Loading...
HomeMy WebLinkAboutCorrosion Companies, Inc. - Sodium Hypochlorite Storage Tank RehabilitationYakima Wastewater Division Sodium Hypochlorite Storage Tank Rehabilitation CITY OF YAKIMA JOB N0.2433 INVITATION TO QUOTE Contractor: l.._Q(`1(0) QY\ C-'a4i ! 2s 'y(C- Phone: c. CD o — b 3 Address: 3 1Le$ 1? 2" to0.5c a, )9g/Q(/ PROJECT SCOPE CITY OF YAKIMA WASTEWATER DIVISION 2220 EAST VIOLA AVENUE YAKIMA, WASHINGTON 98901 PHONE 575-6077 Quotations will be received by the Yakima City Clerk until:3:00 PM, August 31st, 2016 This contract provides for the Relining and Modification of a fiber reinforced plastic (FRP) Sodium Hypochlorite Storage Tank at the Yakima Regional Wastewater Treatment Facility in Yakima, WA, as well as other related work all in accordance with the Plans and Specifications as prepared by Fiberglass Structural Engineering INC. and approved by the City Engineer of the City of Yakima. INSTRUCTIONS TO THE CONTRACTOR Please return your lowest price for the following project by 3:00 p.m., August 31st, 2016 to the Yakima City Clerks Office, 1st floor of City Hall. If you have any questions call Dana Kallevig at 249-6813. The city reserves the right to reject any or all quotations and to accept any or all items at the price quoted. The city intends to award this contract within 10 calendar days after bid opening. 1 QUOTE Yakima Wastewater Division Sodium Hypochlorite Storage Tank Rehabilitation City of Yakima Job No. 2433 ITEM NO. PROPOSAL ITEM PAYIVENT SECTION QTY UNITDOLLARS AMOUNT AMOUNT DOLLARS AMOUNT DOLLARS 1 MOBILIZATION ay 2016 MOOT Standard Specification 1-09.7 1 LS ,.....174 /-.<7/ , 0 6 ,y, / 6 , od /6,63 ‘, e a() ",-,t,-,,, 2 TANK REHABIUTATION Per Attachment A FSE ,5Decifications for Relining and... IVbcffication of FFP Sockirn hypochlorite Storage Tank OCT CN 1: Replace select nozzles only OP71CiV 2 Cption 1, Wth 70%tank rehabilitation OPTION 3: Cption 1, with 100%tank rehabilitation ?ii'Z'7,i ',•., ., -' • ,i, — ,„.7 {W;; . * ' ' ;4 ''.1V' '* r ,,,,-,,,.. ".. - , -- , , ,:..,, 2. '' r t`' ' i •• • * AO* ' * ''' 4., ?:1' *''''''• 'r t' ' :; 'L ' 07: ' ' '4' , t., -' ' ' •-• ,. .,y x., ;,,, r, , ' ' * e' ,,,,,,, ' a '• . .' ' f t',1 + ft _' 1 LS V,C/%. ,, ,';' . t• '' lk 1 LS .. j- . e .. , ,,,,,:. ....i.j., -,,,,.1,/, •,. , ..) 7 w i (7) ,..7.• ad" Cao.7 tO • . ,,,,. . - *.• '. ' -- 1 LS tt 3 REPAIR OR RITLACENENT Per Contract Specification #19 1 FA $ 2,500.00 $ 2,500.00 $ 2,500.00 SUB STATE SALES TOTAL: TAX 8.2%: TOTAL: OPTION 1 OPTION 2 OPTION 3 /6, ,7., 0-6 ..V6 5. 3 , 6 a /, 3 7/, e.;-_- ,_3,?/_s', 7 ,.,4' ‘,.gct, 3ci /a, 0 94, y.:' ..s435-ep, y 7 (-e</ Ol? 37 cborrost‘ C.Trt Contractor's Signature: Addendum Acknowledgment 3 pate: 3' a? I Yakima Wastewater Division Sodium Hypochlorite Storage Tank Rehabilitation CITY OF YAKIMA JOB NO.2433 SPECIFICATIONS I. GENERAL/SPECIAL INSTRUCTIONS 1. Description of Project: This contract provides for the Relining and Modification of a fiber reinforced plastic (FRP) Sodium Hypochlorite Storage Tank at the Yakima Regional Wastewater Treatment Facility in Yakima, WA, as well as other related work all in accordance with the Plans and Specifications as prepared by Fiberglass Structural Engineering INC. and approved by the City Engineer of the City of Yakima. 2. Workmanship: The contractor shall furnish all labor, equipment, and materials, which are necessary to complete the work as described in these specifications. Quality of workmanship shall conform to that which is usually provided by the trade in general. A Performance Bond equal to the bid amount shall be required. 3. Regulatory Requirements: The project shall be performed in a manner that is in compliance with all applicable federal, state and local laws and regulations, including, but not limited to, vehicle regulations (WSDOT/HMTUSA/other), environmental laws and regulations (EPA/WDOE/local), and health and safety laws and regulations (OSHA/WISHA/City Safety Codes). 4. Records: The contractor shall maintain operational records at its place of business for a minimum of five years. These records shall include: point of material pick up, type of material, quantity of material. 5. Prevailing Wages: The contractor will comply with all provisions of Chapter 39.12 RCW- Prevailing Wages on Public Work. A. RCW 39.12.010 - The Prevailing Rate of Wage: Contact the Department of Labor and Industries, to confirm current prevailing wage rate for applicable workers on this particular public work project. B. RCW 39.12.040 - Statement of Intent to Pay Prevailing Wages and an Affidavit of Wages Paid: Before the City may pay any sum due on account, it must receive a statement of Intent to Pay Prevailing Wages approved by the Department of Labor and Industries. Following final acceptance of a public work project, and before any final money is disbursed, each contractor and sub -contractor must submit to the City an Affidavit of Wages Paid, certified by the Department of Labor and Industries. C. RCW 39.12.070 - Fees Authorized for Approval Certification and Arbitrations: Any fees charged by the Department of Labor and Industries for approvals or fees to cover costs of arbitration conducted shall be the responsibility of the contractor. 6. Termination - Cause: The City reserves the right to terminate this contract at any time, upon written notice, in the event that the services of the Contractor are deemed by the City to be unsatisfactory, or upon failure to perform any of the terms and conditions contained in this agreement. In addition to the foregoing right of termination, the City may terminate this contract, with or without cause, upon thirty (30) days written notice to Contractor. 7. Right to Award: The City of Yakima reserves the right to make contract award by Schedule or on an all or none basis, whichever is in the best interest of the City. 5 8. Submission of Quote: Quotes shall be submitted to the City Clerk's Office, Yakima City Hall, 129 North 2nd Street, Yakima, WA, 98901, by 3:00 p.m. on August 31st, 2016 in a sealed envelope labeled: Yakima Wastewater Division Sodium Hypochlorite Storage Tank Rehabilitation City of Yakima Job No.2433 with the quote due date written on it. Bidders will not be allowed to adjust their quotes after submission. 9. No Disturbance: The contractor shall not disturb grounds or materials outside the sphere of the contracted project. 10. Pre Bid Meeting: All bidders are encouraged to visit the site prior to submitting their quote to become aware of any issues that may affect their quote. A Pre Bid meeting is scheduled for Wednesday August 24th, 9:OOam, at the Wastewater Treatment Plant (2220 East Voila Avenue). Alternate times may be available for a site visit, but are not guaranteed. If needed, contact Dana Kallevig or Steve Brown, 509.575.6077. 11. Coordination: The contractor will coordinate his work with City of Yakima Treatment Plant Maintenance Supervisor Steve Brown at 509.249.6821. 12. Timing: Successful vendor shall coordinate with contacts listed above as to when work will be accomplished. Work shall be completed within 25 working days. 13. Tank Rehabilitation: FSE prepared specifications for this work are included as Attachment A. 14. Business License: All bidders shall have a valid and current business license issued by the City of Yakima covering this type of work. It will be the contractor's responsibility to obtain any licenses or permits required, to complete the project. 15. Right to Reject: The City of Yakima reserves the right to reject any or all quotes or accept any presented which meet or exceed these specifications and which they may deem to be in the best interest of the City and will not necessarily be bound to accept the low quote. 16. No Preferences: No exceptions will be considered that may tend to give an individual bidder a distinct advantage. 