage type with LED lamps. Indoor control stations shall have NEMA Type 13 enclosures. Control stations outdoors or indicated to be weatherproof shall have NEMA Type 4X stainless steel enclosures with protective caps on the control devices. Control stations in NEC Class I, Division 1 and Division 2, Group D hazardous areas shall have NEMA Type 7 enclosures, or be factory sealed type, Appleton "Contender Series" or Killark "Seal -X Series ". City of Yakima, Washington 16050 Electrical PN 132965 -21- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2- 13.01. Emergency Break -Glass Switch. Not Used. 2 -14. SEPARATELY ENCLOSED CIRCUIT BREAKERS. Not Used. 2 -15. DISCONNECT SWITCHES. Unless otherwise specified, each disconnect switch shall be 3 pole, nonfusible, 600 volts, with a continuous current rating as indicated on the drawings. Switches located indoors shall have NEMA type enclosure designations as required by the locations where they will be installed (NEMA 4X if no designation is shown). Switches located outdoors shall have NEMA Type 4X enclosures. Switches in chlorine rooms, or in other areas where contact with caustic substances may occur, shall have NEMA Type 4X enclosures of molded reinforced polyester. NEMA 4X enclosures shall be stainless steel. Switches shall have high conductivity copper, visible blades; nonteasible, positive, quick -make, quick -break mechanisms; and switch assembly plus operating handle as an integral part of the enclosure base. Each switch shall have a handle whose position is easily recognizable and which can be locked in the "Off' position with three padlocks. The "On" and "Off' positions shall be clearly marked. All switches shall be UL listed and horsepower [kilowatt] rated, and shall meet the latest edition of NEMA KS1. Switches shall have defeatable door interlocks that prevent the door from being opened while the operating handle is in the "On" position. 2 -16. LIGHTING AND AUXILIARY POWER TRANSFORMERS. Separately mounted transformers shall be provided in the phases, kVA, and voltages indicated on the drawings. They shall be class "H" insulated but the maximum temperature rise under full load shall not exceed 115 degree Celsius rise above ambient. Windings shall be copper. Transformers shall be self-air-cooled, dry type wall- nr flnnr -mni anted and enclosed for wiring in conduit. Transformers shall have at least two full capacity voltage taps. Transformers shall meet NEMA TP1 guidelines for energy efficiency. Transformers enclosures shall be rated for outdoor use. Sound levels shall be a minimum of 3dBA lower than standard sound levels in NEMA ST20. 2 -17. POWER CENTERS. Not used. 2 -18. POWER FACTOR CORRECTION CAPACITORS. Not used. 2 -19. LIGHTING CONTACTORS. Not Used. 2 -20. PHOTOELECTRIC CONTROLS. Not Used. City of Yakima, Washington 16050 Electrical PN 132965 -22- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -21. RELAY ENCLOSURES. Relay enclosures shall be furnished as indicated on the drawings. The enclosure shall have a NEMA designation appropriate for the location where it will be installed. Pilot devices shall be heavy duty, oiltight construction. Relays and timers shall have 120 volt, 60 Hz coils rated for continuous duty in 40 C ambient and 10 ampere, 120 volt ac contacts. Intrinsically safe relays shall be installed within the enclosures in accordance with NEC requirements and shall be Gems "Safe- Pak ", B/W "Series 53 ", or equal. 2 -22. ALARM HORN AND BEACON. Not Used. 2 -23. HEAT - TRACED PIPING. Outdoor exposed piping shall be heat - traced as indicated on the drawings and as described herein. Heat tracing shall be sized to maintain pipe temperatures at 40 °F with an outdoor ambient temperature of 0 °F. Heat tracing shall be of the self - regulating type and shall be suitable for single - phase, 120 volt service. Each run of heat tracing tape shall be provided with a circuit controller, an end -of -line indicating Tight, junction boxes, mounting accessories, insulation and all other equipment for a complete, properly operating system. The insulation for all heat tracing shall be fiberglass type. Each outdoor installation shall be equipped with an aluminum weatherproof jacket. Each heat - tracing circuit shall be provided with a microprocessor -based circuit controller to monitor temperature and ground fault current. The controller shall be Thermon "TC Series ", Tyco Thermal Controls "DigiTrace 910 ", or equal. On all plastic pipe equipped with heat tracing, a layer of conducting tape shall be installed following installation of the heating cable. 2 -24. DOOR ENTRY SWITCHES. Proximity switches shall be magnetic proximity type, consisting of two sensors. One sensor shall be fixed to the door and the other to the door frame. The sensor mounted to the door shall have no electrical connections. Switches shall be provided with DPDT contacts rated 5 amperes at 120 V ac. All necessary mounting hardware shall be provided to allow both the sensors to be installed at the locations indicated on the drawings. 2 -25. INTERIOR LIGHTING CONTROL PANEL. Not Used. 2 -26. PULLHOLES. Not Used. 2 -27. MISCELLANEOUS FITTINGS. 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. Locknuts and conduit bushings shall be malleable iron. Appleton, Crouse Hinds, OZ Gedney, or equal City of Yakima, Washington 16050 Electrical PN 132965 -23- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Conduit sealing bushings shall be OZ Gedney Type CSM series. Cabinet sealing bushing shall be OZ Gedney Type GRK. Conduit sealing fittings, drains and breathers shall be OZ Gedney Type EY and DB, or equal Appleton or Crouse Hinds. Through wall and floor seals shall be OZ Gedney FS and WS series. Cord grip connectors shall be OZ Gedney CGA, or equal Appleton or Crouse Hinds. External Cable 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. 2 -28. AUTOMATIC TRANSFER SWITCH. The automatic transfer switch shall be capable of transferring the connected load from "NORMAL" to "STANDBY" power and re- transferring back to "NORMAL ". The switch shall be three phase, 4 pole rated for 480V, 3 phase, 4 wire operation. The switch shall be electrically operated by a single solenoid mechanism and mechanically held, have high current - breaking capacity with silver - surfaced contacts equipped with arc barriers and magnetic blow -out coils. The contacts must be rated in accordance with UL 1008 for current carrying and switching capabilities. The transfer switch shall be UL listed. The transfer switch shall be suitable for repetitive load transfer switching. The switch shall be interlocked to prevent supplying the load from more than one source at a time. Provide "NEUTRAL DELAY" to allow motors to stop on transfer. The transfer switch shall transfer from "NORMAL" to "STANDBY" when normal voltage falls to 70 percent of rated value and standby voltage is at 90 percent of rated value. Re- transfer to normal voltage shall occur when normal voltage returns to 90 percent of rating. Adjustable close differential voltage monitoring relays shall be provided on all phases to sense voltage on the "NORMAL" and "STANDBY" sources. Two separately adjustable time delays shall be provided to prevent transfer and re- transfer on voltage dips. Delay shall be overridden on re- transfer if standby source is below 90 percent of rating. The transfer switch shall be equipped with auxiliary contacts, one set normally open and one set normally closed which operate in parallel with the main transfer contacts. In addition, a switch shall be provided with auxiliary contacts on each set of voltage relays to indicate when these relays are signaling the switch that voltage is adequate or inadequate (90% and 70 %, respectively). Auxiliary contacts shall be isolated, dry contacts suitable for 120V, 10A inductive loads, NEMA B10 rated. They shall be wired to terminals in the switch low voltage control area. City of Yakima, Washington 16050 Electrical PN 132965 -24- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Transfer switches shall be ASCO, Zenith, Cutler Hammer or approved equal subject to meeting the width requirements of the specifications. PART 3 - EXECUTION 3 -1. COORDINATION STUDY. Not Used. 3 -2. POWER AND SERVICE ENTRANCE INSTALLATION. Not Used. 3 -3. TELEPHONE SERVICE ENTRANCE INSTALLATION. Not Used. 3 -4. CABLE INSTALLATION. 3 -4.01. General. Except as otherwise specified or indicated on the drawings, cable shall be installed according to the following procedures, taking care to protect the cable and to avoid kinking the conductors, cutting or puncturing the jacket, contamination by oil or grease, or any other damage. a. Stranded conductor cable shall be terminated by lugs or pressure type connectors. Wrapping stranded cables around screw type terminals is not acceptable. b. Stranded conductor cable shall be spliced by crimp type connectors. Twist -on wire connectors may be used for splicing solid cable and for terminations at lighting fixtures. c. Splices may be made only at readily accessible locations and only with written permission of the Engineer. d. Cable terminations and splices shall be made as recommended by the cable manufacturer for the particular cable and service conditions. All shielded cable stress cone terminations shall be IEEE Class 1 molded rubber type. Shielded cable splices shall be tape or molded rubber type as required. Shielded cable splices and stress cone terminations shall be made by qualified splicers. Materials shall be by 3M Company, Plymouth /Bishop, or Raychem Electric Power Products. e. Cable shall not be pulled tight against bushings nor pressed heavily against enclosures. f. Cable- pulling lubricant shall be compatible with all cable jackets; shall not contain wax, grease, or silicone; and shall be Polywater "Type J ". City of Yakima, Washington 16050 Electrical PN 132965 -25- Bid No. 2182 Ultraviolet Disinfection Project November 2007 g. Cables operating at more than 3,000 volts line -to -line shall be fireproofed in all cable vaults, manholes, and handhoies. Fireproofing shall be done with a half - lapped layer of 3M "Scotch 77 Arc - Proofing Tape ", anchored at each end with a double wrap of 3M "Scotch 69 Glass Cloth Tape" or with equivalent tape by Anixter or Plymouth/Bishop. L. A L. ,� L L heavy ..1' 1 1' 1 . 1 v/v1 sere I ie a ai y 1.o pi eventI ieavy Ioauil ly on %a le 1;0111 Ie LIVns, in vertical-risers, the cable shall be supported by Kellems, or equal, woven grips. i. Spare cable ends shall be taped, coiled, and identified. j. Cables shall not be bent to a radius less than the minimum recommended by the manufacturer. For cables rated higher than 600 volts, the minimum radius shall be 8 diameters for nonshielded cable and 12 diameters for shielded cable. k. All cables in one conduit, over 1 foot [305 mm] long, or with any bends, shall be pulled in or out simultaneously. I. Install wires and cables in raceway system, according to manufacturer's written instructions and NECA's "Standard of Installation ", after raceway system is complete. m. Install service, feeder, and motor circuits continuously without splices from equipment terminal to equipment terminal or motor lead. 120 and 277 volt single phase branch circuits may be spliced at taps. Do not splice circuits at other locations without written permission from the Engineer. n. Circuits to supply electric power and control to equipment and devices are indicated on the one -line diagrams. Conductors in designated numbers and sizes shall be installed in conduit of designated size. Circuits shall not be combined to reduce conduit requirements unless acceptable to ENGINEER. 3 -4.02. Underground Cable Pulling Procedure. Care shall be taken to prevent excessive physical stresses that would cause mechanical damage to cables during pulling. Before pulling cables into the underground duct system and as required, CONTRACTOR shall submit a pulling procedure for medium voltage cables. The procedure shall include the following information: a. Point of cable entrance into the duct system. b. Point of cable exit from the duct system. City of Yakima, Washington 16050 Electrical PN 132965 -26- Bid No. 2182 Ultraviolet Disinfection Project November 2007 c. Type of cable grip to be used. d. Type of pulling device to be used. e. Method of continuously monitoring cable tension during pulling. f. Identification of manholes through which cable will be pulled or where splices will be made. g. Size and type of cable sheave assemblies to be used. 3 -4.03. Cable Insulation Test. Not Used. 3 -5. CONDUIT INSTALLATION. Except as otherwise specified or indicated on the drawings, conduit installation and identification shall be done according to the following procedures. 3 -5.01. Installation of Interior and Exposed Exterior Conduit. This section covers the installation of conduit inside structures, above and below grade, and in exposed outdoor locations. In general, conduit inside structures shall be exposed, unless specifically shown as concealed on the drawings. Unless otherwise indicated on the drawings, CONTRACTOR shall be responsible for routing the conduit to meet the following installation requirements: a. Conduit installed in all exposed indoor locations, except corrosive areas indicated on the drawings, and in floor slabs, walls, and ceilings of hazardous (classified) locations, shall be rigid steel. Exposed conduit shall be rigidly supported by hot -dip galvanized hardware and framing materials, including nuts and bolts. b. Conduit installed in and below floor slabs in non - hazardous locations shall be rigid Schedule 40 PVC, unless specifically noted otherwise on the drawings or in these specifications. c. Conduit installed in all exposed outdoor locations shall be rigid galvanized steel, or PVC - coated rigid steel, rigidly supported by galvanized steel, stainless steel, or PVC - coated framing materials. Mounting hardware, which includes nuts, bolts, and anchors, shall be stainless steel. All damaged coatings shall be repaired according to the manufacturer's instructions. d. Final connections to dry type transformers, to motors without flexible cords, and to other equipment with rotating or moving parts shall be liquidtight flexible metal conduit with watertight connectors installed without sharp bends and in the minimum lengths required for the application, but not longer than 18 inches for conduit 1 City of Yakima, Washington 16050 Electrical PN 132965 -27- Bid No. 2182 Ultraviolet Disinfection Project November 2007 and smaller, and 12 times the trade size for 2" and larger, unless otherwise acceptable to ENGINEER. e. Terminations and connections of rigid steel conduit shall be taper threaded. Conduits shall be reamed free of burrs and shall be terminated with conduit bushings. f. Exposed conduit shall be installed either parallel or perpendicular to structural members and surfaces. g. Two or more conduits in the same general routing shall be parallel, with symmetrical bends. h. Conduits shall be at least 6 inches [150 mm] from high temperature piping, ducts, and flues. i. Conduit installed in corrosive chemical feed and storage areas as indicated by Area Type on the drawings shall be rigid Schedule 40 PVC. j. Rigid Schedule 40 PVC conduit shall have supports and provisions for expansion as required by NEC Article 352. Rigid schedule 40 PVC conduit shall only be used where designated "concealed under slab" or "below grade ". k. Metallic conduit connections to sheet metal enclosures shall be securely fastened by locknuts inside and outside. I. Rigid Schedule 40 PVC conduit shall be secured to sheet metal device boxes using a male terminal adapter with a locknut inside or by using a box adapter inserted through the knockout and cemented into a coupling. m. Conduits in walls or slabs, which have reinforcement in both faces, shall be installed between the reinforcing steel_ In slahs with only a single layer of reinforcing steel, conduits shall be placed under the reinforcement. Conduits larger than 1/3 of the slab thickness shall be concrete encased under the slab. n. Conduits that cross structural joints where structural movement is allowed shall be fitted with concretetight and watertight expansion/ deflection couplings, suitable for use with metallic conduits and rigid Schedule 40 PVC conduits. The couplings shall be Appleton Type DF, Crouse -Hinds Type XD, or 0 -Z Type DX. o. Conduit shall be clear of structural openings and indicated future openings. p. Conduits through roofs or metal walls shall be flashed and sealed watertight. q. Conduit installed through any openings cut into concrete or City of Yakima, Washington 16050 Electrical PN 132965 -28- Bid No. 2182 Ultraviolet Disinfection Project November 2007 masonry structures shall be neatly grouted. r. Conduits shall be capped during construction to prevent entrance of dirt, trash, and water. s. Exposed conduit stubs for future use shall be terminated with galvanized pipe caps. t. Concealed conduit for future use shall be terminated in equipment or fitted with couplings plugged flush with structural surfaces. u. Where the drawings indicate future duplication of equipment wired hereunder, concealed portions of conduits for future equipment shall be provided. v. Horizontal conduit shall be installed to allow at least 7 feet [2.1 m] of headroom, except along structures, piping, and equipment or in other areas where headroom cannot be maintained. w. Conduit shall not be routed across the surface of a floor, roof, or walkway unless approved by ENGINEER. x. PVC - coated rigid steel conduit shall be threaded and installed as recommended by the conduit manufacturer's installation procedure using appropriate tools. y. All conduits that enter enclosures shall be terminated with acceptable fittings that will not affect the NEMA rating of the enclosure. z. Nonmetallic conduit, which turns out of concrete slabs or walls, shall be connected to a 90 degree elbow of PVC - coated rigid steel conduit before it emerges. aa. Power conductors to and from adjustable frequency drives and ultrasonic sensors shall be installed in rigid steel conduit. 