17. Contractor's Liability Insurance (Sample Certificate Attached): The contractor shall obtain and maintain in full force and effect during the term of the contract, commercial general liability coverage and automobile coverage with insurance carriers admitted to do business in the State of Washington. The insurance companies must carry a Best's Rating of A -VII or better. The policies will be written on an occurrence basis subject to the following minimum limits of liability: Commercial General Liability: Combined Single Limit: $1,000,000 Per Occurrence $2,000,000 Annual Aggregate 6 The City of Yakima, its agents, elected and appointed officials, and employees are to be listed as additional insured under the policies. The contractor will provide a Certificate of Insurance to the City as evidence of coverage. The certificate will provide 45 days notice of cancellation, and under the cancellation section, the wording "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" will be crossed out. A copy of the additional insured endorsement attached to the policy will be included with the certificate. The contract shall also maintain workers compensation through the State of Washington. If at any time during the life of the contract or any extension, the contractor fails to maintain the required insurance in full force and effect, all work under the contract shall be discontinued immediately. Any failure to maintain the required insurance may be sufficient cause for the City to terminate the contract. 18. Bidder Responsibility Criteria: It is the intent of Owner to award a contract to the low responsible bidder. Before award, the bidder must meet the following bidder responsibility criteria to be considered a responsible bidder. The bidder may be required by the Owner to submit documentation demonstrating compliance with the criteria. The bidder must: 1. Have a current certificate of registration as a contractor in compliance with chapter 18.27 RCW, which must have been in effect at the time of bid submittal; 2. Have a current Washington Unified Business Identifier (UBI) number; 3. If applicable: a. Have Industrial Insurance (workers' compensation) coverage for the bidder's employees working in Washington, as required in Title 51 RCW; b. Have a Washington Employment Security Department number, as required in Title 50 RCW; c. Have a Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW; 4. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). 5. Until December 31, 2013, not have violated more than one time the off-site, prefabricated, non- standard, project specific items reporting requirements of RCW 39.04.370. 6. For public works projects subject to the apprenticeship utilization requirements of RCW 3.0.04.320, not have been found out of compliance by the Washington state apprenticeship and training council for working apprentices out of ratio, without appropriate supervision, or outside their approved work processes as outlined in their standards of apprenticeship under chapter 49.04 RCW for the one-year period immediately preceding the first date of advertising for the project. 19. Repair or Replacement: This work shall consist of repair of any incidental damages to miscellaneous items within or adjacent to the project area. This includes complete replacement of items that are beyond repair as determined by the Engineer. Payment for "Repair or Replacement" shall be made by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair and Replacement", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. 7 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this (' —day of , 20 y6, by and between the City of Yakima, hereinafter called the Owner, and CORROSION COMPANIES, INC. a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $50,350.87, for Yakima Wastewater Division, Sodium Hypochlorite Storage Tank Rehabilitation, City of Yakima Project No. 2433., all in accordance with, and as described in the attached plans and specifications and the 2016 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in thirty (30) working days. If work has not commenced within the ten (10) days after the notice to proceed, the first chargeable working day shall be the eleventh (11th) working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment; work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. INDEMNIFICATION. The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from The Contractor's performance or non-performance of the services, duties and obligations required of it under this Agreement. IV. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA this &2 day of 0(4- 2o1_1p CONTRACTOR C' ro l 'lct-v ()C7S/10. ,a VlA Corporation Contra By: (� e (Print Nae) CITY CONTRACT NO: 40/4,•-•/,576 RESOLUTION NO: /VG( Its: Loej/lQll{,J�QN�GIC�-��/l/td Q/?J (Pre i ent, Owner, etc.) Address: (.tks%u 78671 9 PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: BOND No. 62910397 That whereas the City of Yakima, Washington has awarded to CORROSION COMPANIES, INC. (Contractor) hereinafter designated as the 'Principal' a contract for the construction of the project designated Yakima Wastewater Division, Sodium Hvoochiorite Storage Tank Rehabilitation, City of Yakima Project No. 2433, all as hereto attached and made a part hereof and whereas, said principal is required under ttie terms of said contract to fumish a bond for the faithful performance of said contract: NOW, THEREFORE, we, the principal. and WESTERN SURETY COMPANY(Surety), a corporation, organized and existing under and by virtue of the laws of the State of South Dakota , duly authorized to do business in the State of Washington, as surety, are jointly and severally held and firmly bound unto the City of Yakima, Washington, in the sum of $50,350.87 (Total Contract Amount) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by those presents. THE CONDITIONS OF THIS OBLIGATIONS IS SUCH, that if the above bonded principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub -contractors and material men, and all persons who shall supply said principal or sub -contractors with provisions and supplies for the carrying on of said work, and shall hold said City of Yakima, Washington, their employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub -contractor in the performance of said work and shall indemnify and hold the City of Yakima, Washington, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects developing in the material or workmanship pnavided or performed under said contract, within a period of one year after its acceptance by the City of Yakima, Washington, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Ordinances of the City of Yakima, Washington. IN WITNESS WHEREOF, the said principal and the said surety have caused this bond to be signed and sealed by their duly authorized officers this 13th day of September , 2016 . Approved as to form: t!yAttomey) 11 Corrosion Com.anies Inc. By ignature) (Print Name) (Title) WESTERN SURETY COMPANY ANNE W SIBLEY (Print Name) ATTORNEY IN FACT (Title) Western Surety Company POWER OF ATTORNEY - CERTIFIED COPY Bond No 62910397 Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duly organized and existing under the laws of the State of South Dakota, and having its principal office in Sioux Falls, South Dakota (the "Company"), does by these presents make, constitute and appoint ANNE W SIBLEY its true and lawful attorneys) -in -fact, with full power and authority hereby conferred, to execute, acknowledge and deliver for and on its behalf as Surety, bonds for: Principal: Corrosion Companies Inc. Obligee: City of Yakima Wastewater Division Amount: $500,000.00 and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Senior Vice President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said attorney(s)-in-fact may do within the above stated limitations. Said appointment is made under and by authority of the following bylaw of Western Surety Company which remains in full force and effect. "Section 7. All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." All authority hereby conferred shall expire and terminate, without notice, unless used before midnight of December 13 2016 , but until such time shall be irrevocable and in full force and effect. Im `t deaf, Western Surety Company has caused these presents to be signed by its Vice President, Paul T. Bruflat, and its coritte,eal'tu'be, thfs 13th day of September , 2016 4~' ==°= WEST. R►. SURE COMPANY eee S P SOUPH- 'A coUI3� ss iY' Paul T.ruflat, Vice President On this 13th day of September , in the year 2016 , before me, a notary public, personally appeared Paul T. Bruflat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and deed of said corporation. +ywbbbao�nSati�Sg�SSSyrSga% . t r J. MOHR NOTARY PUBLIC �� a gEp� d Notary Public - South Dakota i SOUTH DAKOTA +ayw�,y�,�e5yg�wyy�h5a�,b�.w� + My Commission Expires June 23, 2021 I the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable, and furthermore, that Section 7 of the bylaws of the Company as set forth in the Power of Attorney is now in force. In testimony whereof, I have hereunto set my hand and seal of Western Surety Company this September 2016 13th day of WEST' R►I SURE T.,Y COMPANY Paul Truflat, Vice President To validate bond authenticity, go to www.cnasurety.com > Owner/Obligee Services > Validate Bond Coverage. Form F5306-1-2016 CORRCOM-01 MROGERS '`a�oRo- CERTIFICATE OF LIABILITY INSURANCE ki......----- DATE(MM/DDIYYYY) 9/27/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Davidson & Associates Insurance Agency, Inc. PHONE 360 514-9550 FAX (360)514-9551 610 Esther St Ste 101 1 (AIC, No, Est): ( ) (A/C, No): Vancouver, WA 98660 ADDRE info davidsoninsurance.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Admiral Insurance Company X INSURED j INSURER B : Mutual of Enumclaw Corrosion Companies Inc INSURER C : Terry Glenn PO Box 1199 INSURER D Washougal, WA 98671 INSURER E : $ 2,000,000 INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR TYPE OF INSURANCE ADDL INSD SUBR wVD POLICY NUMBER POLICY EFF (MM/DD//YYYY) POLICY EXP (MMIDD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 CLAIMS -MADE X OCCUR X X FEIECC1091903 11/01/2015 11/01/2016 DAMAGETORI=N E„D PREMISES (Ea occurrence) $ 50,000 MED EXP (Any one person) $ 5,000 X Pollution PERSONAL 8 ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 X POLICY X !Ter: E LOC PRODUCTS - COMP/OP AGG $ 4,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 B X ANY AUTO X X CPP0016990 11/01/2015 11/01/2016 BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS _ NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 6,000,000 A EXCESS LIAB CLAIMS -MADE FEIEXS1092003 11/01/2015 11/01/2016 AGGREGATE $ 6,000,000 DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY rPER PEATUTE I X I OTH A ANY PROPRIETOR/PARTNER/EXECUTIVE IY/N N / A FEIECC1091903 11/01/2015 11/01/2016 E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? 1 1 (Mandatory in NH) E L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L DISEASE - POLICY LIMIT $ 1,000,000 A A Contr. Pollution Environmental Imp FEIECC1091903 FEIECC1091903 11/01/2015 11/01/2015 11/01/2016 11/01/2016 LIMIT 2,000,000 LIMIT 1,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if mo e space is requi ed) City of Yakima and City of Union Gap, their agents, employees and elected and appointed officials are listed as additional insureds when required in written contracts per the attached company forms. CERTIFICATE HOLDER CANCELLATION City of Yakima Yakima Wastewater Division 2220 E. Viola Yakima, WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2014/01) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD � R Corrosion Companies, Inc. Endorsement Number: 21 Amendment — Aggregate Limits of Insurance (Per Project) This endorsement, effective 11/1/2015 attaches to and forms a part of Policy Number FEI-ECC-10919-03. This endorsement changes the Policy. Please read it carefully. CG 25 03 11 85 In consideration of an additional premium of $Applied, this endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The General Aggregate Limit under LIMITS OF INSURANCE (SECTION III) applies separately to each of your projects away from premises owned by or rented to you. Copyright, Insurance Services Office, Inc., 1984 Corrosion Companies, Inc. Endorsement Number: 6 Automatic Waiver of Subrogation Endorsement This endorsement, effective 11/1/2015 attaches to and forms a part of Policy Number r'LI-ECC-10919-03. This endorsement changes the Policy. Please read it carefully. ECC -320-0712 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any person(s) or organization(s) to whom the Named Insured agrees, in a written contract, to provide a waiver of subrogation. However, this status exists only for the project specified in that contract. The Company waives any right of recovery it may have against the person or organization shown in the above Schedule because of payments the Company makes for injury or damage arising out of the insured's work done under a contract with that person or organization. The waiver applies only to the person or organization in the above Schedule. Under no circumstances shall this endorsement act to extend the policy period, change the scope of coverage or increase the Aggregate Limits of Insurance shown in the Declarations. • Corrosion Companies, Inc. Endorsement Number: 13 Automatic Primary and Non -Contributory Insurance Endorsement Designated Work Or Project(s) This endorsement, effective 11/1/2015 attaches to and forms a part of Policy Number IFI -ECC -10919-03. This endorsement changes the Policy. Please read it carefully. ECC -548-0712 SCHEDULE Name of Person or Organization: Any person(s) or organization(s) whom the Named Insured agrees, in a written contract, to provide Primary and/or Non-contributory status of this insurance. However, this status exists only for the project specified in that contract. In consideration of an additional premium of $Applied and notwithstanding anything contained in this policy to the contrary, it is hereby agreed that this policy shall be considered primary to any similar insurance held by third parties in respect to work performed by you under any written contractual agreement with such third party. It is further agreed that any other insurance which the person(s) or organization(s) named in the schedule may have is excess and non- contributory to this insurance. Corrosion Companies, Inc. Endorsement Number: 5 Automatic Additional Insured — Owners, Lessees or Contractors This endorsement, effective 11/1/2015 attaches to and forms a part of Policy Number FEI-ECC-10919-03. This endorsement changes the Policy. Please read it carefully. ECC -319-0712 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any person(s) or organization(s) whom the Named Insured agrees, in a written contract, to name as an additional insured. However, this status exists only for the project specified in that contract. The person or organization shown in this Schedule is included as an insured, but only with respect to that person's or organization's vicarious liability arising out of your ongoing operations performed for that insured. COMMERCIAL_ AUTO EA99101113 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. The following changes revise SECTION 1 — COVERED AUTOS Paragraph C.1. is deleted and replaced with the following: 1. Trailers a. "Trailers" with a Toad capacity of 2,000 pounds or less designed primarily for travel on public roads; or b. "Trailers" designed primarily for travel on public roads when: (1) Pulled by an owned private passenger auto specifically described in Item Three of the Declarations as a covered "auto" for Liability Coverage under this Coverage Form; and (2) Not used for business, farming or ranching purposes. Private passenger auto means a motor vehicle of the private passenger, station wagon, pickup or van type designed for use on public highways and subject to motor vehicle registration, The following is added: D. Temporary Substitute Autos — Physical Damage If Physical Damage Coverage is provided by this Coverage Form, the following types of vehicles are also covered "autos" for Physical Damage Coverage: Any "auto" you do not own while used with the permission of its owner as a temporary substitute for a covered "auto" you own that is out of service because of its: 1. Breakdown; 2. Repair, 3. Servicing; 4. "Loss"; or 5. Destruction. EA 9910 11 13 The coverage that applies is the same as the coverage provided for the vehicle being replaced. Physical Damage Coverage is extended to the temporary substitute auto for the lesser of the following number of days: 1. The number of days reasonably required to repair or replace the covered "auto" that is out of service; or 2. 