3 -5.02. Underground Conduit Installation. All excavation, backfilling, and concrete work shall conform to the respective sections of these specifications. Underground conduit shall conform to the following requirements: a. Underground conduits shall be concrete encased. Concrete encasement within 15 feet of building entrances, under and within 5 feet of roadways, and within 10 feet of indicated future excavations shall be reinforced. b. Concrete encased conduit shall be as required. Conduits shall have end bells where terminated at walls. All joints shall be solvent welded in accordance with the recommendations of the City of Yakima, Washington 16050 Electrical PN 132965 -29- Bid No. 2182 Ultraviolet Disinfection Project November 2007 manufacturer. • c. Concrete encasement on exposed outdoor conduit risers shall continue to 6 inches [150 mm] above grade, with top crowned and edges chamfered. d. Conduit and concrete encasement installed underground for future extension shall be terminated flush at the bulkhead with a coupling and a screw plug. The termination of the duct bank shall be reinforced with bars 100 diameters long that shall be terminated 2 inches [50 mm] from the bulkhead. Matching splice bars shall be 50 bar diameters long. Each longitudinal bar shall be provided with a Lenton "Form Saver" coupler and plate or a Dayton "Superior DBR" coupler at the bulkhead. The coupler shall be threaded to accept a dowel of like diameter in the future. Threads shall be protected with screw -in plastic caps. A 1 -3/4 by 3/4 inch [45 by 20 mm] deep horizontal shear key shall be formed in the concrete encasement above and below the embedded conduits. After concrete placement, conduit and bar connector ends shall be cleaned and coated with two coats of thixotropic coal tar. e. Underground conduits shall be rigid Schedule 40 PVC. Conduit size shall be %" minimum. f. Underground conduit bend radius shall be at least 2 feet [600 mm] at vertical risers and at least 3 feet [900 mm] elsewhere. g. Underground conduits and conduit banks shall have at least 2 feet [600 mm] of earth cover, except where indicated otherwise. h. Underground conduit banks through building walls shall be cast in place, or concreted into boxouts, with water stops on all sides of the boxout. Water stops are specified in the cast -in -place concrete section. i. Underground nonmetallic conduits, which turn out of concrete or earth in outdoor locations, shall be connected to 90 degree elbows of PVC - coated rigid steel conduit before they emerge. j. Conduits not encased in concrete and passing through walls, which have one side in contact with earth, shall be sealed watertight with special rubber - gasketed sleeve and joint assemblies or with sleeves and modular rubber sealing elements. k. Underground conduits shall be sloped to drain from buildings to pullholes. City of Yakima, Washington 16050 Electrical PN 132965 -30- Bid No. 2182 Ultraviolet Disinfection Project November 2007 I. Each 250 kcmil [120 mm or larger cable, and each conduit group of smaller cables shall be supported from manhole walls by Kindorf "D -990" or Unistrut "P- 3259" inserts, with Kindorf "F -721- 24" or Unistrut "P- 2544" brackets and Unistrut "P1753" or "P1754" fiberglass reinforced polyester cable saddles. m. Intercommunication and instrument cables shall be separated the maximum possible distance from all power wiring in pull- boxes, manholes, and handholes. 3 -5.03. Sealing of Conduits. After cable has been installed and connected, conduit ends shall be sealed by forcing nonhardening sealing compound into the conduits to a depth at least equal to the conduit diameter. This method shall be used for sealing all conduits at handholes, manholes, and building entrance junction boxes, and for 1 inch [25 mm] and larger conduit connections to equipment. Conduits entering hazardous (classified) areas and submersible or explosion proof enclosures shall have Appleton "Type ESU" or Crouse -Hinds "EYS" sealing fittings with sealing compound. 3 -6. WIRING DEVICES, BOXES, AND FITTINGS INSTALLATION. Metallic and nonmetallic conduit boxes and fittings shall be installed in the following locations: 3 -6.01. Conduit Boxes and Fittings. a. Galvanized or cadmium plated, threaded, malleable iron boxes and fittings shall be installed in concrete walls, ceilings, and floors; in the outdoor faces of masonry walls; and in all locations where weatherproof device covers are required. These boxes • and fittings shall also be installed in exposed rigid steel and intermediate metal conduit systems. b. Galvanized or cadmium plated sheet steel boxes shall be installed in the indoor faces of masonry walls, in interior partition walls, and in joist supported ceilings. c. PVC coated boxes shall be installed in exposed nonmetallic conduit systems. d. Set device boxes plumb, level, square and flush with wall. Do not exceed more than 1/16" tolerance for each condition. e. PVC coated boxes and fittings shall be installed in PVC coated conduit systems. City of Yakima, Washington 16050 Electrical PN 132965 -31- Bid No. 2182 Ultraviolet Disinfection Project November 2007 f. Telephone conduit shall be provided with separate junction boxes and pull fittings. 3 -6.02. Device Plates. Oversized plates shall be installed where standard -sized plates do not fully cover the wall opening. 3 -6.03. Wall Switches. a. Wall switches shall be mounted 3' -6" [1.05 m] above floor or grade. b. After circuits are energized, all wall switches shall be tested for proper operation. 3 -6.04. Receptacles. a. Convenience outlets shall be 18 inches [450 mm] above the floor unless otherwise required. b. Convenience outlets outdoors and in garages; in basements, shops, storerooms, and rooms where equipment may be hosed down; shall be 4 feet [1.2 m] above floor or grade. c. After circuits are energized, each receptacle shall be tested for correct polarity and each GFCI receptacle shall be tested for proper operation. 3 -6.05. Special Outlets. a. Wall thermostats shall be 4' -6" [1.35 m] above the floor unless otherwise required. Thermostats on exterior walls shall be suitably insulated from wall temperature. 3 -7. EQUIPMENT INSTALLATION. Except as otherwise specified or indicated on the drawings, the following procedures shall be used in performing electrical wnrk 3 -7.01. Setting of Equipment. All equipment, boxes, and gutters shall be installed level and plumb. Boxes, equipment enclosures, metal raceways, and similar items mounted on water- or earth - bearing walls shall be separated from the wall by at least 1/4 inch [6 mm] thick corrosion - resistant spacers. Where boxes, enclosures, and raceways are installed at locations where walls are not suitable or available for mounting, concrete equipment pads, framing material, and associated hardware shall be provided. City of Yakima, Washington 16050 Electrical PN 132965 -32- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Attach floor mounted enclosures with a minimum of four fasteners, and more if the manufacturer so recommends. Locate fasteners as close as practical to the corners of the enclosure. Install outdoor floor mounted equipment on an HDPE, EPR, or bitumastic sheet. Attach enclosures mounted on equipment with machine screws or clamps as required. Do not drill equipment frames or sheets without permission of supplier /manufacturer or 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. Do not cut, or weld to, building structural members. Do not mount safety switches and external equipment to other equipment enclosures, unless enclosure mounting surface is properly braced to accept mounting of external equipment. 3 -7.02. Sealing of Equipment. All switchgear, motor control center, and similar equipment shall be permanently sealed at the base, and all openings into equipment shall be screened or sealed with concrete grout to keep out rodents and insects the size of wasps and mud daubers. Small cracks and openings shall be sealed from inside with silicone sealant, Dow - Corning "795" or General Electric "SCSI200 ". 3 -7.03. Equipment Dimensions and Clearances. 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 except as approved in writing by the Engineer. Do not use arrangements of equipment that impinge upon the required clearance, reduce actual clearances or exceed the space allocation. 3 -7.04. Equipment Access. Install equipment so it is readily accessible for operation and maintenance. Access to equipment shall not be blocked or concealed by conduits, supporting devices, boxes, or other items. Do not install electrical equipment such that it interferes with normal maintenance requirements of other equipment. 3 -7.05. Additional Equipment Installation Requirements: a. 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 City of Yakima, Washington 16050 Electrical PN 132965 -33- Bid No. 2182 Ultraviolet Disinfection Project November 2007 aluminum shall not be placed in direct contact with earth or concrete. b. Outdoor wall - mounted equipment and indoor equipment mounted on earth or water bearing walls shall be provided with corrosion- resistant spacers to maintain 1/4 IN separation between the equipment and the wall. c. 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. d. 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 1 foot. e. Particular attention shall be paid to door swings, piping, radiation, ductwork, and structural steel. In general, waste and vent lines and large pipe mains and ductwork shall be given priority for the locations and space shown. Electrical lighting fixtures shall, in general, be given priority for ceiling space. No additional compensation will be allowed for the moving of misplaced outlets, wiring, or equipment. 3 -8. GROUNDING. 3 -8.01. General. The electrical system and equipment shall be grounded in compliance with the National Electrical Code and the following requirements: a. All ground conductors shall be at least 12 AWG [4 mm soft drawn copper cable or bar, bare or green - insulated in accordance with the National Electrical Code. City of Yakima, Washington 16050 Electrical PN 132965 -34- Bid No. 2182 Ultraviolet Disinfection Project November 2007 b. Ground cable splices and joints, ground rod connections, and equipment bonding connections shall meet the requirements of IEEE 837, and shall be exothermic weld connections or irreversible high- compression connections, Cadweld "Exothermic" or Burndy "Hyground ". Mechanical connectors will not be acceptable. Cable connections to bus bars shall be made with high - compression two -hole Tugs. c. Ground cable through exterior building walls shall enter within 3 feet [900 mm] below finished grade and shall be provided with a water stop. Unless otherwise indicated, installation of the water stop shall include filling the space between the strands with solder and soldering a 12 inch [300 mm] copper disc over the cable. d. Ground cable near the base of a structure shall be installed in earth and as far from the structure as the excavation permits, but not closer than 24 inches [600 mm]. The tops of ground rods and ground cable interconnecting ground rods shall be buried a minimum of 30 inches [750 mm] below grade, or below the frost line, whichever is deeper. e. All powered equipment, including lighting fixtures and receptacles, shall be grounded by a copper ground conductor in addition to the conduit connection. f. Ground connections to equipment and ground buses shall be made with copper or high conductivity copper alloy ground Tugs or clamps. Connections to enclosures not provided with ground buses or ground terminals shall be made with irreversible high - compression type lugs inserted under permanent assembly bolts or under new bolts drilled and inserted through enclosures, other than explosion proof enclosures, or by grounding Iocknuts or bushings. Ground cable connections to anchor bolts; against gaskets, paint, or varnish; or on bolts holding removable access covers will not be acceptable. g. The grounding system shall be bonded to metallic piping by connecting to the first flange inside the building, on either a suction or discharge pipe, with a copper bar or strap. The flange shall be drilled and tapped to provide a bolted connection. h. Ground conductors shall be routed as directly as possible, avoiding unnecessary bends. Ground conductor installations for equipment ground connections to the grounding system shall have turns with minimum bend radii of 12 inches [300 mm]. i. Ground rods not described elsewhere shall be a minimum of 3/4 inch [19 mm] in diameter by 10 feet [3 m] long, with a copper jacket bonded to a steel core. City of Yakima, Washington 16050 Electrical PN 132965 -35- Bid No. 2182 Ultraviolet Disinfection Project November 2007 3 -8.02. Grounding System Resistance. The grounding system design depicted on the contract drawings is the minimum design required for each building or structure. Each system shall comply with the maximum resistance, as required. CONTRACTOR shall confirm the system grounding resistance with the results of the testing specified herein. Systems exceeding the maximum resistance specified shall be supplemented with additional grounding provisions and retested until the maximum specified resistance is achieved. 3 -8.03. Grounding System Testing. Each building or structure grounding system shall be tested to determine the resistance to earth as required. Testing shall be performed by an independent electrical or grounding system testing organization. Testing shall be completed after not less than three full days without precipitation and without any other moistening or chemical treatment of the soil. 3- 8.03.01. New Grounding Systems. Grounding systems of each new building or structure shall be tested for resistance to earth utilizing the three -point fall of potential test as defined by IEEE 81. Testing shall be completed prior to installation of the electrical distribution equipment to ensure the grounding system is isolated from the utility grounding system and the systems of other structures. The current source probe for the test shall be placed in soil at a distance of 5 to 10 times the distance of the widest measurement across the grounding system ring or grid to ensure adequate measurements outside of the grounding system's sphere of influence. Test probe measurements shall be taken at a distance of one foot from the grounding system reference connection and at each 10 percent increment from the grounding system reference connection to the current source probe location. Test results shall be documented on a graphical plot with resistance in ohms on the vertical axis and distance in feet on the horizontal axis. The results shall clearly indicate a system resistance plateau which confirms a valid test procedure. 3.8.03.02. Grounding System Test Report. A report certified by the testing organization shall be prepared and submitted in accordance with the submittals section. The final report shall include complete testing results for each building or structure, graphical representation of the test point results for the three -point fall of potential method, and complete observations of all site weather conditions and other environmental conditions that may affect the test results. Final acceptance of the results reported shall be subject to the review and approval of ENGINEER. 3 -9. LIGHTING FIXTURE INSTALLATION. The drawings indicate the general locations and arrangements of the lighting fixtures. Coordinate lighting fixture size and design, frame requirements, and hanging or mounting devices for project ceiling conditions before ordering lighting fixtures. Consult the Drawings for details of ceiling and wall construction; provide lighting fixtures suitable for the particular type of ceiling or wall at each location. City of Yakima, Washington 16050 Electrical PN 132965 -36- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Adjust Tight fixtures as required - near piping, equipment, etc., to protect from physical damage and provide sufficient clearance to install lamps and to maintain lens, reflectors, ballasts, etc.. Adjust stem or chain lengths to suit actual field conditions where mounting heights to bottom of fixtures shown on Drawings are not possible or conflict with other trades work. Install fixtures with supports, brackets and trim as recommended by the fixture manufacturer to suit the particular building construction and use. Align each fixture to ceiling structure. Install surface mounted fixtures tight to the ceiling construction. Provide shims or spacers as required to keep surface mounted fixture from warping or twisting due to uneven surfaces. For suspended fixtures, use stems and chain attachments that cannot be displaced from hangers by an upward force. Fixtures in rows or grids shall be true to line. Fixtures in a common area shall be at the same level or grade. Install continuous runs of fixtures straight and true with joining straps, couplings, and nipples. Spacing for fixtures as dimensioned on the Drawings of the reflected ceiling plan must be maintained and shall not be arbitrarily changed because of ceiling pattern, etc.. Surface and pendant fixtures shall be secured to ceiling system, roof structure or slabs with a fastener such as lag screw, lag bolt, toggle bolt, cinch anchor or stud to support the fixture plus one - hundred pounds at each support. Nails or similar fasteners are not approved for lighting fixture support. Fixtures shall not be supported from ceiling material other than structural or framing material. Provide supports, spacers, channels, etc., necessary to support lighting fixtures where fixtures are located so that they cannot be connected directly to structure members. Provide additional framing to directly support fixtures where construction is such that mounting channels, strongbacks or bridging is required to support fixtures. Material for fixture support shall match the structure material. Every outlet box or other support for lighting fixtures shall be of sufficient strength to support at least four times the weight of fixture or one - hundred pounds, whichever is greater. Do not support fluorescent fixtures with forty -eight inches or longer lamps from outlet box ears. Provide suitable fixture stud in box for each fixture. For fixtures suspended indoors from sloping surfaces, provide suitable aligners. Clean fixture lens, diffusers, enclosures on fixtures (including existing lighting fixtures to be relocated). Dirty enclosures, lens or diffusers shall be removed, washed and rinsed as recommended by fixture manufacturer. City of Yakima, Washington 16050 Electrical PN 132965 -37- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Install fluorescent bi -pin lamps in sockets after polarity, voltage and connections have been checked with a bi -pin tester or volt meter. Fluorescent bi -pin lamps shall be installed with correct rotation of lamps as indicated by indents or tabs. Conduit shall be minimum 3/4 inch for lighting fixture installation. 3 -10. POWER FACTOR CORRECTION CAPACITOR INSTALLATION. Not Used. 3 -11. MODIFICATIONS TO EXISTING EQUIPMENT. As required, modifications to existing equipment shall be completed as specified herein and indicated on the drawings. All existing facilities shall be kept in service during construction. Temporary power or relocation of existing power and control wiring, equipment, and devices shall be provided as required during construction. Coordination and timing of outages shall be as specified in other sections of these specifications. Electrical power interruptions will only be allowed where agreed upon in advance with OWNER, and scheduling at times of low demand may be required. Demolition. Unless otherwise specified or indicated on the drawings, all cable and all exposed conduit for power and control signals of equipment indicated to be removed shall be demolished. Conduit supports and electrical equipment mounting hardware shall be removed, and holes or damage remaining shall be grouted or sealed flush. Conduit partially concealed shall be removed where exposed, and plugged with expanding grout flush with the floor or wall. Repairs shall be refinished to match the existing surrounding surfaces. Demolished equipment shall be discarded or salvaged as indicated on the drawings and as specified in other sections of these specifications. Legally dispose of demolished material 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. For abandoned work, remove existing conductors from conduits, unless otherwise indicated. Where buried raceway is indicated to be abandoned in place, cut and remove the raceway 2 inches below the surface of adjacent construction. Cap and patch surface to match existing finish. 