30 days. The following changes revise SECTION II — LIABILITY COVERAGE The following is added to Paragraph A.1.: d. Blanket Additional Insured Any person or organization that you are required to include as an additional insured on this Coverage Form in a written contract or agreement that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period is an "insured" for Liability Coverage, but only for damages to which this insurance applies. A person's or organization's status as an additional insured under this endorsement ends when your contract or agreement with such person or organization ends. The Limits of Insurance applicable to the Additional Insured are those specified in the written contract or agreement but not more than the Limits of Insurance specified in the Declarations of this policy. The Limits of Insurance applicable to the Additional Insured are inclusive of and not in addition to the Limits of Insurance shown in the declarations for the Named Insured. This Coverage does not apply to lessors of leased "autos". Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 1 of 4 • e. Broadened Named Insured Any business entity newly acquired or formed by you during the policy penod provided you own 51% or more of the business entity and the business is not separately insured for Business Auto Coverage, Coverage is extended up to a maximum of 90 days following acquisition or formation of the business entity or until the end of the policy period, whichever comes first. f. Employee Hired Auto An "employee" of yours is an "insured' while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. Paragraphs A.2.a.(2) and A.2.a.(4) are deleted and replaced with the following: 2. Coverage Extensions a. Supplementary Payments (2) Up to $2,500 for cost of bail bonds (including bonds for related traffic law violations) required because of an 'acci'dent" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of eamings up to $300 a day because of time off from work. The following changes revise SECTION 1I1— PHYSICAL DAMAGE COVERAGE This coverage applies only for a covered "auto" for which Physical Damage Coverage is provided for on this policy, The following is added to Paragraph A.3: Glass Repair — Waiver of Deductible No deductible will apply to glass breakage if such glass is repaired in a manner acceptable to us rather than replaced. Paragraph A.4.a. is deleted and replaced with the following: 4. Coverage Extensions a. Limited Rental Reimbursement or Travel Expense We will pay up to $25 per day to a maximum of $250 for rental reimbursement expenses for the rental of an "auto" or other transportation expense incurred by you because of "loss" to a covered "auto" which is covered by Comprehensive, Specified Causes of Loss, or Collision coverage EA99101113 under this policy. No deductible applies to this coverage. (1) We will pay only for those expenses incurred as a result of a covered "loss" occurring during the policy period beginning 24 hours after the "loss" and ending, regardless of the policy's expiration, with the lesser of the following number of days: (a) The number of days reasonably required to repair or replace the covered "auto". If "loss" is caused by theft, this number of days is added to the number of days it takes to locate the covered "auto" and return it to you; or (b) 10 days. (2) Our payment under this Coverage Extension (4.a.) is limited to the lesser of the necessary and actual expenses incurred or the maximum amount shown, $250. Coverage under this Coverage Extension (4.a.) does not apply while there are spare or reserve "autos" available to you for your operations. The following is added to Paragraph A.4.: c. Transportation Expenses - Theft of a Private Passenger Auto In the event of "loss" to a covered private passenger type "auto" caused by a total theft which is covered by Comprehensive or Specified Causes of Loss Coverage on this policy, we will pay up to $25 per day to a maximum of $500 for transportation expenses incurred by you as a result of that "loss". (1) We will pay for transportation expenses incurred during the period beginning 264 hours (11 days) after the "loss". (2) Regardless of the policy's expiration, our reimbursement of your transportation expenses under this Coverage Extension will end when the covered "auto" is returned to your use or we pay for its "loss". No deductible applies to this Coverage Extension. (3) (3) d. Tapes, Records and Discs We will pay for "loss" to tapes, records, compact discs, or other similar devices used with audio, visual or data electronic devices. (1) We will pay only if the tapes, records, compact discs, or other similar devices: Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 2 of 4 (a) Are your property or that of a family member; or (b) Are the property of an "employee" using a covered "auto" in your business affairs at the time of the "loss"; and Are in a covered "auto" which sustains other covered "loss" under Comprehensive or Collision coverage at the time of the "loss" to tapes, records, compact discs, or other similar devices. (2) The most we will pay for "loss" under this Coverage Extension (4.d.) is $200. Physical Damage Coverage provisions apply to this coverage, except that any deductible applicable to Comprehensive or Collision coverage does not apply to this Coverage Extension (4.d.). The exclusion referring to tapes, records, discs or other similar audio, visual or data electronic devices designed for use with audio, visual or data electronic equipment does not apply. e. Camper Bodies In the event of a "loss" to a detached "camper," physical damage coverage will apply as if it were part of the covered "auto" on which it is rated. f. Contents of a Travel Trailer, Camper or Motor Home When a Travel Trailer, "Camper" or Motor Home is a scheduled auto for physical damage coverage, we will pay up to $1,000 for "loss" to personal property belonging to you or a family member that is within the Travel Trailer, "Camper" or Motor Home. We will pay up to $250 for "loss" to personal property belonging to you or a family member that is outside the Travel Trailer, "Camper" or Motor Home. (1) We will not pay for "loss" to: (a) Articles carried or held for sale, storage or repairs, or for later delivery; goods kept to show or sell; or theatrical wardrobes. (b) Business, store of office furniture or equipment. Records or accounts, money, bullion, deeds, contracts, evidences of debt, securities, tokens or tickets, stamps in current use or manuscripts, (c) (3) (c) EA 99 1011 13 g. (d) Animals, private passenger "autos," motorcycles, aircrafts, boats or any other motorized vehicles or their equipment, furnishings or appurtenances. Equipment or accessories while your Travel Trailer, "Camper" or Motor Home is leased or rented to any organization or any person other than you or a family member. (2) The maximum we will pay for "loss" is the lesser of: (a) The actual cash value of the personal property at the time of "loss"; (b) The cost of repairing the damage; (e) or (c) The cost of replacing the damaged personal property with other personal property of like kind, condition, quality and value. Vacation Expense Allowance We will pay you $50 per day to a maximum of $500 for extra expenses when a Travel Trailer, "Camper" or Motor Home is a scheduled auto for physical damage coverage, and the Travel Trailer, "Camper" or Motor Home: (1) Is damaged or destroyed and is uninhabitable; and (2) While being used for vacation purposes within the policy period. Extra expenses must be supported by receipts or other valid evidence. The following is added to Paragraph A.: 5. Extra Expense — Broadened Coverage We will pay for the direct expense of the returning of a stolen covered "auto" to you. We will pay only for those covered "autos" for which you carry Comprehensive or Specified Causes of Loss Coverage. This coverage will only apply to vehicles recovered inside the 48 contiguous United States. This coverage does not apply to an "auto" we deem a total "loss", The following is added to Paragraph B.3.a.: Airbag Coverage — Accidental Deployment However, this exclusion ,does not apply to the unintended, inflation of an airbag if the inflation is caused by mechanical or electrical breakdown. Includes copyrighted material of Insurance Services Office, Inc.. with its permission Page 3 of 4 The following changes revise SECTION IV — BUSINESS AUTO CONDITIONS The following is added to Paragraph A.2.a.: Amended Duties in the Event of an Accident, Claim, Lawsuit or Loss However, this duty is only required when the "accident" is known to: (1) You, if you are an individual; (2) A partner, if you are a partnership; (3) A member, if you are a limited liability company; or (4) An executive officer or insurance manager, if you are a corporation. The following is added to Paragraph A.: 6. Blanket Waiver of Subrogation We waive any right of recovery we may have against any person or organization to the extent required of you by a written contract executed prior to any "accident" because of payments we make for damages under this coverage form. The following is added to Paragraph B.2.: Unintentional Failure to Disclose Hazards Any unintentional failure to disclose all exposures or hazards existing as of the effective date of the Business Auto Coverage Form or at any time during the policy period will not invalidate or adversely affect the coverage for such exposure or hazard. However, you must report the undisclosed exposure or hazard to us as soon as reasonably possible after its discovery. Paragraph B.5.b. is deleted and replaced with the following: b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, ahy ''auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". The following is added to Paragraph B.5. e. To the extent required by an "insured contract", this insurance is primary on behalf of the additional insured, and any other insurance maintained by the additional insured is excess and not contributory with this insurance. If the "insured contract" does not require this provision, then Paragraph a. above will apply. EA99101113 The following changes revise SECTION V — DEFINITIONS The following is added: Q. "Camper" means a portable dwelling unit without axles or wheels that has been manufactured for attachment on the bed of a pickup truck to be used for casual travel or camping. Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 4 of 4 Attachment A FSE FIBERGLASS STRUCTURAL ENGINEERING YAKIMA REGIONAL WASTEWATER TREATMENT FACILITY SPECIFICATION FOR RELINING AND MODIFICATION OF FRP SODIUM HYPOCHLORITE STORAGE TANK PREPARED FOR: CITY OF YAKIMA WASTEWATER DIVISION 2220 EAST VIOLA YAKIMA, WA 98901 PREPARED BY: FIBERGLASS STRUCTURAL ENGINEERING, INC. 455 STUART ROAD BELLINGHAM, WASHINGTON 98226 FSE JOB: 3622-01-100 Rev. Date Description By App. 0 18 -JUNE -2016 ISSUED AS FINAL FSE FSE Fiberglass Structural Engineering, Inc. Page 1 of 20 Yakima Regional Wastewater Treatment Facility 18 -June -2016 Yakima, WA Specification for Relining and Modification of FRP Sodium Hypochlorite Storage Tank FSE 3622-01-100 SPECIFICATION FOR RELINING AND MODIFICATION OF FRP SODIUM HYPOCHLORITE STORAGE TANK TABLE OF CONTENTS Section Page No. 1.0 INTENT 3 2.0 SCOPE OF WORK 3 2.1 General 3 2.2 FRP Relining, Structural Reinforcement and Nozzle Installation .3 2.3 Contractor's Responsibilities 5 3.0 EQUIPMENT DATA SECTION 5 3.1 General 5 3.2 Original Construction Materials 5 3.3 New Construction 5 4.0 CODES AND STANDARDS 6 5.0 IMPLEMENTATION 6 6.0 DEFINITIONS 7 7.0 MATERIALS 7 7.1 Resin 7 7.2 Reinforcement 8 8.0 LAMINATION 8 8.1 Surface Preparation 8 8.2 Priming 9 8.3 Application of Secondary Laminates 10 8.4 Environment 11 8.5 Flanged Nozzles and Manways 12 8.6 Allowable Visual Defects 13 9.0 QUALITY CONTROL 13 9.1 FRP Lamination 13 9.2 Peel Testing 14 10.0 QUALITY ASSURANCE 15 10.1 Owner's Inspection 15 10.2 Owner's Acceptance 15 10.3 Testing 15 TABLES DETAILS TABLE 1 VESSEL SHELL WALL RE -LINING LAMINATES DETAIL 1 FLANGED NOZZLE FABRICATION TABLE 2 COMPONENT AND INSTALLATION LAMINATES DETAIL 2 NOZZLE. GUSSET INSTALLATION FABRICATION DRAWING: WESTATES CARBON, INC CHEMICAL STORAGE TANK ITEM # CST -301 FSE Fiberglass Structural Engineering, Inc. Page 2 of 20 • Yakima Regional Wastewater Treatment Facility Yakima, WA Specification for Relining and Modification of FRP Sodium Hypochlorite Storage Tank 18 -June -2016 FSE 3622-01-100 1.0 INTENT 1. This Specification is intended to be used in conjunction with the Purchase Order for Relining and Modification of a fiber reinforced plastic (FRP) Sodium Hypochlorite Storage Tank at the Yakima Regional Wastewater Treatment Facility in Yakima, WA. It is intended to specify materials, describe methods of work and prescribe documentation of quality and acceptance. 2. Quality, as represented by raw materials used, manufacturing practices employed and condition of the finished product, is of prime importance. Knowledge of new technology in the interest of improved quality and/or lower cost is welcomed. However, any change of raw materials, alteration of construction or other deviations from the requirements of this Specification or Purchase Order must be submitted in detail and approved in writing by the Owner. 2.0 SCOPE OF WORK 2.1 General 1. This specification describes the procedures and requirements for nozzle installation and field relining of a Sodium Hypochlorite Storage Tank. 2. Three different repair options are being considered for the Tank and are separately: Option 1: Replace select nozzles. Option 2: Replace select nozzles, reinforce the tank wall in the vicinity saddles and reline the lower 70% of the tank interior, up to about 5' elev Option 3: Replace select nozzles, reinforce the tank wall in the vicinity saddles and reline entire tank interior. fabrication, to be quoted of the support ation. of the support 3. The Contractor shall furnish all components, materials and labor necessary to properly prepare surfaces and apply new laminates as required to complete the FRP work. The existing surfaces shall be prepared to the extent necessary to provide a structurally sound, dry surface that is free of chemicals for application of the new laminates. 4. Owner shall have full access at all times to the work area, via Contractor supplied equipment. Owner will inspect the equipment, specify final repair requirements to the Contractor and provide third party quality assurance of the Work. 5. Owner will provide 110 -volt power and wash water for general cleaning at the job site. Contractor to provide their own portable sanitary facilities for the duration of the project. 2.2 FRP Relining, Structural Reinforcement and Nozzle Installation 1. The precise extent of the work will be confirmed by the Owner or their representative the time of the inspection and be approved by the Owner. FSE Fiberglass Structural Engineering, Inc. Page 3 of 20 Yakima Regional Wastewater Treatment Facility Yakima, WA Specification for Relining and Modification of FRP Sodium Hypochlorite Storage Tank 18 -June -2016 FSE 3622-01-100 2. Flange replacement and gusset installation will require removal and replacement of existing FRP insulation jacket and insulation. Exterior laminates and flanges to be finished with matching white surface coating. 