3 -12. TEMPORARY POWER. As required, modifications to existing equipment shall be completed as specified herein 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, • City of Yakima, Washington 16050 Electrical PN 132965 -38- Bid No. 2182 Ultraviolet Disinfection Project November 2007 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 & Industries Electrical Inspection Department, for any temporary connections provided. End of Section City of Yakima, Washington 16050 Electrical PN 132965 -39- Bid No. 2182 Ultraviolet Disinfection Project November 2007 STANDARD SPECIFICATIONS REFERENCE: UL 83, ICEA S -95 -658 (NEMA WC70). CONDUCTOR: Solid, uncoated copper. Maximum operating temperature 90 °C dry, 75 °C wet. INSULATION: Polyvinyl chloride, UL 83, Type THHN and THWN, ICEA S -95 -658. SHIELD: None. JACKET: Conductor: Nylon, 4 mils (100 pm) minimum thickness, UL 83. FACTORY TESTS: Cable shall meet the requirements of UL 83 for Type THHN and THWN. Cable Details Size Number of Conductor Insulation Maximum Outside Diameter Strands Thickness* AWG or kcmil mm in. Nm in. mm 12 4.0 1 0.015 380 0.17 4.32 10 6.0 1 0.020 510 0.20 5.08 *The average thickness shall be not less than that indicated above. The minimum thickness shall not be less than 90 percent of the values indicated above. A durable marking shall be provided on the s urface of the cable at intervals not exceeding 24 inches (600 mm). Marking shall include manufacturer's name, THWN or THHN, conductor size, and 600 volt. 600 Volt, Single Conductor Lighting Cable (600 -1- PVC - THHN -THWN) BLACK & VEATCH I Cable Data Figure 1 -16050 City of Yakima, Washington 16050 -Fig Electrical PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 STANDARD SPECIFICATIONS REFERENCE: ICEA S -95 -658 (NEMA WC 70). CONDUCTOR: Concentric -lay, uncoated copper; strand Class B. Wet/dry maximum operating temperature 90 °C. INSULATION: Cross- linked thermosetting polyethylene, ICEA S -95 -658, Paragraph 3.6. SHIELD: None. JACKET: None. FACTORY TESTS: Cable shall meet the requirements of ICEA S -95 -658. Cable Details Size Number Conductor Insulation Maximum Outside Diameter of Strands Thickness* AWG or kcmil mm in. pm in. mm 14 2.5 7 0.030 760 0.17 4.32 12 4.0 7 0.030 760 0.19 4.83 10 6.0 7 0.030 760 0.21 5.33 8 10.0 7 0.045 1140 0.27 6.86 6 16.0 7 0.045 1140 0.31 7.87 4 25.0 7 0.045 1140 0.36 9.14 2 35.0 7 0.045 1140 0.42 10.67 1 40.0 19 0.055 1400 0.48 12.19 1/0 50.0 19 0.055 1400 0.52 13.21 2/0 70.0 19 0.055 1400 0.57 14.48 4/0 95.0 19 0.055 1400 • 0.68 17.27 250 120.0 37 0.065 1650 0.75 19.05 350 185.0 37 0.065 1650 0.85 21.59 500 300.0 37 0.065 1650 0.98 24.89 750 400 .0 I 61 0.080 II 203 1.22 1 31.00 1,000 500.0 1 61 I 0.080 2030 1.37 1 34.80 *The average thickness shall be not less than that indicated above. The minimum thickness shall be not less than 90 percent of the values indicated above. A durable marking shall be provided on the surface of the cable at intervals not exceeding 24 inches (600 mm). Marking shall include manufacturer's name, XLP, XHHW -2, conductor size, and voltage class. 1 1 600 Volt, Single Conductor Lighting /Power Cable (600 -1 -XLP- NONE - XHHW -2) BLACK & VEATCH 1 Cable Data I Figure 2 -16050 City of Yakima, Washington 16050 -Fig Electrical PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 STANDARD SPECIFICATIONS REFERENCE: UL 83, ICEA S -95 -658 (NEMA WC 70). CONDUCTOR: Stranded, uncoated copper. Maximum operating temperature 90 °C dry, 75 °C wet. INSULATION: Polyvinyl chloride, UL 83, Type THHN and THWN, ICEA S -95 -658. SHIELD: None. JACKET: Conductor: Nylon, 4 mils (100 pm) minimum thickness, UL 83. FACTORY TESTS: Cable shall meet the requirements of UL 83 for Type THHN and THWN. Cable Details Size Number Conductor Insulation Maximum Outside Diameter of Strands Thickness* AWG or kcmil mm in. pm in. mm 14 2.5 19 0.015 381 0.12 3.05 12 4.0 19 0.015 381 0.14 3.56 10 6.0 19 0.020 508 0.17 4.32 8 10.0 19 0.030 762 0.23 5.84 6 16.0 19 0.030 762 0.26 6.60 4 25.0 19 0.040 1016 0.33 8.38 2 35.0 19 0.040 1016 0.39 9.91 1 40.0 19 0.050 1270 0.44 11.18 1/0 50.0 19 0.050 1270 0.50 12.70 2/0 70.0 19 0.050 1270 0.54 13.72 4/0 95.0 19 0.050 1270 0.66 16.76 250 120.0 37 0.060 1520 0.72 18.29 350 185.0 37 0.060 1520 0.83 21.08 500 300.0 37 0.060 1520 0.96 24.38 750 400.0 61 0.070 1780 1.17 29.72 1,000 500.0 61 0.070 1780 1.32 33.53 *The average thickness shall be not less than that indicated above. The minimum thickness shall be not less than 90 percent of the values indicated above. A durable marking shall be provided on the surface of the cable at intervals not exceeding 24 inches (600 mm). Marking shall include manufacturer's name, THWN or THHN, conductor size, and 600 volt. 600 Volt, Single Conductor Power Cable (600 -1- PVC - THHN -THWN) I BLACK & VEATCH j Cable Data I Figure 3 -16050 City of Yakima, Washington 16050 -Fig Electrical PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 STANDARD SPECIFICATIONS REFERENCE: UL 62, UL 1277. CONDUCTOR: 16 AWG (1.5 mm 7- strand, concentric -lay, uncoated copper. Maximum operating temperature 90 °C dry, 75 °C wet. INSULATION: Polyvinyl chloride, not less than 15 mils (380 pm) average thickness; 13 mils (330 pm) minimum thickness, UL 62, Type TFN. LAY: Twisted pair with 1 -1/2 inch to 2 -1/2 inch (38.10 mm - 63.5 mm) lay. SHIELD: Cable assembly, combination aluminum- polyester tape and 7- strand, 20 AWG (0.5 mm minimum size, tinned copper drain wire, shield applied to achieve 100 percent cover over insulated conductors. JACKET: Conductor: Nylon, 4 mils (100 pm) minimum thickness, UL 62. Cable assembly: Black, flame - retardant polyvinyl chloride, UL 1277, applied over tape - wrapped cable core. CONDUCTOR One conductor black, one conductor white. IDENTIFICATION: FACTORY TESTS: Insulated conductors shall meet the requirements of UL 62 for Type TFN. Assembly jacket shall meet the requirements of UL 1277. Cable shall meet the vertical -tray flame test requirements of UL 1277. Cable Details Assembly Jacket Maximum Thickness* Outside Diameter in Nm in. mm Single Pair 0.045 1140 0.34 8.64 *The average thickness shall be not less than that indicated above. The minimum thickness shall be not less than 80 percent of the value indicated above. A durable marking shall be provided on the s urface of the cable at intervals not exceeding 24 inches (600 mm). Marking shall include manufacturer's name, Type TC, Type TFN, conductor size, single pair, and voltage class. 1 600 Volt, Single Pair, Shielded Instrument Cable (600- SINGLE - PAIR- SH- INSTR) BLACK & VEATCH Cable Data Figure 4 -16050 City of Yakima, Washington 16050 -Fig Electrical PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 STANDARD SPECIFICATIONS REFERENCE: UL 62, UL 1277. CONDUCTOR: 16 AWG (1.5 mm 7- strand, concentric -lay, uncoated copper. Maximum operating temperature 90 °C dry, 75 °C wet. INSULATION: Polyvinyl chloride, not less than 15 mils (380 pm) average thickness; 13 mils (330 pm) minimum thickness, UL 62, Type TFN. LAY: Twisted pair with 1 -1/2 inch to 2 -1/2 inch (38.10 mm - 63.5 mm) lay. SHIELD: Cable assembly, combination aluminum - polyester tape and 7- strand, 20 AWG (0.5 mm minimum size, tinned copper drain wire, shield applied to achieve 100 percent cover over insulated conductors. JACKET: Conductor: Nylon, 4 mils (100 pm) minimum thickness, UL 62. Cable assembly: Black, flame- retardant polyvinyl chloride, UL 1277, applied over tape - wrapped cable core. CONDUCTOR One conductor black, one conductor white, one conductor red. IDENTIFICATION: FACTORY TESTS: Insulated conductors shall meet the requirements of UL 62 for Type TFN. Assembly jacket shall meet the requirements of UL 1277. Cable shall meet the vertical -tray flame test requirements of UL 1277. Cable Details Assembly Jacket Maximum Thickness* Outside Diameter in. pm in. mm Single Triad 0.045 1140 0.35 8.87 *The average thickness shall be not less than that indicated above. The minimum thickness shall be not less than 80 percent of the value indicated above. A durable marking shall be provided on the s urface of the cable at intervals not exceeding 24 inches (600 mm). Marking shall include manufacturer's name, Type TC, Type TFN, conductor size, single triad, and voltage class. 600 Volt, Single Triad, Shielded Instrument Cable (600- SINGLE - TRIAD- SH- INSTR) BLACK & VEATCH I Cable Data I Figure 5 -16050 City of Yakima, Washington 16050 -Fig Electrical PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 STANDARD SPECIFICATIONS REFERENCE: UL 62, UL 1277. CONDUCTOR: 18 AWG (0.75 mm 7- strand, concentric -lay, uncoated copper. Maximum operating temperature 90 °C dry, 75 °C wet. INsuLATioN: Polyvinyl chloride, not less than 15 mils (380 pm) average thickness; 13 mils (330 pm) minimum thickness, • UL 62, Type TFN. LAY: Twisted pairs or triads with 1 -1/2 inch to 2 -1/2 inch (38.10 - 63.5 mm) lay. SHIELD: Each pair or triad and cable assembly: Combination aluminum - polyester tape and 7- strand, 20 AWG (0.5 mm minimum size, tinned copper drain wire, shield applied to achieve 100 percent cover over insulated conductors. Shield tape on pair and /or triad assemblies shall be applied in such a way as to give total shield isolation from all other pairs' or triads' shields. JACKET: Conductor: Nylon, 4 mils (100 pm) minimum thickness, UL 62. Cable Assembly: Black, 90 °C, flame- retardant polyvinyl chloride, UL 1277, Table 10.17, applied over tape - wrapped cable core. CONDUCTOR IDENTIFICATION: Pair: One conductor black, one conductor white. Triad: One conductor black, one conductor white, one conductor red. PAIR Identification: Each pair and /or triad numbered. FACTORY TESTS: Insulated conductors shall meet the requirements of UL 62 for Type TFN. Assembly jacket shall meet the requirements of UL 1277. Cable shall meet the vertical -tray flame test requirements of UL 1277. Cable Details Assembly Jacket Thickness* Maximum Outside Diameter in. pm in. mm Number of Pairs 4 0.045 1140 0.554 14.07 8 0.060 1520 0.749 19.02 12 0.060 1520 0.896 22.76 24 0.060 1520 1.256 31.90 Number of Triads 4 0.060 1520 0.648 16.46 8 0.060 1520 0.823 20.99 12 0.080 2030 1.030 26.16 24 0.080 2030 1.393 35.38 `The average thickness shall be not less than that indicated above. The minimum thickness shall be not less than 80 percent of the values indicated above. A durable marking shall be provided on the s urface of the cable at intervals not exceeding 24 inches (600 mm). ( Markingshall include manufact urer's name, Type TC, Type TEN, conductor size, number of pairs or triads, and voltage class. 600 Volt, Multiple Pair and /or Triad, Shielded Instrument Cable (600 -MU LTI -PAI RS- TRIADS -S H -I NSTR) BLACK & VEATCH ' Cable Data ' Figure 6 -16050 City of Yakima, Washington 16050 -Fig Electrical PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 STANDARD SPECIFICATIONS REFERENCE: UL 83, UL 1277, ICEA S -58 -679. CONDUCTOR: 14 AWG (2.5 mm 7 or 19 strands, concentric -lay, uncoated copper. Maximum operating temperature 90 °C dry, 75 °C wet. INSULATION: Polyvinyl chloride, not less than 15 mils (380 pm) average thickness; 13 mils (330 pm) minimum thickness, UL 83, Type THHN and THWN. SHIELD: None. JACKET: Conductor: Nylon, 4 mils (100 pm) minimum thickness, UL 83. Cable assembly: Black, flame- retardant polyvinyl chloride, UL 1277, applied over tape - wrapped cable core. CONDUCTOR ICEA S -58 -679, Method 1, Table 2 or ICEA S -58 -679, Method 3, Table 2. White IDENTIFICATION: or green conductors shall not be provided. FACTORY TESTS: Insulated conductors shall meet the requirements of UL 83 for Type THHN -THWN. Assembly jacket shall meet the requirements of UL 1277. Cable shall meet the flame test requirements of UL 1277 fo r Type TC power and control tray cable. Cable Details Number of Assembly Jacket Maximum Conductors Thickness* Outside Diameter in. pm in. mm 2 0.045 1140 0.38 9.65 3 0.045 1140 0.39 9.91 4 0.045 1140 0.44 11.18 5 0.045 1140 0.46 11.68 7 0.045 1140 0.49 12.45 9 0.045 1140 0.61 15.49 12 0.060 1520 0.66 16.76 19 0.060 1520 0.77 19.56 24 0.060 1520 0.93 23.62 • 30 0.080 2030 0.98 24.89 37 0.080 2030 1.05 26.67 *The average thickness shall be not less than that indicated above. The minimum thickness shall be not less than 80 percent of the values indicated above. A durable marking shall be provided on the s urface of the cable at intervals not exceeding 24 inches (600 mm). Marking shall include manufacturer's name, Type TC, Type THWN or THHN, conductor size, number of conductors, and voltage class. 600 Volt, Multiconductor 14 AWG (2.5 mm Control Cable (600- MULTI - THHN -THWN) BLACK & VEATCH I Cable Data I Figure 7 -16050 City of Yakima, Washington 16050 -Fig Electrical PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 STANDARD SPECIFICATIONS REFERENCE: UL 83, UL 1277, ICEA S -58 -679. CONDUCTOR: 12 AWG (4 mm 7 or 19 strands, concentric -lay, uncoated copper. Maximum operating temperature 90 °C dry, 75 °C wet. INSuLATION: Polyvinyl chloride, not less than 15 mils (380 pm) average thickness; 13 mils (330 pm) minimum thickness, UL 83, Type THHN and THWN. SHIELD: None. ' JACKET: Conductor: Nylon, 4 mils (100 pm) minimum thickness, UL 83. Cable assembly: Black, flame - retardant polyvinyl chloride, UL 1277, applied over tape- wrapped cable core. CONDUCTOR ICEA S -58 -679, Method 1, Table 2 or ICEA S -58 -679, Method 3, Table 2. White IDENTIFICATION: or green conductors shall not be provided. FACTORY TESTS: Insulated conductors shall meet the requirements of UL 83 for Type THHN -THWN. Assembly jacket shall meet the requirements of UL 1277. Cable shall meet the flame test requirements of UL 1277 fo r Type TC power and control tray cable. Cable Details Number of Assembly Jacket Maximum Conductors Thickness* Outside Diameter in. pm in. I mm 2 0.045 1140 0.46 11.68 3 0.045 1140 0.49 12.45 4 0.045 1140 0.56 14.22 . 5 0.045 1140 0.60 15.24 7 0.045 1140 0.66 16.76 9 0.060 1520 0.77 19.56 12 0.060 1520 0.91 23.11 19 0.060 1520 1.05 26.67 24 0.060 1520 1.22 30.99 30 0.080 2030 1.29 32.77 37 0.080 2030 1.40 35.56 *The average thickness shall be not less than that indicated above. The minimum thickness shall be not less than 80 percent of the values indicated above. A durable marking shall be provided on the s urface of the cable at intervals not exceeding 24 inches (600 mm). Marking shall include manufacturer's name, Type TC, Type THWN or THHN, conductor size, number of conductors, and voltage class. 600 Volt, Multiconductor 12 AWG (4 mm Control Cable (600- MULTI - THHN -THWN) BLACK & VEATCH I Cable Data I Figure 8 -16050 City of Yakima, Washington 16050 -Fig Electrical PN 132965 -8- Bid No. 2182 Ultraviolet Disinfection Project November 2007 / STANDARD SPECIFICATIONS REFERENCE: ICEA S -93 -639 (NEMA WC 74), AEIC CS -8, ICEA P -45 -482. CONDUCTOR: Concentric -lay, uncoated or coated copper, strand Class B. Normal maximum operating temperature 90 °C. CONDUCTOR Extruded semiconducting thermosetting material, ICEA S -93 -639, Section 3. SHIELD: INSULATION: Ethylene - propylene rubber, ICEA S -93 -639, Section 4, not less than 115 mils (2920 pm) average thickness; 103.5 mils (2630 pm) minimum thickness. INSULATION Extruded semiconducting thermosetting material, and nonembedded coated copper tape or SHIELD: coated copper wires, ICEA S -93 -639, Section 5. Extruded material shall be tested in accordance with ICEA S -93 -639 and AEIC CS -8. Shield area shall be not less than that of one helically applied 5 mil (130 pm) copper tape with a 10 percent overlap when calculated according to Formula 3 in ICEA P -45 -482. JACKET: Black polyvinyl chloride, ICEA S -93 -639, Paragraph 7.1.9. FACTORY TEST: Cable shall meet the requirements of ICEA S -93 -639 and AEIC No. CS -8. Cable Details Number Maximum Outside Size *Jacket Thickness Diameter of Strands AWG or kcmil mm' in. pm in. mm 6 16 7 0.060 1520 0.74 18.8 4 25 7 0.060 1520 0.78 19.81 2 35 7 0.060 1520 0.84 21.34 1 40 19 0.060 1520 0.88 22.35 1/0 50 19 0.060 1520 0.92 23.37 2/0 70 19 0.080 2030 1.01 25.65 4/0 95 19 0.080 2030 1.12 28.45 250 120 37 0.080 2030 1.18 29.97 350 185 37 0.080 2030 1.29 32.77 500 300 37 0.080 2030 1.45 36.88 750 400 61 0.080 2030 1.65 41.91 1000 500 61 0.080 2030 1.81 45.97 *The average thickness shall be not less than that indicated above. The minimum thickness shall be not less than 80 percent of the values indicated above. The conductor shield, insulation, and insulation shield shall be applied in a triple extrusion process with all three components being cured at the same time. The color of the insulation shall be in contrast to the color of the semiconducting paint. The semiconducting paint shall be readily removable for terminating. A durable marking shall be provided on the surface of the cable at intervals not exceeding 24 inches (600 mm). Marking shall include manufacturer's name, insulating material, conductor size, and voltage class. Voltage Test After Installation: DC Test Voltage - 36 kV Duration of Test -15 Minutes 8000 Volt, Single Conductor Power Cable 100 Percent Insulation Level (8000- 1 -EPR- PVC -SH) BLACK & VEATCH I Cable Data I Figure 9 -16050 City of Yakima, Washington 16050 -Fig Electrical PN 132965 -9- Bid No. 2182 Ultraviolet Disinfection Project November 2007 STANDARD SPECIFICATIONS REFERENCE: ICEA S -93 -639 (NEMA WC 74), AEIC CS -8, ICEA P -45 -482. CONDUCTOR: Concentric -lay, uncoated or coated copper, strand Class B. Normal maximum operating temperature 90 °C. CONDUCTOR Extruded semiconducting thermosetting material, ICEA S -93 -639, Section 3. SHIELD: INSULATION: Ethylene- propylene rubber, ICEA S -93 -639, Section 4, not less than 220 mils (5590 pm) average thickness; 198 mils (5030 pm) minimum thickness. SHIELD: Extruded semiconducting thermosetting material, and nonembedded coated copper tape or coated copper wires, ICEA S -93 -639, Section 5. Extruded material shall be tested in accordance with ICEA S -93 -639 and AEIC CS -8. Shield area shall be not less than that of one helically applied 5 mil (130 pm) copper tape with a 10 percent overlap when calculated according to Formula 3 in ICEA P -45 -482. JACKET: Black polyvinyl chloride, ICEA S -93 -639, Paragraph 7.1.9. FACTORYTEST: Cable shall meet the requirements of ICEA S -93 -639 and AEIC CS -8. Cable Details Number Size of Strands *Jacket Thickness Maximum Outside Diameter AWG or kcmil mm in. pm in. mm 2 35 19 0.080 2030 1.14 28.96 1 40 19 0.080 2030 1.17 29.72 1/0 50 19 0.080 2030 1.21 30.73 2/0 70 19 0.080 2030 1.25 31.75 4/0 95 19 0.080 2030 1.30 33.02 250 120 37 0.080 2030 1.43 36.32 350 185 37 0.080 2030 1.53 38.86 500 300 37 0.080 2030 4:66 42.16 750 400 61 0.110 2790 1.95 49.53 1000 500 61 0.110 2790 2.19 55.63 *The average thickness shall be not less than that indicated above. The minimum thickness shall be not less than 80 percent of the values indicated above. The conductor shield, insulation, and insulation shield shall be applied in a triple extrusion process with all three components being cured at the same time. The color of the insulation shall be in contrast to the color of the semiconducting paint. The semiconducting paint shall be readily removable for terminating. A durable marking shall be provided on the s urface of the cable at intervals not exceeding 24 inches (600 mm). Marking shall include manufacturer's name, insulating material, conductor size, and voltage class. Voltage Test After Installation: DC Test Voltage - 53 kV Duration of Test -15 Minutes 15,000 Volt, Single Conductor Power Cable • 133 Percent Insulation Level (15- 1 -EPR- PVC -SH) BLACK & VEATCH I Cable Data f Figure 10 -16050 City of Yakima, Washington 16050 -Fig Electrical PN 132965 -10- Bid No. 2182 Ultraviolet Disinfection Project November 2007 • STANDARD SPECIFICATIONS REFERENCE: ICEA S -95 -658 (NEMA WC 70). CONDUCTOR: Concentric lay, uncoated copper; strand Class B. Normal maximum operating temperature 90 °C. INSULATION: Cross- linked thermosetting polyethylene, ICEA S -95 -658, Paragraph 3.6. SHIELD: None. JACKET: Cable assembly; black, flame - retardant polyvinyl chloride, UL1277, applied over tape- wrapped cable core. FACTORY TEST: Cable shall meet the requirements of ICEA S -95 -658, UL1277 and IEEE Standard 383 ribbon burner flame test. Cable Details Number * *Assembly Jacket Maximum Outside Size of *Conductor Insulation Thickness Diameter Strands Thickness AWG or kcmil mm in. mm in. pm in. mm 12 4 7 0.030 0.76 0.045 1140 0.46 11.68 10 6 7 0.030 0.76 0.045 1140 0.51 12.95 8 10 7 0.045 1.14 0.060 1520 0.68 17.27 6 16 7 0.045 1.14 0.060 1520 0.76 19.30 4 25 7 0.045 1.14 0.060 1520 0.91 23.11 2 35 7 0.045 1.14 0.060 1520 1.03 26.16 1 40 19 0.055 1.40 0.080 2030 1.16 29.46 1/0 50 19 0.055 1.40 0.080 2030 1.26 32.00 2/0 70 19 0.055 1.40 0.080 2030 1.36 34.54 4/0 95 19 0.055 1.40 0.080 2030 1.60 40.64 *The average thickness shall be not less than indicated above. The minimum thickness shall be not less than 90 percent of the values indicated above. * *The average thickness shall be not less than indicated above. The minimum thickness shall be not less than 80 percent of the values indicated above. A durable marking shall be provided on the s urface of the cable at intervals not exceeding 24 inches (600 mm). Marking shall include manufact urer's name, XLP, XHHW, Type TC, conductor size, and voltage class. 600 Volt, 3 Conductor With Ground Power Tray Cable (600 -3 -XLP- PVC -TC) BLACK & VEATCH I Cable Data I Figure 11 -16050 City of Yakima, Washington 16050 -Fig Electrical PN 132965 -11- Bid No. 2182 Ultraviolet Disinfection Project November 2007 STANDARD SPECIFICATIONS • REFERENCE: ICEA S -95 -658 (NEMA WC 70). CONDUCTOR: Concentric -lay, uncoated copper; strand Class B. Wet/dry maximum operating temperature 90 °C. • INSULATION: Cross - linked thermosetting polyethylene, ICEA S -95 -658, Paragraph 3.6. SHIELD: None. JACKET: None. FACTORY TESTS: Cable shall meet the requirements of ICEA S -95 -658, UL and IEEE Standard 383 ribbon burner flame tests. Cable Details Number Conductor Insulation Size of Strands Thickness* Maximum Outside Diameter AWG or kcmil mm in. pm in. mm 250 120 37 0.065 1650 0.72 18.29 350 185 37 0.065 1650 0.83 21.08 500 240 37 0.065 1650 0.95 24.13 750 400 61 0.080 2030 1.17 29.72 1000 500 61 0.080 2030 1.35 34.29 1 *The average thickness shall be not less than indicated above. The minimum thickness shall be not less than 90 percent of the values indicated above. A durable marking shall be provided on the s urface of the cable at intervals not exceeding 24 inches (600 mm). Marking shall include manufacturer's name, VW -1, XHHW -2, Type TC, conductor size, and voltage class. 600 Volt, Single Conductor Power Tray Cable (600-1 -V W -1 -NON E -XH H W -2 -TC) BLACK & VEATCH I Cable Data I Figure 12 -16050 City of Yakima, Washington 16050 -Fig Electrical PN 132965 -12- Bid No. 2182 Ultraviolet Disinfection Project November 2007 STANDARD SPECIFICATIONS REFERENCE: ICEA S -95 -658 (NEMA WC 70). CONDUCTOR: Concentric -lay, uncoated copper; strand Class B. Normal maximum operating temperature 90 °C. INSULATION: Cross- linked thermosetting polyethylene, ICEA S -95 -658, Paragraph 3.6. SHIELD: None. JACKET: None. FACTORY TESTS: Cable shall meet the requirements of ICEA S -95 -658. Cable Details Size Number of Conductor Insulation Maximum Outside Diameter Strands Thickness* AWG or kcmil mm in. pm in. mm 14 2.5 7 0.045 1140 0.19 4.83 12 4.0 7 0.045 1140 0.22 5.59 10 6.0 7 0.045 1140 0.24 6.10 8 10.0 7 0.060 1520 0.31 7.87 6 16.0 7 0.060 1520 0.35 8.89 4 25.0 7 0.060 1520 0.39 9.91 2 35.0 7 0.060 1520 0.46 11.68 1 40.0 19 0.080 2030 0.54 13.72 1/0 50.0 19 0.080 2030 0.59 14.99 2/0 70.0 19 0.080 2030 0.63 16.00 4/0 95.0 19 0.080 2030 0.74 18.80 250 120.0 37 0.095 2410 0.82 20.83 350 185.0 37 0.095 2410 0.91 23.11 500 300.0 37 0.095 2410 1.04 26.42 750 400.0 61 0.110 2790 1.28 32.51 1,000 500.0 61 0.110 2790 1.44 36.58 *The average thickness shall be not less than that indicated above. The minimum thickness shall be not less than 80 percent of the values indicated above. A durable marking shall be provided on the s urface of the cable at intervals not exceeding 24 inches (600 mm). Marking shall include manufac turer's name, XLP, RHH or RHW or USE, conductor size, and voltage class. 600 Volt, Single Conductor Power Cable (600 -1 -XLP- NONE - RHH - RHW -USE) BLACK & VEATCH 1 Cable Data I Figure 13 -16050 City of Yakima, Washington 16050 -Fig Electrical PN 132965 -13- Bid No. 2182 Ultraviolet Disinfection Project November 2007 STANDARD SPECIFICATIONS REFERENCE: Type MC, UL 83 and 1569. CONDUCTOR: Solid, uncoated copper. Maximum operating temperature 90 °C dry. INSULATION: Polyvinyl chloride, UL 83, Type THHN. GROUND: Copper conductor sized per NEC with green THHN insulation. JACKET: Conductor: Nylon. i. ARMOR: Galvanized interlocked steel. FACTORY TESTS: Conductors shall meet the requirements of UL 83 for Type THHN. Assembly shall meet the requirements of UL 1569 for Type MC. Cable Details Size I Nominal Outside Diameter AWG or 1 Number of Ground Size Number of kcmil mm' Conductors (AWG) strands per in. mm conductor 12 4.0 2 I 12 1 0.492 12.50 12 4.0 3 12 1 0.531 13.49 12 4.0 4 12 1 0.579 14.71 10 6.0 2 10 1 0.562 14.27 10 6.0 3 10 1 0.610 15.49 10 6.0 4 I 10 1 0.641 16.28 I 1 1 1 . 600 Volt, Type MC Metal Clad Lighting Cable (Metal Clad THHN) BLACK & VEATCH Cable Data Figure 14 -16050 City of Yakima, Washington 16050 -Fig Electrical PN 132965 -14- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Project and Location Project No. Circuit Designation Date DC TEST DATA Time in Minutes After Current, pA DC Test Voltage 100% Test Voltage Phase Phase Cable Installation: New Used Years Is Applied Phase A 1 Cable: Size Length: 2 Oper. kV Grounded Ungrounded 3 Rated Cable Voltage 4 Insulation Wall 5 (Type & Thickness) 6 Conductor Jacket Wall 7 Type & Thickness) 8 Shield 9 (Type) 10 Cable Manufacturer 11 Temperature Humidity 12 13 Type of Termination 14 Type of Splice & Location 15 Remarks kV do after 1 min Decay 100 Microamperes (pA) = 0.1 Milliampere APPLICATION OF TEST VOLTAGE The initially applied direct - current voltage shall be not greater than 3.0 times the rated alternating- current voltage. The rate of increase from the initially applied voltage to the specified test voltage shall be not over 100 percent in 10 seconds nor less than 100 percent in 60 seconds. The duration of the direct - current voltage test shall be 15 minutes for shielded cables and 5 minutes for nonshielded cables. Test Curve Current in Microamperes 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Time in Minutes After 100% Test Voltage Is Applied NOTES: 1. Plot results of tests on all three pha ses on this graph. 2. Assign and indicate values for each division on the microamperes scale as required for the circuit being tested. Cable Test Data Form BLACK & VEATCH I Cable Data ' Figure 15 -16050 City of Yakima, Washington 16050 -Fig Electrical PN 132965 -15- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 16100 ELECTRICAL EQUIPMENT INSTALLATION PART 1 - GENERAL 1 -1. SCOPE. This section covers the installation of electrical equipment. 1 -2. GENERAL. Equipment specified to be installed under this section shall be erected, and placed in proper operating condition in full conformity with drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. The electrical equipment identified as being provided by Procurement Contractors will be furnished complete by the Procurement Contractors, for installation by the CONTRACTOR. Technical specifications under which the equipment is being purchased are included in the bid package. The electrical design as shown on the Drawings is based on the information in the equipment procurement technical specifications. It is the CONTRACTOR'S responsibility to obtain, prior to submitting a bid, information from the Procurement Contractors regarding the equipment that will be furnished by the Procurement Contractors. Where the equipment to be furnished by the Procurement Contractors has different physical and /or electrical requirements than as shown on the Drawings, the CONTRACTOR shall adjust his bid price as required to accommodate the differences in the procurement equipment. These differences could include, but are not limited to: changes in quantities, physical dimensions, electrical sizes (amperage or horsepower), number and type of interconnecting circuits, and similar items. 1 -2.01. Coordination. When manufacturer's field services are provided by the equipment manufacturer, CONTRACTOR shall coordinate the services with the equipment manufacturer. CONTRACTOR shall give ENGINEER written notice at least 14 days prior to the need for manufacturer's field services furnished by others. Submittals for equipment furnished under the original procurement contract will be furnished to CONTRACTOR upon completion of review by ENGINEER. CONTRACTOR shall review equipment submittals and coordinate with the requirements of the Work and the Contract Documents. CONTRACTOR accepts sole responsibility for determining and verifying all quantities, dimensions, and field construction criteria. 1 -3. DELIVERY, STORAGE, AND HANDLING. 1 -3.01. Delivery. When sills are required for electrical equipment, they shall be shipped ahead of the scheduled equipment delivery to permit installation before concrete is placed. City of Yakima, Washington 16100 Electrical Equipment Installation PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 1 -3.02. Storage. Upon delivery, all equipment and materials shall immediately be stored and protected by CONTRACTOR in accordance with Section 01614, and in accordance with manufacturer's written instructions, until installed in the Work. Equipment shall be protected by CONTRACTOR against damage and exposure from the elements. At no time shall the equipment be stored on earth or grass surfaces or come into contact with earth or grass. CONTRACTOR shall keep the equipment clean and dry at all times. Openings shall be plugged or capped (or otherwise sealed by packaging) during temporary storage. 1 -3.03. Handling. Electrical equipment shall be moved by lifting, jacking, or skidding on rollers as described in the manufacturer's instructions. Special lifting harness or apparatus shall be used when required. Lifting and jacking points shall be used when identified on the equipment. CONTRACTOR shall have required unloading equipment on site to perform unloading work on the date of equipment delivery. PART 2 - PRODUCTS — Not Used. PART 3 - EXECUTION 3 -1. INSTALLATION. All installation work shall be in accordance with manufacturer's written instructions. Electrical equipment cubicles and vertical sections shall be installed plumb and level. Drawout equipment carriages, circuit breakers, and other removable components shall operate free and easy without binding or distortion. Unless otherwise indicated or specified, all indoor floor - mounted electrical equipment and control cabinets shall be installed on concrete equipment pads four inches [102 mm] in height. AA...1.�.. ��...1..._1 .��.�1�.._. ...:LL :.- 1......1 £t... _:11_ �L.11 L. secured 1. �_. -_�_1_ floors _� Motor control centers with integral fluor sills small be secured to concrete flours or equipment pads with anchor bolts. 3 -1.01. Cleaning. All deposits of oil, grease, mud, dirt or debris shall be cleaned from the electrical equipment following installation and field wiring. A detergent water based solution, or other liquid cleaners not harmful to material or equipment finishes, shall be used as recommended by the manufacturer. End of Section City of Yakima, Washington 16100 Electrical Equipment Installation r N I J2 -2- L,IU VU. 2 1 02 Ultraviolet Disinfection Project November 2007 Section 16220 GENERAL PURPOSE INDUCTION MOTORS Data Sheet Paragraph Description Data Units General Tag Numbers of Driven Equipment. As referenced by Driven Equipment Specification. Number of Motors required. As referenced by Driven Equipment Specification. 1 -2.02. General Equipment Requirements. `* Yes No 1 -4. Operation and maintenance manuals ,`. Yes required. : No Service Conditions Altitude. Below 3,300 [1,000] ft. [m] Above 3,300 [1,000] If "Above" is selected, indicate elevation. Ambient temperature. 40 C [C] r_ 50 Other When "Other" is selected, indicate ambient temperature. Performance and Design • Requirements Motor voltage. ,," 115, Single phase V [V] 460, 3 phase r• 2300, 3 phase 4000, 3 phase Other When "Other" is selected, indicate 115, Single phase voltage and frequency Frequency. « 60 Hz [Hz] 50 Speed. Constant speed All Motors Are Constant Speed Unless 2 speed, 1 winding Otherwise Specified By An Individual Motor Data Sheet. r 2 speed, 2 winding Service factor. All inverter duty motors 1.0 shall have a 1.15 service factor under 1.15 • sinusoidal waveform. City of Yakima, Washington 16220 General Purpose Induction Motors PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Insulation class and temperature rise `+ Class F with 80 °C rise at 1.0 SF above 40 °C design ambient (by Class F with 90 °C rise at 1.15 SF resistance method). Class H with 105 °C rise at 1.0 SF 2 -2.02. Enclosure. Open drip proof All Motors Shall Be Totally Enclosed *Totally enclosed fan cooled Fan Cooled Unless Otherwise Specified Explosion proof (Class I, Division 1, Or Noted On An Individual Motor Data Group D) Sheet. • Explosion proof (Class II, Division 1, Bar Screen motors (Section 11312) Group G) shall be explosion proof. r . Hazardous duty (Class I, Division 2 Group D) WP1 WP2 Other 2- 2.02.04 Special features. i.._ E ncapsulated Winding 2- 2.02.05 f _._. Severe Duty - Chemical Service 2 -2.03. Main conduit box sized to include. ki Main Motor Leads Space Heater Leads C urrent Transformer Stress Cones r . _ Surge Protection 11 Capacitor Terminations 2 -2.11. Space heaters required. Yes No 2 -2.12. Temperature sensing RTDs. Yes No When "RTDs" are selected, indicate i -- 6 Stator RTDs requirement. I" 1 Thrust bearing RTD I 1 Each thrust and guide bearing RTD V 2 Each thrust and guide bearing RTD Auxiliary conduit box required for RTDs Yes or temperature switches. + No 2 -2.14. Efficiency. ., Premium Efficiency O ther City of Yakima, Washington 16220 General Purpose Induction Motors PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 16220 GENERAL PURPOSE INDUCTION MOTORS PART 1 - GENERAL 1 -1. SCOPE. This section covers single and three - phase, small (fractional) and medium (integral) horsepower, alternating current motors rated 500 horsepower and less (NEMA MG1- 1998). Motors shall meet the following requirements, and the design conditions and features as required. Motors shall be designated and coordinated with the driven equipment and shall be located as indicated on the drawings. 1 -2. GENERAL. Motors furnished under Driven Equipment Specification sections shall be fabricated, and assembled in full conformity with drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by the ENGINEER. 1 -2.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet(s) ". Where applicable, individual motor data sheets have been developed which specify additional requirements for specific motors. 1 -2.02. General Equipment Requirements. As required, the General Equipment Requirements shall apply to all motors specified under Driven Equipment Specification sections. 1 -2.03. Abbreviations. Reference to standards and organizations shall be indicated by the following abbreviated letter designations: AFBMA Antifriction Bearing Manufacturers Association ANSI American National Standards Institute IEEE Institute of Electrical and Electronics Engineers NEC National Electrical Code NEMA National Electrical Manufacturers Association UL Underwriters' Laboratories City of Yakima, Washington 16220 General Purpose Induction Motors PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 1 -2.05. Governing Standards. Motors furnished under this section shall be designed, constructed, and tested in accordance with the latest version of NEMA MG 1 and IEEE 112, Test Method B. 1 -2.06. Nameplates. All motor nameplate data shall conform to NEMA MG 1 requirements. 1 -3. SUBMITTALS. Complete assembly, foundation, and installation drawings, together with complete engineering data covering the materials used, parts, devices, and accessories forming a part of the motor shall be submitted in accordance with the submittals section. The drawings and data shall include, but shall not be limited to, the following: Motors Name of manufacturer. Type and model. Type of bearing and method of lubrication. Rated size of motor, hp [kW], and service factor. Temperature rise and insulation rating. Full load rotative speed. Net weight. Efficiency at full, 3/4, and 1/2 load. Full load current. Locked rotor current. Space heater wattage, where applicable. Motor temperature switch data, where applicable. RTD data, where applicable. 1 -4. OPERATION AND MAINTENANCE DATA AND MANUALS. As required, adequate operation and maintenance information shall be supplied. Operation and maintenance manuals shall be submitted in accordance with the submittals section. City of Yakima, Washington 16220 General Purpose Induction Motors PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Operation and maintenance manuals shall include the following: a. Assembly, installation, alignment, adjustment, and checking instructions. b. Lubrication and maintenance instructions. c. Guide to troubleshooting. d. Parts lists and predicted life of parts subject to wear. e. Outline, cross - section, and assembly drawings; engineering data; and wiring diagrams. f. Test data and performance curves, where applicable. PART 2 - PRODUCTS 2 -1. SERVICE CONDITIONS. Service conditions for motors shall be as specified in the driven equipment specification sections. Motors shall be designed for special conditions such as area classification, altitude, frequent starting, intermittent overload, high inertia, mounting configuration, or service environment. Unless specified otherwise, all motors shall be designed for full voltage starting and to operate from an electrical system that may have a maximum of 5 percent voltage distortion according to IEEE 519. 2 -2. PERFORMANCE AND DESIGN REQUIREMENTS. Design and construction of each general - purpose motor shall be as specified herein and as required. Motor voltage, frequency, speed, service factor, and insulation class shall be as required. 2 -2.01. Nameplate Horsepower. Motor nameplate horsepower [kW] shall be equal to or greater than the maximum load imposed by the driven equipment. 2 -2.02. Enclosures. All motors shall be self - ventilated. All self - ventilated open type motors, including those with dripproof, splashproof, and weather protected enclosures, and the fan covers of totally enclosed fan cooled motors shall meet NEMA MG 1 requirements for a fully guarded machine. 