3. Referencing Section 3.3 for new construction materials and the included original fabrication drawing, CST -301 — 4046-5, the scope of work for the three options will consist of the following: Option 1: • Replace 3" diameter Chemical Fill nozzle "B". • Replace 1" diameter Feed Suction nozzle "C" and internal piping. Piping to have double nexus on the interior and exterior and to be all chopped strand mat construction. Piping is positioned 8" up from the floor, projects in 8", turns down 45 degrees, runs 12"and terminates 1/2 inch from the floor. See CST -301 drawing 4046-5, elevation view, nozzle "C". Wall thickness and butt joint on mitered elbow to be 0.40" thick (Detail 1). Pipe overlay to domed end to be 0.15" thick (Detail 2). • 3" diameter Vent/Overflow nozzle "D" to remain as is. • Laminate over 4" diameter Recirculation Discharge nozzle "E" from the tank interior. Blanking overlay laminate sequence to be MMRMRMRM finished with a MMMNN corrosion barrier. Completed structural layers to be 12" in diameter at full thickness, plus a 2" taper at the edge. • Replace 4" diameter Recirculation Suction (Drain) nozzle "F". • 2" diameter Level Gage nozzle "G" to remain as is. • Replace 1-1/2" diameter Level Switch Visual Indicator nozzle "H". • Replace 1-1/2" diameter Level Switch Visual Indicator nozzle "J". • Laminate over 1" diameter PVC Half Couple "K" from the tank interior with a 6" diameter structural overlay. Blanking overlay laminate sequence to be MMRM finished with a MMMNN corrosion barrier. Option 2: All items in Option 1 plus the addition of: • Install two reinforcing pads centered on the existing FRP Saddle Supports. Laminates are to be 48" wide and extend from spring line to spring line, or the lower 180 degrees of the tank wall. Laminate construction to be MMRMRMRM, with thickness tapered over 2" on all edges. • Reline the lower 70% of the tank interior, up to about 5' elevation using the laminate sequence and resin system specified in Section 3.3, New Construction. Option 3: All items in Option 1 plus the addition of: • Install two reinforcing pads centered on the existing FRP Saddle Supports. Laminates are to be 48" wide and extend from spring line to spring line, or the lower 180 degrees of the tank wall. Laminate construction to be MMRMRMRM, with thickness tapered over 2" on all edges. FSE Fiberglass Structural Engineering, Inc. Page 4 of 20 • Yakima Regional Wastewater Treatment Facility Yakima, WA Specification for Relining and Modification of FRP Sodium Hypochlorite Storage Tank 18 -June -2016 FSE 3622-01-100 • Laminate entire tank interior using the laminate sequence and resin system specified in Section 3.3, New Construction. 2.3 Contractor's Responsibilities 1. The Contractor shall be responsible for materials, labor and supervision required to perform the Work, as well as support of Owner activities and coordination with the Owner. 2. In the performance of the specified Work, the Contractor's responsibilities include the following: • Provide all materials and supplies necessary to perform the Work. • Provide all tools, equipment, scaffolding or lifts as required. • Provide all labor and supervision, including subsistence and travel expenses. • Comply with any jobsite requirements regarding safety or fitness for duty. • Protect the Work and stored materials from environmental extremes. • Remove all materials, equipment and waste associated with the subject work, including hazardous waste. • Clean and restore work site as required by Owner. • Provide fire protection for all Contractor work and storage areas. 3. It is the responsibility of the Contractor to assure that workers have the skills and knowledge to apply the specified materials in a manner consistent with this Specification. Adhesion to contaminated substrates can be highly problematic. Experimentation and testing of different resin types and resin/primer combinations may be required to assure satisfactory results, and is the sole responsibility of the Contractor. Unresolved issues or suggestions shall be brought to the attention of the Owner as soon as possible. 3.0 EQUIPMENT DATA SECTION 3.1 General 1. Owner: City of Yakima Wastewater Division 2. Jobsite: Yakima Regional Wastewater Treatment Facility 3. Equipment: Sodium Hypochlorite Storage Tank 3.2 Original Construction Materials 1. Reference Westates Carbon, Inc Chemical Storage Tank Item # CST -301 Corrosion Liner = Hetron FR 992 or equal, 1 layer C -glass surfacing veil, chopped strand mat, total thickness 100 mils. Structural = Hetron FR 992 or equal. 3.3 New Construction 1. Repair materials: Resin: Premium grade vinyl ester resin: Derakane 510A, Hetron FR 992 or Owner approved equal. FSE Fiberglass Structural Engineering, Inc. Page 5 of 20 Yakima Regional Wastewater Treatment Facility 18 -June -2016 Yakima, WA Specification for Relining and Modification of FRP Sodium Hypochlorite Storage Tank FSE 3622-01-100 Primer: Derakane 8084, if required. Selection by Owner, based on evaluation of peel test samples on internal surfaces. Cure System: BPO/DMA for all laminates. 2. Laminate Sequences: Relining laminates to be 0.15" thick. See Table 1 for laminate sequence. 3. Required cure: Minimum Barcol Hardness: 30 Completed laminates shall be postcured in accordance with the resin manufacturer's recommendations or a minimum of 6 hours at 180 degrees F. Inspection and all necessary repairs shall be completed and approved by the Owner prior to postcure. 4.0 CODES AND STANDARDS All materials and fabrications furnished in accordance with this specification shall comply with all federal and state laws and local ordinances of the place of installation and with the following codes and standards where referenced herein. Unless otherwise noted, the document with addenda, amendments, and revisions in effect on the date of the Purchase Order will apply. • PS 15-69, National Bureau of Standards Voluntary Product Standard, "Custom Contact -Molded Reinforced -Polyester Chemical Resistant Process Equipment." • ASTM D883, "Definitions of Terms Relating to Plastics." • ASME RTP -1-2013, Reinforced Thermoset Plastic Corrosion -Resistant Equipment • ASTM D2583, "Test for Indentation Hardness of Rigid Plastics by Means of a Barcol Impressor." • ASTM D2584, "Ignition Loss of Cured Reinforced Resins." All materials and equipment furnished, and all construction performed under this specification, shall be in accordance with the requirements and safety practiccs of the Occupational Safety and Health Act of 1970 (OSHA) and amendments thereto, state and municipal laws, regulations, codes, standards, or procedures. 5.0 IMPLEMENTATION 1. No portion of the repair of the Equipment covered by this contract shall be subcontracted without prior written approval of the Owner. 2. In case of conflict between contract documents, the following precedence in descending order shall govern: a) State, Federal, and local laws and ordinances b) Purchase Order c) Written Field Repair Procedures (provided by Owner) FSE Fiberglass Structural Engineering, Inc. Page 6 of 20 • Yakima Regional Wastewater Treatment Facility • Yakima, WA Specification for Relining and Modification of FRP Sodium Hypochlorite Storage Tank 18 -June -2016 FSE 3622-01-100 d) This Specification e) Codes and Standards 3. Contractor shall state in their proposal conformance to this Specification and the standards referenced herein. Any exceptions shall be noted as such and described completely. 6.0 DEFINITIONS 1. The terminology of this Specification is consistent with ASTM D883, "Definitions of Terms Relating to Plastics." Contractors using this Specification are responsible for correct interpretation. 