2- 2.02.01. Totally Enclosed Motors. Totally enclosed motors shall be furnished with drain holes and rotating shaft seals. Frames, bearing brackets, external terminal housings, and fan covers for fan cooled motors shall be cast iron. External cooling fans for fan cooled motors shall be fabricated of brass, bronze, City of Yakima, Washington 16220 General Purpose Induction Motors PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 aluminum alloy containing not more than 0.2 percent copper, malleable iron, or plastic. All plastic fans shall be fabricated of a reinforced thermosetting plastic and shall be UL approved. 2- 2.02.02. Outdoor Motors. Outdoor motors shall have NEMA weather protected enclosures. All exposed metal surfaces shall be protected, where practical, with a corrosion resistant polyester coating. Exposed uncoated surfaces shall be of a corrosion resistant metal. Enclosure exterior and interior surfaces, air gap surfaces, and windings shall be protected with a corrosion resistant alkyd enamel, polyester, or epoxy coating. 2-2.02.03. Motors for Hazardous Locations. Not Used. 2- 2.02.04. Encapsulated Windings. As required, motors shall be provided with encapsulated windings meeting the requirements of NEMA MG1- 1.27.2. 2- 2.02.05. Severe Duty Chemical Service Motors. Not Used. 2 -2.03. Main Conduit Boxes. The main conduit box shall be in accordance with NEMA MG 1. The main conduit boxes shall be diagonally split for easy access to the motor leads, and designed for rotation in 90- degree increments. A gasket shall be furnished between the halves of the box. Conduit openings in the main conduit box shall match the size and quantity of conduits indicated on the one line drawings. The main conduit box shall be oversized at least one size larger than NEMA standard. The main conduit box shall be sized for all indicated accessory leads. Motors furnished in NEMA 320 frame series and larger shall have conduit boxes designed and constructed to permit motor removal after installation without .J: 1 : uiacvi n ie� inng rac 2 -2.04. Leads. Motor power leads shall be wired into the main conduit box. Unless otherwise specified, space heater leads shall be wired into the main conduit box. All motor leads and their terminals shall be permanently marked in accordance with the requirements of NEMA MG 1, Part 2. Each lead marking shall be visible after taping of the terminals. All motors rated 100 horsepower [74 kW] and larger, and all vertical motors shall have the direction of rotation marked by an arrow mounted visibly on the stator frame near the terminal housing, or on the nameplate, and the leads marked for phase sequence T1, T2, T3, to correspond to the direction of rotation and supply voltage sequence. 2 -2.05. Terminals. Cable type leads shall be provided with Burndy Type YA or acceptable equal compression type connectors. City of Yakima, Washington 16220 General Purpose Induction Motors PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -2.06. Grounding Connections. All motors shall be furnished with a ground • connection. 2 -2.07. Bearings. All bearings shall be self - lubricating, shall have provisions for relubrication, and . shall be designed to operate in any position or at any angle. Motor bearings shall be antifriction type with L10 life rating of 40,000 hours in accordance with AFBMA Standards. All bearing mountings shall be designed to prevent the entrance of lubricant into the motor enclosure or dirt into the bearings, and shall be fitted with pipes, drain plugs, and fittings arranged for safe, easy relubrication from the outside of the motor while the motor is in service, as necessary. 2 -2.08. Rotors. All induction motors shall have squirrel -cage rotors adequately sized to avoid overheating during acceleration of the motor and driven equipment. Rotors shall be dynamically balanced to 0.08 in. /sec [2.03 mm /s] or less. 2 -2.09. Shafts. Shafts shall be furnished with corrosion resistant treatment or shall be of a corrosion resistant material. 2 -2.10. Torque Characteristics. Motors rated 200 horsepower [149 kW] and less shall have torques and locked -rotor current in accordance with NEMA MG 1, Part 12. 2 -2.11. Motor Space Heaters. As required, motors shall be provided with a space heater element sized to prevent condensation on the core and windings. The space heaters shall be isolated or so located as to prevent heat damage to adjacent painted surfaces and shall be suitable for 120 volt, 60 Hz, single phase power supply. • 2 -2.13. Assembly. All motors shall be completely assembled with the driven equipment, lubricated, and ready for operation. 2 -2.14. Efficiency. As required, motors shall be premium efficiency type and shall have a NEMA nominal efficiency nameplate value equal to or greater than values indicated in the following table. Efficiency shall be determined in accordance with IEEE 112, Test Method B. When premium efficiency is required, vertical motors shall be premium efficiency type and shall have efficiency values equal to or greater than those indicated in the following table minus 0.50. Motor Nominal Efficiency Values Nominal Efficiency Values City of Yakima, Washington 16220 General Purpose Induction Motors PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 __ ___ _____ __________ ____ • . Open Drip Enclosure TEFC Enclosure I • • . 1 " ' . "` " 85.5 "� ^ 75.0 77.0 85.5 82.5 75.5 | l | 298 | 400 |05,8|U5.8 |AG.8i !05'8|00.2|Q5.8| | � - 1-__-L [ -'_l � ] � | I- - _] . City of Yakima, Washington 16220 General Purpose Induction Motors PN 132965 -8- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Motor 1 Nominal Efficiency Values 1 Nominal Efficiency Values • Open Drip Enclosure 1 TEFC Enclosure • • kW hp 3600: 1800 1 1200: 900 1 3600 1 1800 1 1200 I 900 • rpm 1 rpm 1 rpm 1 rpm 1 rpm 1 rpm 1 rpm 1 rpm • 336 1 450 1 95.8 1 96.2 1 96.2 1 1 95.8 i 96.2 1 95.8 373 1 500 ' 95.8 1 96.2 96.2 I 1 95.8 ' 96.2 1 95.8 2 -3. ACCESSORIES. 2 -3.01. Special Tools and Accessories. Motors requiring periodic repair and adjustment shall be furnished complete with all special tools, instruments, and accessories required for proper maintenance. Each motor shall be provided with lifting eyebolts or lugs and appropriate fittings for adding bearing lubricant. Grease lubricated units shall be provided with a means of venting the casing. Oil lubricated units shall be provided with constant level oilers or with sight glasses arranged to indicate operating and static oil levels. 2 -4. ANCHORS. CONTRACTOR shall furnish suitable anchors for each item of equipment as required for driven equipment. 2 -5. SHOP PAINTING. Exposed surfaces shall be finished, thoroughly cleaned, and filled as necessary to provide a smooth, uniform base for coating. Electric motors shall be shop primed or finished with an oil- resistant enamel or universal type primer suitable for top coating in the field with a universal primer and aliphatic polyurethane system. 2 -6. BALANCE. All rotating parts shall be accurately machined and shall be in as nearly perfect rotational balance as practicable. Excessive vibration shall be sufficient cause for rejection of the equipment. The mass of the unit and its distribution shall be such that resonance at normal operating speeds is avoided. In any case, the unfiltered vibration displacement (peak -to- peak), as measured at any point on the machine, shall not exceed the limits as required .At any operating speed, the ratio of rotative speed to the critical speed of a unit or its components shall be less than 0.8 or more than 1.3. PART 3 - EXECUTION 3 -1. INSTALLATION. Each motor will be installed in accordance with Equipment Installation, Section 11060. End of Section City of Yakima, Washington 16220 General Purpose Induction Motors PN 132965 -9- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 16425 SWITCHBOARDS Data Sheet Paragraph Description Data Units General Tag numbers. Switchboard designations. Quantity of switchboards required Four Location of switchboards. Solids Handling Building, Existing Solids Handling Building, UV Structure 1 -2.01. General Equipment Requirements Yes required. No 1 -2.05. Listed or labeled by approved r` "Yes testing laboratory. No No 1 -2.06. Nameplates. Permanent nameplates required .,_. Namplates by others 1 -4. Operation and maintenance c *' Yes manuals required. ; No Spare parts. 1 -6. Coordination study. Yes * No Time current curves required for: Si Main breaker 1 Tie breaker Si Largest feeder breaker • f.._ Smallest breaker System Characteristics Voltage, phase. 240, 3 phase V [V] 480, 3 phase r Other voltage When "Other" is selected, indicate alternative value. Frequency. c 50 Hz [Hz] 60 Number of wires. 3 wire 4 wire Construction Features NEMA Enclosure Rating NEMA 12 City of Yakima, Washington 16425 Switchboards PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Main Bus Rating As noted on drawings. Connected. Front Rear • Access. Front __ Rear Install against wall. :: Yes No IYV Section bottom type. Open Barriered Busing 2 -2.02. Neutral connection. •` Bus Pad Bus Fault Rating 65 KA Bracing Incoming Line Section(s) Number of incoming line sections. See Plans. Service entrance rated. Yes No Incoming cables. lc Top 4 * Bottom 2- 2.04.01 Cable pull box required. c. Yes No 2- 2.04.01 Cable pull box utility seal Yes provisions. No 2- 2.04.02 Busway entry compartment. r Yes No 2- 2.04.03 Power utility metering requirements. - Yes No 2- 2.04.04 Incoming line metering. E.. Yes No 2- 2.04.04 If "Yes" is selected, indicate if t_. Yes metering is to be compatible with r No Metering System Software and Network in Section 16050. 2- 2.04.05 Transient voltage surge ; *- Yes suppression. r No Exposure level. High Medium -High 2- 2.04.05.08 TVSS options. Dual Form "C" Dry contacts. * Yes No City of Yakima, Washington 16425 Switchboards PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2- 2.04.06 Main breaker required. 4. Yes • No If "Yes" is selected, indicate main Molded case breaker type. Fixed mounted insulated case power Drawout insulated case power Operation. Manual Electrical Breaker trip features (molded case). w Magnetic /thermal trip I V Solid -state electronic trip s Short time delay (electronic trip) i-. Ground fault protection 2- 2.04.06 Interlocking. Key 't Electrical Tie Breaker Section 2 -2.05. Tie breaker section required. in = Yes No Type. Molded case "- Fixed mounted insulated case power Drawout insulated case power Operation. r Manual Electrical Breaker trip features (molded case). l Magnetic /thermal trip • Solid -state electronic trip f Short time delay (electronic trip) • I Ground fault protection Distribution Section 2 -2.06. Distribution breakers required. Yes No Type. ri Molded case Fixed mounted insulated case power Drawout insulated case power Breaker trip features (molded case). Woi Magnetic /thermal trip ✓ Solid -state electronic trip 3__. Short time delay (electronic trip) Ground fault protection Cable exit. Top Bottom City of Yakima, Washington 16425 Switchboards PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Operation. Manual Electrical 2 -2.07. Molded Case Circuit Breakers MCB mounting. f: Individually Panel Individual main (tie) with panel distribution MCB fault current rating 35,000 A [A] (symmetrical). 50,000 65,000 100,000 2 -2.08. Insulated Case Circuit Breakers ICB fault current rating (- 35,000 A [A] (symmetrical). 50,000 65,000 100,000 Environmental Conditions Location. Inside building Outdoors 2 -2.09. Undercoating required. Yes No Installation 3 -2.01. Installation check required. 4 ; Yes No If "Yes" is selected, indicate number One day t days. �i uaya. If "Yes" is selected, indicate number One round trip of round trips. 3 -2.02. installation supervision required. Yes No If "Yes" is selected, indicate number One day. of days. If "Yes" is selected, indicate number One round trip of round trips. City of Yakima, Washington 16425 Switchboards PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 16425 SWITCHBOARDS PART 1 - GENERAL 1 -1. SCOPE. This section covers switchboard equipment, which shall be furnished as specified herein and as indicated on the drawings. Switchboards shall meet the following requirements, and the design conditions and features as required. Switchboards shall be designated and shall be located as required. 1 -1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet ". 1 -2. GENERAL. Equipment furnished under this section shall be fabricated and assembled in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. 1 -2.01. General Equipment Requirements. As required, the General Equipment Requirements shall apply to all equipment furnished under this section. 1 -2.02. Dimensional Restrictions. Layout dimensions will vary between manufacturers, and the layout area indicated on the drawings is based on typical values. Space for installation of switchboards is limited. The Contractor shall coordinate the size of the switchboard with the available space and shall verify • that the proposed switchboard is capable of being installed in the available space prior to making a submittal. Switchboards of dimensions larger than the available space shall not be submitted. 1 -2.03. Workmanship and Materials. Equipment supplier shall guarantee all equipment against faulty or inadequate design, improper assembly or erection, defective workmanship or materials, and leakage, breakage, or other failure. Materials shall be suitable for service conditions. All equipment shall be designed, fabricated, and assembled in accordance with recognized and acceptable engineering and shop practice. Individual parts shall be manufactured to standard sizes and thicknesses so that repair parts, furnished at any time, can be installed in the field. Like parts of duplicate units shall be interchangeable. Equipment shall not have been in service at any time prior to delivery, except as required by tests. City of Yakima, Washington 16425 Switchboards PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Switchboards, and the equipment contained within them, shall be factory assembled and wired as complete units by the manufacturer at the manufacturer's factory, except where shipping splits are required for shipping of the units. This requirement pertains to control wiring and wiring, and similar items and wiring located within the switchboard. 1 -2.04. Abbreviations. Reference to standards and organizations in the Specifications shall be by the following abbreviated letter designation AISI American Iron and Steel Institute ANSI American National Standards Institute AWG American Wire Gage IEEE Institute of Electrical and Electronics Engineers NEC National Electrical Code NEMA National Electrical Manufacturers Association UL Underwriters' Laboratories 1 -2.05. Governing Standards. All equipment furnished under this section shall be designed, constructed, and tested in accordance with all the applicable standards of ANSI, NEMA, and UL, including, but not limited to, NEMA PB 2 and UL 891 (switchboards); NEMA AB1 and UL 489 (molded -case circuit breakers); ICS -6 (enclosures).. Equipment covered by this section shall be listed by UL or a nationally recognized third -party testing laboratory acceptable to the Washington State Department of Labor and Industries Electrical Section. All costs associated with obtaining the listing shall be the responsibility of CONTRACTOR. In the event no third -party testing laboratory provides the required listing, an independent test shall be conducted at CONTRACTOR's expense by a firm or person acceptable to the Washington State Department of Labor and Industries Electrical Section. Before the test is conducted, CONTRACTOR shall submit a copy of the testing procedure to ENGINEER. 1 -2.06. Nameplates. As required, each switchboard section shall have a nameplate permanently affixed to it, listing the following information: Name of manufacturer System voltage City of Yakima. Washington 16425 Switchboards PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Ampere rating of phase and neutral bussing Short circuit current rating Type (3 phase 3 wire, or 3 phase 4 wire) Manufacturer's shop order number and date In addition, each circuit breaker and instrument on the front of the switchboard shall have a suitable nameplate. Each incoming line section shall be furnished with a nameplate to indicate the power source or substation from which it is fed. The nameplates for the distribution circuit breakers shall indicate the equipment fed through the breaker. Nameplates shall be black and white laminated phenolic material of suitable size, and shall be engraved with 3/4 inch [19 mm] high letters for section and circuit breaker identity and 1/8 inch [3 mm] letters for other information. The engraving shall extend through the black exterior lamination to the white center. Each control device and each control wire terminal block connection inside the units shall be identified with a permanent nameplate or painted legend to match the identification on the manufacturer's wiring diagram. 1 -2.07. System Characteristics. The equipment will be connected to a system as required. 1 -3. SUBMITTALS. Complete assembly, foundation, and installation drawings, together with complete engineering data covering the materials used, parts, devices, and accessories forming a part of the switchboard, shall be submitted in accordance with the submittals section. The drawings and data shall include, but shall not be limited to, the following: Switchboard Elevation, plan, conduit entrance locations, and weight. Circuit breaker time - current characteristic curves. Nameplate legends and equipment schedule. Single -line and control wiring interconnection diagrams. Enclosure type and mounting. Features, characteristics, ratings, and factory settings of individual protective devices and auxiliary components. City of Yakima, Washington 16425 Switchboards PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Short- circuit current rating. . Bus configuration and current ratings. Shop test report. Switchboards submitted with dimensions larger than the available space for installation will he rejected. Installation report. Transient voltage surge suppressor submittals shall include drawings (including unit dimensions, weights, component and connection locations, mounting provisions, and wiring diagrams), all testing documentation as specified herein, equipment manuals that detail the installation, operation and maintenance instructions for the specified unit(s), and manufacturer's descriptive bulletins and product sheets. 1 -4. OPERATION AND MAINTENANCE DATA AND MANUALS. As required, adequate operation and maintenance information shall be supplied. Operation and maintenance manuals shall be submitted in accordance with the submittals section. Operation and maintenance manuals shall include the following: a. Assembly, installation, alignment, adjustment, and checking instructions. b. Lubrication and maintenance instructions. c. Guide to troubleshooting. d. Parts lists and predicted life of parts subject to wear. e. Outline, cross - section, and assembly drawings; engineering data; and wiring diagrams. f. Test data and performance curves, where applicable. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered. 1 -5. SPARE PARTS. Spare parts shall be provided as required. City of Yakima, Washington 16425 Switchboards PN 132965 -8- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Spare parts shall be suitably packaged, as specified herein, with labels indicating the contents of each package. Spare parts shall be delivered to OWNER as directed. 1 -6. COORDINATION STUDY. Not Used. Time current curves shall be provided for circuit breakers as required. Data for all devices with adjustable settings shall be submitted, with all literature necessary to determine the appropriate settings. This shall include, but shall not be limited to, Operation Manuals for each type of adjustable trip device. 1 -7. DELIVERY, STORAGE, AND HANDLING. Shipping shall be in accordance with the shipping section. Handling and storage shall be in accordance with the handling and storage section. Switchboards shall be equipped to be handled by crane. Where cranes are not available, switchboards shall be suitable for skidding in place on rollers using jacks to raise and lower the groups. PART 2 - PRODUCTS 2 -1. ACCEPTABLE MANUFACTURERS. The switchboard shall be manufactured by Cutler- Hammer, General Electric, Siemens Energy & Automation, or Square D, without exception. 2 -2. CONSTRUCTION. All equipment furnished under this section shall be designed and constructed in accordance with the following requirements: 2 -2.01. Enclosure. The switchboard shall be of deadfront, self - supporting, front access, modular type construction. The switchboard frame shall be of formed UL gauge steel, rigidly bolted together to support all cover plates, buses, and circuit breakers. Provide complete channel base on all sides. Steel base channels shall be bolted to the frame. Each section shall have a removable top plate and, as required, an open or a barriered bottom for installation and termination of conduit. All front covers shall be removable with a single tool and all doors shall be hinged, with removable hinge pins. 2 -2.02. Busing. The main bus shall be hard drawn copper of 98 percent conductivity. and shall be of sufficient size to limit the temperature rise to 65 °C, based on UL tests. End sections shall be predrilled for units to be added in the future. City of Yakima, Washington 16425 Switchboards PN 132965 -9- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2- 2.02.01. Neutral Bus. A tin - plated copper neutral bus shall be provided through all vertical sections and shall be rated full capacity. Neutral bus shall be insulated and bondable. 2 -2.03. Ground Bus. The ground bus shall extend the entire length of the switchboard and shall be firmly secured to each vertical section. The ground bus shall be 1 /" x 2" copper with (minimum) 2 lugs for /connections at each end and shall be bonded to enclosure. Other ground lugs for feeder circuits shall also be supplied as indicated on the drawings. 2 -2.04. Incoming Line Sections, Incoming line sections shall be provided as shown on the one -line diagram and as specified herein. 2- 2.04.01. Incoming Line Metering Compartment. Not Used. 2- 2.04.02. Transient Voltage Surge Suppression. 2- 2.04.02.01. Scope. Transient voltage surge suppression (TVSS) devices shall be provided as specified herein and as indicated on the drawings. Each unit shall be designed for parallel connection to the facility's wiring system and shall utilize non- linear vnitage- dependent metal oxide varistors (MOV) in paraiiel. TVSS devices shall be furnished and installed for the electrical equipment indicated on the drawings and designated in this section as required and as specified herein. TVSS devices shall be installed integral to each switchboard, shall be part of the listed equipment to meet the requirements of Article 230.71 (A) of the 2005 National Electrical Code and shall be installed by the electrical distribution equipment manufacturer's factory. 2= 2.04.02.02. Standards. The specified unit shall be designed, al an Ufactur ed, tested and installed in compliance with the following standards: ANSI /IEEE C62.41 -1991 and C62.45 -1992; ANSI /IEEE C62.1 and C62.11; National Electrical Manufacturers Association (NEMA LS1 -1992 Guidelines); National Fire Protection Association (NFPA 20, 70 [NEC], 75, and 78); Underwriters Laboratories UL 1449 Second Edition and 1283 The unit shall be UL 1449 Second Edition Listed as a Transient Voltage Surge Suppressor and UL 1283 Listed as an Electromagnetic Interference (EMI) Filter. 2- 2.04.02.03. Environmental Requirements. City of Yakima, Washington 16425 Switchboards PN 132965 -10- Bid No. 2182 Ultraviolet Disinfection Project November 2007 a. Operating Temperature: -40 °F to +140 °F ( -40 °C to +60 °C). b. Relative Humidity: Reliable operation with 5 percent to 95 percent non - condensing. 2- 2.04.02.04. Electrical Requirements. a. Unit Operating Voltage. The nominal unit operating voltage and configuration shall be as indicated on the drawings. b. Maximum Continuous Operating Voltage (MCOV). The TVSS device shall be designed to withstand a MCOV of not less than 115 percent of nominal RMS voltage. c. Operating Frequency. Operating frequency range shall be 47 to 63 Hertz. d. Protection Modes. All protected modes are defined per NEMA LS -1 -1992, paragraph 2.2.7. Following IEEE Standard 1100 -1992, section 9.11.2 recommendations, four -wire configured systems shall provide Line -to- Neutral (L -N), Line -to- Ground (L -G), and Neutral -to- Ground (N -G), and Line -to -Line (L -L) protection. Three -wire configured systems shall provide Line -to -Line (L -L) protection and Line -to- Ground (L -G) protection. e. Rated Single Pulse Surge Current Capacity. The rated single pulse surge current capacity, in amps, for each mode of protection of the unit shall be as required and shall be no less than as follows: L -N L -G N -G L -L High Exposure Level 250 kA 250 kA 250 kA 250 kA • Medium -High Exposure Level 200 kA 200 kA 200 kA 200 kA • f. UL 1449 Second Edition Suppression Voltage Rating (SVR). The maximum SVR for the device (inclusive of disconnect) shall be as required and shall not exceed the following: Voltage L -N L -G N -G L -L 240V3W 700V 800V 240 V 4W 800 V 800 V 500 V 1500 V 480V3W 1500V 1800V 480V4W 900V 800V 1500V 1800V City of Yakima, Washington 16425 Switchboards PN 132965 -11- Bid No. 2182 Ultraviolet Disinfection Project November 2007 g. Noise Attenuation. EMI noise rejection or attenuation values shall be measured in accordance with test and evaluation procedures outlined in NEMA LS -1 -1992. The unit shall be capable of a minimum -40 dB attenuation at 100kHz when tested per the 50 ohm insertion loss method as defined by MIL - STD -220A. h. Minimum Repetitive Surge Current Capacity. The minimum number of repetitive surges per mode as a result of testing a 20 kV, 10kA ANSI /IEEE C62.41 Category C3 surge current with less than a 10 percent degradation of clamping voltage shall be 5000. i. Overcurrent Protection. At high and medium -high exposure levels, the TVSS device shall incorporate internal fusing capable of interrupting, at minimum, up to 200kA symmetrical fault current with 600 VOLT AC applied. j. The device shall be capable of allowing passage of the rated maximum surge current for every mode without fuse operation. k. Unit Status Indicators. The unit shall include Tong -life, externally visible phase indicators that monitor the on -line status of the unit. 2- 2.04.02.05. Testing Documentation. CONTRACTOR shall submit documentation of third party testing from a nationally recognized testing laboratory (NRTL) for the following: a. Single Pulse Surge Current Capacity Testing. Verify that the suppressor components can survive the published surge current rating for each mode and for each phase using the ANSI /IEEE 062.41, 8 x 20 microsecond current wave. b. Minimum Repetitive Surge Current Capacity Testing. Confirm the minimum number of repetitive surges per mode the device can protect against with less than a 10 percent degradation of clamping voltage as a result of testing a 20 kV, 10kA ANSI /IEEE C62.41 Category C3 surge current. c. UL 1449 Second Edition Testing. Provide verification that the TVSS device complies with these ratings. City of Yakima, Washington 16425 Switchboards PN 132965 -12- Bid No. 2182 Ultraviolet Disinfection Project November 2007 d. Overcurrent Protection Testing. Verify that the total surge current can be passed through the fuse with no charring, flames, or projection of materials. Testing of the fuse only will not be acceptable for this requirement. Testing shall indicate the lowest possible surge that can disrupt the fusing. Confirm that the fuse can withstand the rated fault current. Testing shall be conducted in both high and low impedance fault conditions and shall confirm no charring, flaming, or projection of materials. e. Let - through Voltage Testing. Supply an oscilloscope graph for each of the following wave forms tested in accordance with ANSI /IEEE C62.45: ANSI /IEEE Category C3 combination wave (20 kV, 10kA, 8 x 20 microsecond impulse) ANSI /IEEE Category C1 combination wave (6 kV, 3kA, 8 x 20 microsecond impulse) ANSI /IEEE Category B3 ringwave (6 kV, 500 A, 100 kHz) f. EMI Testing. Provide spectrum analysis based on MIL -STD 220A test procedures between 50 kHz and 200 kHz. 2- 2.04.02.06. Warranty. The manufacturer shall provide a minimum Five Year Limited Warranty from date of shipment against failure when installed in compliance with applicable national /local electrical codes and the manufacturer's installation, operation and maintenance instructions. 2- 2.04.02.07. Installation. The TVSS devices shall be installed according to the manufacturer's recommendations. If possible for the integral units, provide direct bus connections. 2- 2.04.02.08. Options a. Disconnect Switch. Each TVSS device shall be furnished with an integral disconnect switch. The unit shall be UL1449 Second Edition listed as such, and the UL1449 Second Edition Suppression Voltage Ratings shall be provided. The disconnect switch shall be fused and capable of withstanding, without failure, the published maximum surge current magnitude without failure or damage to the switch. b. Dual Form "C" Dry Contacts. As required, the TVSS system shall be provided with a set of form "C" dry contacts (normally open and normally closed) to facilitate connection to a plant control system or City of Yakima, Washington 16425 Switchboards PN 132965 -13- Bid No. 2182 Ultraviolet Disinfection Project November 2007 other remote monitoring system. The contacts shall be normally open or normally closed and shall change state upon any alarm condition. c. Fault indicator and event counter. 2- 2.04.06. Main Breaker. Provide main breaker sized per TVSS manufacturer's recommendations. 2 -2.05. Distribution Section. The distribution section shall be provided to house branch circuit breakers as indicated on the drawings. Circuit breakers shall be molded case (individually mounted or panel mounted as required),. Circuit breakers shall be removable from the front without disturbing adjacent units. The switchboard shall be equipped with mounting brackets, bus connections, and necessary appurtenances, for the overcurrent protective device ampere ratings indicated for future installation of devices.. 2 -2.06. Molded Case Circuit Breakers. Molded case circuit breakers shall be individually mounted. Circuit breakers shall be rated to interrupt and withstand an available fault current at the system line voltage as required. Circuit breakers shall be operated by a toggle -type handle and shall have a quick -make, quick - break, over - center switching mechanism that is mechanically tripfree. Circuit breakers shall be thermal magnetic. The ampere rating of the trip unit shall be as indicated on the drawings. The trip unit shall have adjustable settings for continuous amperes, instantaneous pickup, and short-time pickup. As required, the trip unit shall be provided with additional short delay trip time adjustment for better system coordination. Circuit breakers indicated to be rated less than 100 amperes shall be thermal- magnetic types. Feeder circuit breakers located in the switchboard shall be selectively coordinated with the feeder and branch circuit breakers located downstream from the switchboard. Feeder circuit breakers shall have compression lugs and power- distribution connectors for copper conductors of number and size indicated on the drawings. 2 -2.07. Insulated Case Power Circuit Breakers. Not Used. 2 -2.08. Shop Painting. All iron and steel surfaces, except machined surfaces and stainless steel, shall be finished as a unit with phosphate inhibitor, zinc chromate primer and baked gray enamel finish. Field painting, other than touchup painting, will not be required. A sufficient quantity of additional coating material and thinner shall be furnished for field touch up of damaged coatings. City of Yakima, Washington 16425 Switchboards PN 132965 -14- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -3. ACCESSORIES. 2 -3.01. Special Tools and Accessories. Equipment requiring periodic repair and adjustment shall be furnished complete with all special tools, instruments, and accessories required for proper maintenance. Equipment requiring special devices for lifting or handling shall be furnished complete with those devices. 2 -4. SHOP TESTS. After the equipment has been completely assembled, it shall be shop tested for general operating conditions, circuit continuity, and high potential and other standard tests for the particular class of equipment as defined by industry standards. Four certified copies of the test results shall be submitted to ENGINEER before the equipment is shipped. PART 3 - EXECUTION 3 -1. INSTALLATION. Installation will be in accordance with Section 16100 and as follows: a Install switchboards and accessory items according to NEMA PB 2. Install switchboard plumb, level, and aligned across all sections. Setup, adjust and fasten in place covers, trim and interiors. b. Do not remove knockouts or access plates for breaker, meter, switch or similar equipment or device positions unless equipment or a device is to be installed. c. Provision for Future Circuits: Install switchboards and conduit connections in such a manner as to leave access to the enclosure for future circuit additions. Place conduit in rear line where possible. d. Wiring in Switchboard Gutters: Run neatly parallel and perpendicular to enclosure. Arrange conductors into groups, and bundle and wrap with wire ties. 3 -2. FIELD QUALITY CONTROL. 3 -2.01. Installation Check. As required, an experienced, competent, and authorized representative of the manufacturer shall visit the site of the Work and inspect, check, adjust if necessary, and approve the equipment installation. The representative shall be present when the equipment is placed in operation in accordance with Section 01650, and shall revisit the job site as often as necessary until all trouble is corrected and the equipment installation and operation are satisfactory in the opinion of ENGINEER. The representative shall verify that the settings of all protective devices are as recommended in the coordination study, make all adjustments, approve the City of Yakima, Washington 16425 Switchboards PN 132965 -15- Bid No. 2182 Ultraviolet Disinfection Project November 2007 installation, and test the ground fault system. The ground fault system testing shall satisfy the requirements of the National Electrical Code. The manufacturer's representative shall furnish a written report certifying that the equipment has been properly installed and lubricated; is in accurate alignment; is free from any undue stress imposed by connecting conduit or anchor bolts; and has been operated under full load conditions and that it operated satisfactorily. All costs for these services shall be included in the Contract Price for the number of days and round trips to the site as required. 3 -2.02. Field Installation Supervision. As required, the equipment manufacturer shall furnish a qualified field installation supervisor during the equipment installation. Such services shall be included in the Contract Price for the number of days and round trips to the site as required. Manufacturers' installation supervisor shall observe, instruct, guide, and direct CONTRACTOR's erection or installation procedures as necessary. The equipment manufacturer will be provided with written notification 10 days prior to the need for such services. End of Section City of Yakima, Washington 16425 Switchboards PN 132965 -16- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 16480 600 VOLT CLASS MOTOR CONTROL CENTERS Data Sheet Paragraph Description Data Units General Tag numbers. See Drawings MCC designations. See Drawings Quantity of MCC's required. See Drawings Location of MCC's.. See Drawings 1 -2.01 General Equipment Requirements *" Yes required. F, No 1 -2.05 Listed or labeled by approved ( Yes testing laboratory. No 1 -2.06 Nameplates. Permanent nameplates required Nameplates by others 1 -4 Operation and maintenance ( Yes manuals required. r No 1 -5 Spare parts. 1 -6 Coordination study. r Yes '' No 1 -6 Time current curves required for. i.1 Main breakers Feeder I Tie breaker Breakers - Largest breaker in combination starter i Smallest breaker System Characteristics Voltage. 240, 3 phase V [V] 480, 3 phase ( Other voltage When "Other voltage" is selected, indicate the alternative. Frequency. 50 Hz [Hz] '* 60 Number of wires. 3 wire ' 4 wire Construction Features NEMA wiring class. IS II IIS NEMA wiring type. A B C City of Yakima, Washington 16480 600 Volt Class Motor Control Centers PN 132965 -1- Bid No. 2182 Ultraviolet Disinfection Project November 2007 MCC depth. 15 [375] in. [mm] ;: 20 [500] 2 -2.01 Physical metal barrier between r+ Yes sections. r N o Horizontal bus bar rating. * 600 A [A] 800 r 1200 t ' 1600 r" 2000 2500 Vertical bus bar rating. r 300 See 600 Drawings r" Manufacturer standard 2- 2.04.01 Neutral connection. B us 2- 2.04.02 r Pad Bus bracing and combination 42,000 A [A] starter rating. ■4 65,000 . 100,000 Service entrance rated. I I - Y es L . No Cable entry. c Top B ottom B oth NEMA enclosure type. " NEMA Type 1 Gasketed NEMA Type 12 Industrial NEMA Type 3R Walk -In r" NEMA Type 3R Non - Walk -In Components 2 -2.06 Combination magnetic starters. "+ Yes No If "Yes" is selected, indicate spare 14" One NO spare contact contacts. ! One NC spare contact If "Yes" is selected, indicate C Bimetallic overload relays overload type. Eutectic alloy overload relays Heaterless overload relays 2 -2.07 Combination solid state starters. Yes 4 ' No If "Yes" is selected, indicate spare f One NO spare contact contacts. One NC spare contact If "Yes" is selected, indicate if Yes auxiliary contactor for power factor No correction capacitor is required. City of Yakima, Washington 16480 600 Volt Class Motor Control Centers PN 132965 -2- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -2.08 Adjustable frequency drives. Yes No 2 -2.11 Motor voltage monitors. Yes (as shown on drawings) No 2 -2.12 Circuit breakers. Yes ( , No If "Yes" is selected, indicate if Main .+ Yes - see drawings and Feeder breakers are to be N o provided with solid -state trip. 2 -2.13 TVSS on main(s). Y es No MCC exposure level. r- High Medium -High 2- 2.14.08 TVSS options. Connection Type. { " Direct Via disconnect switch Dual Form "C" Dry contacts Yes j_. No 2 -2.14 Incoming line metering. Yes (* No If "Yes" is selected, indicate if " Yes metering is to be compatible with c No Metering System Software and Network in Section 16050. 2 -2.16 Lighting transformers. .'. Yes N o 2 -2.17 Panelboards. Yes s-" No 2 -2.14 TVSS on integral panelboard(s) Yes *- No Connection type. ' D irect r " Via Disconnect Panel type(s). l.