2. Further definitions are as follows: Equipment: The FRP equipment listed in the Equipment Data Section, including all ancillary equipment, work and materials as described in the Scope of Work and this Specification. Owner: City of Yakima Waste Water Division, or their designated representative. Contractor: The designated party responsible for fabrication, installation, repair and/or field modifications of the Equipment. Written Field Repair Procedures: Field sketches and/or written descriptions, provided by the Owner, describing the materials and procedures required to complete a specific repair. Work: The Work required by the Purchase Order and this Specification. 7.0 MATERIALS 7.1 Resin 1. The Equipment shall be repaired and/or relined using the corrosion -resistant resin(s) specified in the Equipment Data Section, or equal as approved by the Owner. Unless otherwise specified, the resin shall be used throughout all laminates. Exceptions shall be submitted to the Owner for approval prior to commencing any work. 2. Catalysts and promoters shall be of the type and amount recommended by the resin manufacturer for use with their resin in this service. The type of catalyst varies between resin manufacturers. The Owner will review the Contractor's choice of resin/catalyst before fabrication begins to verify compliance to the resin manufacturer's recommended procedures. Positive measurement control of catalysts, promoters and resins shall be maintained at all times. 3. No fillers, additives or pigments shall be employed in the resin except as specified below. A thixotropic agent for viscosity control may be used in the proportion and type recommended by the resin manufacturer as approved by the Owner. No thixotropic agent is to be used in the corrosion liner or on surfaces to be in contact with the corrosive environment. 4. Resin putty shall contain a minimum 15% by weight of milled glass fibers. A fumed - silica additive such as Aerosil 200 or Cab-O-Sil TS -720 shall be added to increase the FSE Fiberglass Structural Engineering, Inc. Page 7 of 20 Yakima Regional Wastewater Treatment Facility Yakima, WA Specification for Relining and Modification of FRP Sodium Hypochlorite Storage Tank 18 -June -2016 FSE 3622-01-100 viscosity of the putty. The use of silica flour, grinding dust or other fillers is not allowed. 5. Contractor shall have the primers listed in the Equipment Data Section on-site and in sufficient quantities so as to not impede production: Selection of primer (if required) is dependent upon evaluation of peel test samples and shall be made by the Owner. 7.2 Reinforcement 1. Type and sequence of reinforcement to be used shall be as prescribed in the Equipment Data Section, specific laminate tables, relevant appendices, or by the Owner. 2. Glass fiber reinforcement used shall be a commercial grade corrosion -resistant borosilicate glass, except as otherwise noted. 3. All glass fiber reinforcing shall have an epoxy compatible silane type surface finish and binder that is specifically recommended by the glass manufacturer for the particular resin system to be used. This surface finish should allow the maximum possible chemical bonding between the resin and glass. 4. Surfacing veils shall be apertured Nexus synthetic surfacing veil. Surfacing veil shall be a minimum 10 mils thick. 5. Mat shall be Type E (electrical grade) glass, 1-1/2 oz. or 3/4 oz. per sq. ft., (as specified) with nominal fiber length of 1.25 + 0.75 inches. 6. Woven roving shall be 24 oz. per square yard, Type E glass, and have a 5 x 4 plain weave. 7. All material requires final approval by Owner. 8.0 LAMINATION 8.1 Surface Preparation 8.1.1 Equipment Clean-up 1. The surface of the equipment to be repaired shall be brushed or hydrowashed as required to remove all contaminants from the area to be laminated before surface abrasion. The surface of the equipment shall be cleaned sufficiently to remove loose debris that may contaminate the lay-up during construction. 2. Prior to start of work the Owner or their representative will inspect the surface of the equipment designated for repair. Final decisions regarding the extent of the Work will be made following this inspection. 8.1.2 Surface Abrasion—FRP Surfaces 1. Prior to making all overlays, the surfaces of the area to be overlaid must be roughened thoroughly by grinding. The roughened area shall extend 1" minimum beyond the proposed overlay edge. The roughened area must be completely coated with wax coat at the completion of the laminate. 2. Every precaution shall be taken to ensure adequate surface preparation and a good bond of the secondary overlays. Surface preparation shall be sufficiently deep so that FSE Fiberglass Structural Engineering, Inc. Page 8 of 20 Yakima Regional Wastewater Treatment Facility • Yakima, WA Specification for Relining and Modification of FRP Sodium Hypochlorite Storage Tank 18 -June -2016 FSE 3622-01-100 all traces of glossy resin coat are removed and that glass fiber is exposed over the entire abraded surface. Sufficient laminate must be removed to provide a clean, dry, structurally sound surface, free of chemical contamination, prior to application of the secondary overlay. Disbonded and/or cracked laminate shall also be removed. 3. If surface preparation extends into the structural wall of the vessel the Owner shall be notified before proceeding 4. The edges of the abraded surface shall be "feathered" out such that no sharp discontinuities exist, and a minimum of resin putty is required to obtain a smooth surface for lamination. 5. For surface abrasion, grinding disks shall be new and not contaminated, and have a grit size of 16 to 24. Sleeves for expandable rubber drum sanders shall have cloth backed aluminum oxide abrasive. Flapper type sanding wheels shall not be allowed. 6. After all of the grinding is complete, the entire substrate will be touch -ground with a new disk to remove contaminants from the surface. 7. If application of the secondary overlay does not begin within twenty-four hours of surface abrasion, the abrasion shall be repeated. 8.1.3 Final Surface Preparation 1. Prior to beginning FRP application, excess dust shall be removed from the abraded area by vacuuming or brushing with clean non-metallic brushes, or wiping with clean dry rags. 2. Solvent wiping the abraded area is not allowed. 3. Air blowing the abraded area is not allowed. 4. If any indication of contamination is present after this final surface preparation, the contaminated material shall be removed by grinding and reexamined for evidence of contamination. 8.2 Priming 1. Primer resin shall not be used unless peel testing indicates that it is required for adequate bonding. The Contractor shall be prepared to prime all of the equipment designated for repair in the event it is required. The selection of primer (if required) is dependent upon evaluation of peel test samples. Primer selection shall be approved by the Owner. 2. When primer is used, complete coverage of the surface with primer is required. Primer shall remain acetone sensitive until laminate is applied. Primer dry film thickness shall not exceed 0.01" unless authorized by manufacturer. 3. All voids in the surface shall be primed (if required) and filled with the minimum amount of resin putty or chopped strand mat required to provide a smooth surface. Excess putty shall be removed by grinding. 4. If primer is required, it shall be used before application of the specified laminates and putty and within twenty-four (24) hours of surface preparation. The primer shall be FSE Fiberglass Structural Engineering, Inc. Page 9 of 20 Yakima Regional Wastewater Treatment Facility Yakima, WA Specification for Relining and Modification of FRP Sodium Hypochlorite Storage Tank 18 -June -2016 • FSE 3622-01-100 used in accordance with the manufacturer's recommendations and specified time constraints. 