- Lighting I Power - medium exposure level ✓ Power - medium -high exposure level Voltage, phase for panel(s). ; 120/240 1 -phase • 120/208 3 -phase i 240 3 -phase 3W • 240 3 -phase 4W 480 3 -phase 3W iJ 480 3 -phase 4W 1 Other Connection type. D irect F. Via Disconnect City of Yakima, Washington 16480 600 Volt Class Motor Control Centers PN 132965 -3- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Dual Form "C" dry contacts. Yes c+ No 2 -2.18 Special panels. Yes '* • No 2 -2.21 Section space heaters. rt No Yes - wired for external power supply r" Yes - wired to internal panelboard Environmental Conditions • Location. 4" Inside building Outdoors 2 -2.20 Undercoating. r Yes No Field Quality Control 3 -2.01 Installation check required. 4. Yes No If "Yes" is selected, indicate number 8 of days. If "Yes" is selected, indicate number 5 of round trips. 3 -2.02 Installation supervision required. Yes No If "Yes" is selected, indicate number of days. If "Yes" is selected, indicate number of round trips. City of Yakima, Washington 16480 600 Volt Class Motor Control Centers PN 132965 -4- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Section 16480 600 VOLT CLASS MOTOR CONTROL CENTERS PART 1 - GENERAL 1 -1. SCOPE. This section covers motor control center equipment which shall be furnished and installed as specified herein and as indicated on the drawings. Motor control centers shall meet the following requirements, and the design conditions and features as required. Motor control centers shall be designated and shall be located as required. 1 -1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet ". 1 -2. GENERAL. Equipment furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless ENGINEER notes exceptions. 1 -2.01. General Equipment Requirements. As required, the General Equipment Requirements shall apply to all equipment provided under this section. 1 -2.02. Dimensional Restrictions. Layout dimensions will vary between manufacturers and the layout area indicated on the drawings is based on typical values. The supplier shall review the contract drawings, the manufacturer's layout drawings and installation requirements, and make any modifications required for proper installation subject to acceptance by ENGINEER. 1 -2.03. Workmanship and Materials. Equipment supplier shall guarantee all equipment against faulty or inadequate design, improper assembly or erection, defective workmanship or materials, and leakage, breakage, or other failure. Materials shall be suitable for service conditions. All equipment shall be designed, fabricated, and assembled in accordance with recognized and acceptable engineering and shop practice. Individual parts shall be manufactured to standard sizes and thicknesses so that repair parts, furnished at any time, can be installed in the field. Like parts of duplicate units shall be interchangeable. Equipment shall not have been in service at any time prior to delivery, except when required by tests. 1 -2.04. Abbreviations. Reference to standards and organizations in the Specifications shall be by the following abbreviated letter designations: AISI American Iron and Steel Institute City of Yakima, Washington 16480 600 Volt Class Motor Control Centers PN 132965 -5- Bid No. 2182 Ultraviolet Disinfection Project November 2007 ANSI American National Standards Institute AWG American Wire Gage IEEE Institute of Electrical and Electronics Engineers NEC National Electrical Code NEMA National Electrical Manufacturers Association NFPA National Fire Protection Association UL Underwriters' Laboratories 1 -2.05. Governing Standards. All equipment furnished under this section shall be designed, constructed, and tested in accordance with NEMA ICS 3 and UL 845. Equipment covered by this section shall be listed by UL or a nationally recognized third -party testing laboratory acceptable to the Washington State Department of Labor and Industries Electrical Section. All costs associated with obtaining the listing shall be the responsibility of the CONTRACTOR. in the event, no third -party testing laboratory provides the required listing; an independent test shall be performed at the CONTRACTOR's expense by a firm or person acceptable to the Washington State Department of Labor and Industries Electrical Section. Before testing, the CONTRACTOR shall submit a copy of the testing procedure that will be used in evaluating the equipment. 1 -2.06. Nameplates. As required, nameplates with unit description and designation of each control or indicating device shall be provided on all hinged doors. Nameplates shall be black and white laminated phenolic material of suitable size, and shall be engraved with 3/8 inch [1.0 mm] high letters for compartment identity and 3/16 inch [5 mm] letters for other information. The engraving shall extend through the black exterior lamination to the white center. Each control device and each control wire terminal block connection inside the units shall be identified with permanent nameplates or painted legends to match the identification on the manufacturer's wiring diagram. 1 -2.07. System Characteristics. This equipment will be connected to a system as required. 1 -3. SUBMITTALS. Complete assembly, foundation, and installation drawings, together with complete engineering data covering the materials used, parts, devices, and accessories forming a part of the motor control center shall be submitted in accordance with the submittals section. The drawings and data shall include, but shall not be limited to, the following: Motor Control Center Elevation, plans, and weight. Enclosure type, wiring type, bus configuration, voltage and current ratings. City of Yakima, Washington 16480 600 Volt Class Motor Control Centers PN 132965 -6- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Unit wiring diagrams showing devices, connections, and terminal designations. Interconnection diagrams. Control schematic diagrams. Circuit breaker time - current characteristic curves. Transient voltage surge suppressor submittals shall include drawings (including unit dimensions, weights, component and connection locations, mounting provisions, and wiring diagrams), all testing documentation as specified herein, equipment manuals that detail the installation, operation and maintenance instructions for the specified unit(s), and manufacturer's descriptive bulletins and product sheets. 1 -4. OPERATION AND MAINTENANCE DATA AND MANUALS. As required, adequate operation and maintenance information shall be supplied. Operation and maintenance manuals shall be submitted in accordance with the submittals section. Operation and maintenance manuals shall include the following: a. Assembly, installation, alignment, adjustment, and checking instructions. b. Lubrication and maintenance instructions. c. Guide to troubleshooting. d. Parts lists and predicted life of parts subject to wear. e. Outline, cross - section, and assembly drawings; engineering data; and wiring diagrams. f. Test data and performance curves, where applicable. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered. 1 -5. SPARE PARTS. Spare parts shall be provided as required. Spare parts shall be suitably packaged, as specified herein, with labels indicating the contents of each package. Spare parts shall be delivered to OWNER as directed. 1 -6. COORDINATION STUDY. Not Used. 1 -7. DELIVERY, STORAGE, AND HANDLING. Shipping shall be in accordance with the shipping section. Handling and storage shall be in accordance with the handling and storage section. Motor control centers shall be equipped to be handled by crane. Where cranes are not available, control centers shall be suitable for skidding in place on rollers using jacks to raise and lower the groups. City of Yakima, Washington 16480 600 Volt Class Motor Control Centers PN 132965 -7- Bid No. 2182 Ultraviolet Disinfection Project November 2007 PART 2 - PRODUCTS 2 -1. ACCEPTABLE MANUFACTURERS. The equipment shall be manufactured by Allen- Bradley, Cutler Hammer, General Electric, or Square D, without exception. 2 -2. CONSTRUCTION. Each control center shall conform to the arrangement, one -line diagram, schematics, and requirements indicated on the drawings or specified herein. The number of sections in each center and the unit arrangement within the structure is indicated on the Plans and is specific to this project. Arrangement of units shall not be changed from that shown on the Plans unless size requirements of the units necessitate changing the arrangement, and the proposed change is acceptable to the Engineer. In the event that the unit arrangement is changed, the Contractor shall be responsible for coordinating and providing for conduit relocations to allow conduits to enter the section from which the conductors they contain are routed. Product Selection for Restricted Space: Drawings indicate typical dimensions for motor - control centers, including clearances between motor - control centers and adjacent surfaces and items. Motor Control Centers 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. The decision of the Engineer as to the acceptability of motor control centers with larger dimensions than as shown on the Plans will be final. If 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. Motor control centers, and the equipment contained within them (other than remote I/O sections), shall be factory engineered, manufactured, assembled, and wired as complete units by one of the specified manufacturers at the manufacturer's factory. This requirement pertains to control wiring and similar wiring located within the MCC. Provide necessary means (terminal blocks, bus splices) to connect adjacent sections where shipping splits are provided. Wiring shall be NEMA Class I, IS, II, or IIS as required. Wiring shall be NEMA Type A, B, or C as required. 2 -2.01. Vertical Sections. The control center shall consist of standardized, freestanding structures bolted together to form a single dead -front panel assembly containing combination motor control units; feeder units; and metering, relaying, and interlocking, and miscellaneous control devices, as indicated on the drawings. A removable lifting angle shall be mounted on the top of each shipping City of Yakima, Washington 16480 600 Volt Class Motor Control Centers PN 132965 -8- Bid No. 2182 Ultraviolet Disinfection Project November 2007 group. Removable front and rear bottom channel sills shall extend the full width of the motor control center. Each vertical section shall be 90 inches [2250 mm] high and not less than 20 inches [500 mm] wide. As required, sections shall be 15 inches [375 mm] or 20 inches [500 mm] deep. Each 20 inch wide standard section shall have all necessary hardware and busing for modular plug -in units to be added and moved around. All unused space shall be covered by hinged blank doors and equipped to accept future units. Removable rear plates shall be sectionalized so that it is unnecessary to handle any plate larger than the section width or one -half the section height. A metal barrier extending the full height and depth of the section shall be provided to isolate each section from the next section as required. 2 -2.02. Compartmented Units. Each vertical section shall be constructed of modular components of various sizes. The modular components shall be designed to accommodate not more than six Size 1 or Size 2 full voltage combination motor starters per vertical section. Removable circuit breaker and motor starter units shall be provided with a mechanical interlock to prevent insertion or withdrawal when in the "on" position. Individual motor starter units, feeder breaker units, transformers, lighting panels, and control device compartments shall be isolated from each other by barriers of metal or a suitable insulating material. Each vertical section shall have a vertical- wiring trough for power and control wiring, and wiring troughs on top and bottom, which are continuous through the entire control center. Wire ties shall be provided in the vertical wireways unless the wireways are separated from the plug -in units by a permanent wall. Vertical wiring troughs shall be front accessible through hinged doors. 2 -2.03. Wiring Labels and Terminal Blocks. All internal wires shall be labeled at each termination. Terminals shall also be identified with labels showing the terminal block and terminal number. All starter units shall be provided with unit control terminal blocks. Terminal blocks shall be pull -apart type rated 20 amperes. All current carrying parts shall be tin - plated. The removable portion of the terminal blocks shall be used for factory installed wiring. 2 -2.04. Busing. The horizontal main bus and the vertical bus extensions shall be tin - plated copper mounted on supports formed of materials having high dielectric strength, low moisture absorbency, and high impact strength. The main bus shall extend the full length of the motor control center and shall have provisions for City of Yakima, Washington 16480 600 Volt Class Motor Control Centers PN 132965 -9- Bid No. 2182 Ultraviolet Disinfection Project November 2007 splicing additional sections onto either end. Both horizontal and vertical busing shall be braced against forces resulting from fault current. The vertical bus connecting an incoming power feeder cable shall have the same ampere rating as the main horizontal bus. Each vertical bus extension shall be rated as required. A tin - plated copper ground bus rated 300 amperes shall extend through the entire control center and shall be located where it will not interfere with pulling of external cable. Grounding connections shall be accessible from the front. The ground bus shall be provided with six 0.38 inch [10 mm] holes for each vertical section to accept ground lugs for any loads requiring a ground conductor. A solderless connector shall be provided on the ground bus in each end section for an external ground cable, sized from 1/0 AWG to 250 kcmil [50 to 120 mm Each vertical section shall have a vertical ground bus. The plug -in units shall engage the ground bus prior to engagement of the power stabs and shall disengage only after the power stabs are disconnected. 2- 2.04.01. Neutral Bus. Not required. 2- 2.04.02. Neutral Pad. As required, the incoming line section shall be equipped with a neutral bond lug suitable to bond the service entrance neutral conductors. The service entrance neutral pad shall be equipped with a main bonding jumper to the control center ground bus in accordance with the National Electrical Code. 2 -2.05. Isolation of Buses. The main bus shall be isolated from the horizontal wiring trough. The entire vertical bus assembly shall be enclosed within grounded steel or glass filled polyester barriers. The barriers shall have openings for power stabs of plug -in units Shutters shall he provided to rinse th openings power when units are removed. 2 -2.06. Combination Magnetic Starters. As required, or as indicated on the drawings, control center starters shall be breaker combination, magnetic, reduced voltage, or across - the -line type as follows: a. Starters shall be 3 phase, 60 Hz contactors with overloads, a 120 volts ac coil, a dry type control transformer, and a molded -case circuit breaker or motor circuit protector. Control transformers shall be mounted with the removable starters and shall have capacity for all simultaneous loads. Control transformers shall have both primary leads fused, one secondary lead fused, and one secondary lead grounded. b. Contactors shall be NEMA rated (size 1 minimum) and have an 8 hour current rating in accordance with the latest NEMA standards. Contactors of reversing or multispeed starters shall be mechanically and electrically interlocked. City of Yakima, Washington 16480 600 Volt Class Motor Control Centers PN 132965 -10- Rid Nn 2182 Ultraviolet Disinfection Project November 2007 c. As required, spare interlock contacts, whether on the starter or a relay, shall be wired separately to the unit terminal board. d. As required, a 3 phase ambient - compensated bimetallic style thermal overload relay with external manual reset shall be furnished with each starter. Provide two separate auxiliary contacts with each overload protection unit: one normally closed for use in the motor starting circuit, and one normally open for signaling overloads to the plant control system. e. As required, a 3 phase ambient - compensated eutectic alloy style thermal overload relay with external manual reset shall be furnished with each starter. f. As required, heaterless overload protection shall be provided by three current sensors monitored by a microprocessor. The overload device shall also include phase loss and unbalance protection, trip class selection, Class II ground fault protection, and manual reset. g. An external manual breaker operating handle with provisions for up to three padlocks shall be provided on each starter. The access door shall be interlocked with the circuit breaker so that the door cannot be opened, except by an interlock override, while the breaker is closed. h. CONTRACTOR shall match control transformers, overloads, heaters, and minimum sizes of starters to equipment furnished, which may differ from the estimated values indicated on the drawings. i. Unless otherwise specified, spare starters shall have breakers and overloads sized for the largest rated motor and 100 watts extra transformer capacity. 2 -2.07. Combination Solid -State Starters. Not Used. 2 -2.08. Adjustable Frequency Drives. Not Used. 2 -2.09. Contactors. Contactors for control of bus voltage Toads other than motors shall be the same as contactors for combination magnetic starters, except overloads will not be required. Mechanically held contactors shall have 120 volts ac coils with disconnecting contacts. Other contactors shall have 120 volt, continuous duty coils and contacts where indicated on the drawings. 2 -2.10. Relays and Timers. Auxiliary relays and timers shall have 120 volt, 60 Hz coils for continuous duty in 40 °C ambient, and 10 ampere, 120 volts ac contacts. Auxiliary relays shall be NEMA rated. 2 -2.11. Control Switches and Pilot Lights. Control switches and pilot lights shall be 30.5 mm heavy -duty, oiltight construction. Pilot lights shall be full voltage type with LED lamps. 2 -2.12. Circuit Breakers. Control center disconnects shall be three pole, single - throw, 600 volt, molded -case air circuit breakers. Circuit breakers of combination City of Yakima, Washington 16480 600 Volt Class Motor Control Centers PN 132965 -11- Bid No. 2182 Ultraviolet Disinfection Project November 2007 starters shall be magnetic motor circuit protector type. Feeder circuit breakers shall be thermal - magnetic type and shall be manually operated, with quick -make, quick- break, trip -free toggle mechanism. Bimetallic thermal elements shall withstand sustained overloads and short- circuit currents without injury and without affecting calibration. Thermal elements shall trip the breaker at 125 percent of trip rating. The instantaneous elements of 225 ampere frame and larger breakers shall be adjustable and shall be set at 800 percent of trip rating. As required, main circuit breakers and feeder circuit breakers 225 amperes and larger shall be furnished with a solid -state trip unit complete with built -in current transformers. The ampere rating of the trip unit shall be as indicated on the drawings. The trip unit shall have adjustable settings for continuous amperes, and short -time pickup. The trip unit shall be provided with additional short delay trip time adjustment for better system coordination. Where indicated on the drawings, main circuit breakers shall be provided with instantaneous pickup and integral ground fault protection with shunt trip devices. 2 -2.13 Transient Voltage Surge Suppression. Not Used 2 -2.15. Miscellaneous. Other items indicated on the drawings shall conform to the applicable provisions of NEMA ICS 2 and UL 845. 2 -2.16. Lighting Transformers. Lighting and auxiliary power transformers shall be dry type, with at least two full capacity taps. 2 -2.17. Panelboards. Not Used 2 -2.18. Special Panels. Not Used 2 -2.19. Shop Painting. All iron and steel surfaces, except stainless steel and machined surfaces, shall be plated or shop painted with the manufacturer's standard coating. Finish color for both indoor and outdoor equipment shall be ANSI 61. Field painting, other than touchup painting, will not be required. A sufficient quantity of additional coating material and thinner shall be furnished to permit field touchup of damaged coatings. As required, the underside of equipment to be installed in exposed outdoor locations shall be thoroughly cleaned and coated with an automotive type undercoating material. The coating shall be thick enough to withstand normal handling during shipping and installation. The underside is defined as the surfaces in contact with the floor or pad and other surfaces not readily accessible for field painting. The coating may be factory or field applied. 2 -3. ACCESSORIES. City of Yakima, Washington 16480 600 Volt Class Motor Control Centers PN 132965 -12- Bid No. 2182 Ultraviolet Disinfection Project November 2007 2 -3.01. Special Tools and Accessories. Equipment requiring periodic repair and adjustment shall be furnished complete with all special tools, instruments, and accessories required for proper maintenance. Equipment requiring special devices for lifting or handling shall be furnished complete with those devices. 2 -4. SHOP TESTS. The complete control center shall be tested at the factory. All circuits, including power and control, shall be given dielectric tests in accordance with NEMA ICS 2 -322. PART 3 - EXECUTION 3 -1. INSTALLATION. Installation will be in accordance with Section 16100 and as noted below. Mounting: Level, plumb and rigid without distortion of enclosure. Install on floor level within plus or minus 1/8 inch in a square yard. Shim with stainless steel shims where necessary. Bolt units to the floor with 3/8" stainless steel expansion anchors and bolts or weld to embedded steel channels. Grout or caulk enclosure to floor or housekeeping pad. Conduit connections: Provide bushings on conduits entering from above or at the sides. Provide metallic, insulating grounding bushings bonded to the ground bus or pad on conduits entering from below. 3 -2. FIELD QUALITY CONTROL. 3 -2.01. Installation Check. As required, an experienced, competent, and authorized representative of the manufacturer shall visit the site of the Work and inspect, check, adjust if necessary, and approve the equipment installation. The representative shall be present when the equipment is placed in operation in accordance with Section 01650, and shall revisit the job site as often as necessary until all trouble is corrected and the equipment installation and operation are satisfactory in the opinion of ENGINEER. The manufacturer's representative shall furnish a written report certifying that the equipment has been properly installed and lubricated; is in accurate alignment; is free from any undue stress imposed by connecting conduit or anchor bolts; and has been operated under full load conditions and that it operated satisfactorily. All costs for these services shall be included in the Contract Price for the number of days and round trips to the site as required. 3 -2.02. Field Installation Supervision. As required, the equipment manufacturer shall furnish a qualified field installation supervisor during the equipment installation. Such services shall be included in the Contract Price for the number of days and round trips to the site as required. City of Yakima, Washington 16480 600 Volt Class Motor Control Centers PN 132965 -13- Bid No. 2182 Ultraviolet Disinfection Project November 2007 Manufacturers' installation supervisor shall observe, instruct, guide, and direct CONTRACTOR's erection or installation procedures as necessary. The t . equipment manufacturer will be provided with written notification 10 days prior to the need for such services. 3 -2.03. Connections. Clean splice plates with Stoddard's Solvent before assembling. Assemble all shipping splits. Tighten bus splices, electrical connectors and terminals, including grounding connections, according to manufacturer's torque-tightening values. Check ail factory connections for proper torque. 3 -2.04. Adjusting. Tighten all structural connections, barriers, racking mechanism. Check alignment of plug -in devices with stationary parts. Check operating mechanism for binding, and lubrication. Set field - adjustable overload relays and circuit - breaker trip ranges to the minimum required value (within code limitations) to permit starting and operation of the equipment. End of Section City of Yakima, Washington 16480 600 Volt Class Motor Control Centers PN 132965 -14- Bid No. 2182 Ultraviolet Disinfection Project November 2007 1133 West Columbia Drive Kennewick, WA 99336 Phone (509) 586 -1104 Inc. Fax (509) 585 -3686 www.apollosm.com General Contractor ...Building People Who Build Great Things LETTER OF TRANSMITTAL To: Max Linden Date: January 7, 2008 City of Yakima Transmittal No.: P100- 000001 Wastewater Division Apollo Project No.: P100 2220 East Viola Yakima, WA 98901 PROJECT: YAKIMA WWTP UV DISENFECTION SUBJECT: Contract Documents DESCRIPTION": 1. Signed Contract Agreement 2. Performand and Payment Bond 3. Certificate of Liability Insurance Betty it las, Contra. Administrator . - @apollo- gc.com An Equal Opportunity Employer COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED -- (Section II) is amended c) The insurance provided to the additional in- to include any person or organization that you sured does not apply to "bodily injury" or agree in a "written contract requiring insurance" "property damage" caused by your work" to include as an additional insured on this Cover- and included in the "products- completed op- age Part, but: erations hazard" unless the "written contract • a) Only with respect to liability for "bodily injury ", requiring insurance" specifically requires you "property damage" or "personai_injury "; and to provide such coverage for that additional Insured, and then the insurance provided to b) If, and only to the extent that, the injury or the additional insured applies only to such damage is caused by acts or omissions of "bodily injury" or "property damage" that ac- you or your subcontractor in the performance curs before the end of the period of time for of your work" to which the "written contract which the "written contract requiring insur- requiring insurance" applies. The person or ante" requires you to provide such coverage organization does not qualify as an additional or the end of the policy period, whichever is insured with respect to the independent acts earlier. or omissions of such person or organization_ 3. The insurance provided to the additional insured 2. The insurance provided to the additional insured by this endorsement is excess over any valid and by this endorsement is limited as follows: collectible "other insurance ", whether primary, a) In the event that the Limits of Insurance of excess, contingent or on any other basis, that is this Coverage Part shown in the Declarations available to the additional insured for a loss we exceed the limits of liability required by the cover under this endorsement. However, If the "written contract requiring insurance ", the in- "written contract requiring insurance" specifically surance provided to the additional insured requires that this insurance apply on a primary shall be limited to the limits of liability re- basis or a primary and non - contributory basis, quired by that "written contract requiring in- this Insurance is primary to "other insurance" surance ". This endorsement shall not in- available to the additional insured which covers crease the limits of insurance described in that person or organization as a named insured Section III — Limits Of Insurance. for such loss, and we will not share with that "other insurance ". But the insurance provided to b) The insurance provided to the additional in- the additional insured by this endorsement still is sured does not apply to "bodily injury", "prop- excess over any valid and collectible "other in- erty damage" or "personal injury" arising out surance ", whether primary, excess, contingent or of the rendering of, or failure to render, any on any other basis, that is available to the addi- professional architectural, engineering or sur- tonal insured when that person or organization is veying services, including: an additional insured under such "other insur i. The preparing, approving, or failing to ante ". prepare or approve, maps, shop draw - 4. As a condition of coverage provided to the ings, opinions, reports, surveys, field or- additional insured by this endorsement ders or change orders, or the preparing, approving, or failing to prepare or ap- a) The additional insured must give us written prove, drawings and specifications; and notice as soon as practicable of an "occur- ii. Supervisory, inspection, architectural or rence" or an offense which may result in a Claim. To the extent possible, such notice engineering activities. should Include: CG 02 46 08 05 0 2045 The St. Paul Travelers Companies, Inc. Page 1 of 2 COMMERCIAL GENERAL LIABILI 1 1. How, when and where the "occurrence" any provider of "other insurance" which would or offense took place; cover the additional insured for a loss we ii. The names and addresses of any injured cover under this endorsement. However, this persons and witnesses; and condition does not affect whether the incur- ance provided to the additional insured by The nature and location of any Injury or this endorsement Is primary to "other' insur- damage arising out of the "occurrence" or anoe" available to the additional insured offense. which covers that person or organization as a b) If a claim Is made or "suit" is brought against named insured as described in paragraph 3. the additional insured, the additional insured above. must: 5. The following definition Is added to SECTION V. i. Immediately record the specifics of the — DEFINITIONS: claim or "suit" and the date received; and "Written contract requiring insurance" means ii. Notify us as soon as practicable. that part of any written contract or agreement The additional insured must see to it that we under which you are required to Include a person or organization as an additional In- receive written notice cif the claim or suit as sur b n this Coverage ge Part, provided that soon as practicable. II "bodily injury' "property damage " oc- c) The additional Insured must immediately curs and the "personal injury" is caused by an send us copies of all legal papers received in offense committed: connection with the claim or "suit ", cooperate _ a. After the signing and execution of the with us in the investigation or settlement of contract or agreement by you the claim or defense against the "suit ", and otherwise comply with ail policy conditions. b. While that part of the contract or d) The additional insured must tender the de- agreement is in effect; and fense and indemnity of any claim or "suit" to c. Before the end of the policy period. • • Page 2 of 2 © 2005 The St. Paul Travelers Companies, inc. CG D2 46 06 05 • COMMERCiAL GENERAL LIABILI 2. This insurance does not apply to damage to 5. This Provision B. does not apply if coverage premises while rented to you, or temporarily for Damage To Premises Rented To You of occupied by you with permission of the COVERAGE A. BODILY INJURY AND owner, caused by: PROPERTY DAMAGE LIABILITY (Section I — a. Rupture, burstirg, or operation of pres- Coverages) is excluded by endorsement sure relief devices; C. BLANKET WAIVER OF SUBROGATION b. Rupture or bursting due to expansion or We waive any right of recovery we may have swelling of the contents of any bullding or against any person or organization because of structure, caused by or resulting from wa- payments we make for injury or damage arising ter; out of: premises owned or occupied by or rented c. Explosion of steam bailers, steam pipes, or loaned to you; ongoing operations performed steam engines, or steam turbines. by you or an your behalf, done under a contract with that person or organization; "your work"; or 3. Paragraph 6. of LIMITS OF INSURANCE "your products ". We waive this right where you (Section III) is deleted and replaced by the have agreed to do so as part of a written contract, following: executed by you before the "bodily injury' or Subject to 5. above, the Damage To Prem- "property damage" occurs or the "personal Injury" ices Rented To You Limit Is the most we will or "advertising injury" offense is committed. pay under COVERAGE A. for the sun of ail D. BLANKET ADDITIONAL INSURED -- MANAG- damages because of "property damage" to ERS OR LESSORS OF PREIVIISES any one premises while rented to you, or temporarily occupied by you with permission WHO IS AN INSURED (Section 1I) is amended to of the owner, caused by: fire; explosion; light- include as an insured any person or organization ning; smoke resulting from such fire, explo- (referred to below as "additional insured ") with lion, or lightning; or water. The Damage To whom you have agreed in a written contract, exe- Premises Rented To You Limit will apply to all cuted before the "bodily injury" or "property darn - "property damage" proximately caused by the age" occurs or the "personal injury" or "advertis- same "occurrence ", whether such damage ing injury" offense is committed, to name as an results from: fire; explosion; lightning; smoke additional insured, but only with respect to liability resulting from such fire, explosion, or light- arising out of the ownership, maintenance or use ning; or water; or any combination of any of of that part of any premises leased to you, Subject these causes. to the following provisions: The Damage To Premises Rented To You 1. Limits of Insurance_ The limits of insurance Limit will be the higher of: afforded to the additional insured shall be the limits which you agreed to provide in the writ- e. $300,000; or ten contract, or the limits shown on the Dacia - b. The amount shown on the Declarations rations, whichever are less. for Damage To Premises Rented To You 2. The insurance afforded to the additional in- Limit. sured does not apply to: 4. Paragraph a. of the definition of "insured con- a. Any "bodily injury" or "property damage" tract" (DEFINITIONS -- Section V) is deleted that occurs, or "personal injury" or "adver- and replaced by the following: tiling injury" caused by an offense which a. A contract for a lease • of premises, How- is committed, after you cease to be a ten - ever, that portion of the contract for a ant in that premises; lease of premises that indemnifies any b. Any premises for which coverage is ex- person or organization for damage to ciuded by endorsement; or premises while rented to you, or tempo- c. Structural alterations, new construction or rarity occupied by you with permission of demolition operations performed by or on the owner, caused by: fire; explosion; behalf of such additional insured. lightning; smoke resulting from such fire, explosion, or lightning; or water, is not an 3. The insurance afforded to the additional in- "Insured contract "; sured is excess over any valid and collectible Page 2 of 6 Copyright, The Travelers indemnity Company, 2004 CG 03 16 07 04 t.,Henu : ours HrVLtiv I+ ACORDTU CERTIFICATE OF LIABILITY INSURANCE DATE (M sD ) PRODU THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Parker Smith Sr Feek, Inc_ ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Bellevue Office HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 2233 112th Avenue NE Bellevue, WA 98004 INSURERS AFFORDING COVERAGE NA1C # INSURED INSURER A: Charter Oak Fire Insurance Co. Apollo, Inc. INSURERS: National Union Fire Insurance of PA P O Box 7305 INSURER c: Travelers Indemnity Co. Kennewick, WA 99336 INSURER 0: INSURER E COVERAGES 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 DESCRIBED HEREIN IS SUBJECT TO ALLTHE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. (NSR ADD'L TYRE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR NSRC OA7E {MM100(YYI OATS (MMIDDI A X GENERAL LIABILITY 526D8509C0F07 08/25107 08125108 EACH OCCURRENCE $1, 004,000 X COMMERCIAL GENERAL LIABILITY DAMAGE RENTED $304 000 PRFM(SFS (Fa ocrum:ncnl � , CLAIMS MADE 1=J OCCUR MED EXP (Any one person) $10,000 X PD Ded:$20,000 PERSONAL S ADVINJURY .51,000,000 GENERAL AGGREGATE 52,000,000 GEN'L AGGREGATE LIMIT APPL PRODUCTS COMP/OP AGG $2,000,000 — 1 POLICY Fit (JE � I ( I Lac O AUTOMOBILE 526D85091ND07 08125 08/25/08 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $1,000,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY X NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT 5 ANY AUTO OTHER THAN EA ACC 5 AUTO ONLY: AGG 5 B EXCESS /UMBRELLA LIABILITY BE5685809 08/25/07 08/25108 EACH OCCURRENCE sSEE LIMITS OCCUR I I CLAIMS MADE AGGREGATE SBELOW $ DEDUCTIBLE $ X RETENTION s $10,000 A WORKERS COMPENSATION AND 526D8 08125/07 08125108 WCSTATU- 0TH- EMPLOYERS' LIABILITY TORY LIMITS I X 1 FR ANY PROPRIETOR/PARTNER/EXECUTIVE WA STOP GAP E.L. EACH ACCIDENT $1,404,000 OFFICER/MEMBEREXCLUDED? E.L. DISEASE - EA EMPLOYEE 51,000,000 I( yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT 51,000,000 OTHER DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT$ SPECIAL PROVISIONS City of Yakima Regional Wastewater Treatment Plant Ultra Violet IJisenfection Project. City of Yakima and Project Engineer and Engineer's Consultants and their respective officers, directors, partners, employees, agents and other consultants and subcontractors of each and any (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION Ten Day Notice for Non - Payment of Premium SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY OF YAKIMA WASTEWATER DATE THEREOF, THE ISSUING INSURER WILL K[RKS(R MAIL 45 DAYS WRITTEN DIVISION NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, yj otwA X Attn: Max Linden, Utility Engineer YXXIMIRVAKV10;840tARMIXXXXVOLAXXXIMVAKAMMIX82(3CRXXIMCDOOEXXX 2220 East Viola Rlytxxx Yakima, WA 98901 AUTHORIZED REPRESENTATIVE ACORD 25 (2001108) 1 of 3 #M78498 TSEOQ o ACORD CORPORATION 1980 DE .. _ .....................-----.._...._........... ._...........:::_, ::::.:.:::::� - . �S CR o. n �ti. r `�froPa� of all are included as Additional Insureds and coverage is Primary & Non Contributory as set forth in the terms and conditions of Endorsement CGD246 08 05 attached. Waiver of Subrogation applies per Endorsement CGD316 07 04, pg. 2 of 6 attached. The Excess limits are as follows: $4,000,000 (Occurrence); and $4,000,000 (Aggregate). AMS 25.3 (2004/08) 3 of 3 #M78498