5. If the manufacturer's recommended time limit is exceeded and the primer continues to pass an acetone sensitivity test, the remaining substrate that has been primed but not overlaid shall be reprimed before continuing with the lining application. If the primed surface is not acetone sensitive, the primer shall be removed by abrasion and the surface reprimed. 6. Every effort shall be made by the Contractor to control dust contamination, especially if grinding and lamination operations are carried out simultaneously. 8.3 Application of Secondary Laminates 8.3.1 General 1. If required, primer resin shall be used prior to application of all specified laminates and resin putty and shall be used in accordance with the manufacturer's recommendations and specified time constraints. Primer resin shall be applied within 24 hours of brushing and vacuuming. 2. All voids in the surface shall be smoothed by grinding or filled with resin putty to provide a smooth surface. 3. The abraded or primed substrate to be overlaid shall be resin -coated immediately prior to application of glass reinforcement. Using a stiff brush or other approved mechanical means, work resin into the rough surface. 4. Positive methods shall be used to assure uniform total thickness of laminate and uniform glass -to -resin ratio without surplus resin or unsaturated glass. 5. All laminate thicknesses specified are construction minimums. It is the responsibility of the Contractor to verify that minimum thicknesses are obtained using the laminate sequences specified. 6. All repaired interior and exterior surfaces shall be coated with resin containing wax additive in the amount necessary to allow full cure of the surfaces. For internal laminates, the wax coat shall be applied within 24 hours of original lamination. 8.3.2 Laminate Requirements 1. Hand lay-up structural laminates shall consist of mat and woven roving in the sequence specified. All woven roving shall have a ply of mat on each side. Two adjacent plies of woven roving are not permitted. This laminate shall contain not less than 35% or more than 45% glass (by weight). 2. All edges of woven or unidirectional roving material in wet lay-up shall be lapped a minimum of two inches. Lapped edges of adjacent layers shall be staggered so as to not build up excess thickness. 3. The tolerance on width of reinforcement plies is +1", -0". Woven roving plies shall not exceed the width of the mat ply below them. 4. Completed corrosion liner laminates shall contain not less than 20% nor more than 30% glass (by weight). FSE Fiberglass Structural Engineering, Inc. Page 10 of 20 • Yakima Regional Wastewater Treatment Facility Yakima, WA Specification for Relining and Modification of FRP Sodium Hypochlorite Storage Tank 18 -June -2016 FSE 3622-01-100 5. Mat and surfacing veil shall be applied with minimum 1" overlaps. 6. Edges of laminates shall be tapered over a distance that is a minimum of 6 times the thickness, unless otherwise specified or agreed with the Owner. 8.3.3 Joints 1. All cut and exposed edges shall be thoroughly coated with resin such that no glass fibers are exposed prior to application of putty or overlay laminates. 2. Voids at joints shall be filled with resin putty. At tee joints and other corners, putty shall provide a fillet radius of 1/4 in. minimum to 3/8 in. maximum. Puttied area shall be ground to a smooth contour which removes all excess putty from the laminate surface and minimizes the completed width of putty. 3. Beginning ply width for joint overlays shall be a minimum of 4"unless otherwise specified. Successive plies shall uniformly increase in width until the minimum total joint width is achieved. 4. Secondary overlays at joints shall extend equally within ±1/2 in. on each side of the joint. 8.3.4 Exotherm Delays 1. Interruptions in laminating sequence shall only occur after the application of a ply of mat and be succeeded by a ply of mat. Specified laminate sequences included suggested locations as "E" plies. 2. The interruption shall not exceed 24 hours, and the in -process surface must retain acetone sensitivity until laminating is resumed. 3. Lack of compliance with these requirements, or any indication that contamination of the surface has occurred, shall require that surface abrasion, final surface preparation, and primer resin application, if required, be repeated. 4. Before resuming laminating on a cured surface, any rough areas or projections shall be touch -ground to allow full contact of the succeeding wet laminate. 8.4 Environment It is the Contractor's responsibility to maintain conditions in the FRP work area during all times when the final surface preparation and FRP application are in -process, so as not to jeopardize the reliability of the laminate or secondary bond. As a minimum, controls shall include the following: 1. Working temperatures shall be maintained between 60°F and 95°F in the work area, and on surfaces to be overlaid and materials. These temperatures must also be at least 5°F above dewpoint. 2. For outdoor work, the Contractor shall employ positive methods to assure that environmental conditions are maintained in the field laminating work area at all times when the surface preparation and FRP application are in -process. This may require temporary enclosures and localized heating or cooling. 3. Materials shall be stored in a dry area and within the temperature and humidity limits recommended by the manufacturers. In addition, if unprotected glass is present in the FSE Fiberglass Structural Engineering, Inc. Page 11 of 20 Yakima Regional Wastewater Treatment Facility Yakima, WA Specification for Relining and Modification of FRP Sodium Hypochlorite Storage Tank 18 -June -2016 FSE 3622-01-100 material storage area, the wet bulb temperature of the air shall be a minimum of 5°F lower than the surface temperatures of the material in the storage arca. 4. Heat shall be maintained in the working and storage areas by means of a non - contaminating type heater such as propane (water vapor is a product of the combustion of propane; specified humidity limits must be maintained), steam coils, oil -fired with a heat -exchanger, or other as approved by the Owner. 5. Prepared surfaces and materials shall be protected from blowing dust, moisture, and other contaminants. 6. If any of the above conditions are violated while the final surface preparation or FRP repair application is in -process, work shall stop immediately and the process must begin again with surface abrasion. 8.5 Flanged Nozzles and Manways 1. Flanged nozzles and manways shall be fabricated integrally. Flange neck and flange shall be made in one piece, with all layers of reinforcement in the nozzle neck and hub extending uninterrupted into the flange. 2. Additional thickness in the hub shall be obtained with alternating layers of 1 1/2 oz./sq.ft. mat and 24 oz./sq.yd. woven roving. 3. Additional thickness in the flange shall be obtained with layers of mat. These mat layers shall be uniformly distributed throughout the flange thickness. 4. Unless otherwise specified, all flanged nozzles shall match ANSI B 16.5 for 150 lb. drilling pattern. 5. All flanged nozzles 4" diameter and smaller shall be supported by gussets or cone stiffeners. Gussets and/or cone stiffeners shall extend only to the flange fillet radius, and shall not extend to the outside diameter of the flange. (Ref. RTP -1, Fig. 4-13). 6. Filament wound construction of flanged nozzles or nozzle neck is not allowed. (Ref. RTP -1, Fig. 4-10). 7. The "flange on pipe" method of nozzle fabrication is not allowed. (Ref. RTP -1, Fig. 4-1 1). 8. Back of flanges shall be spotfaced at the bolt holes for proper bearing of the bolt heads and washers. Overall machining of the back of the flange is allowed if the fillet radius is maintained and the hub reinforcement is not undercut. 9. Size of spotfacing shall accommodate SAE size washers. 10. Spotfacing or backfacing shall not produce a flange thickness less than that specified. 11. Bolt holes shall be coated with resin such that no fibers are exposed. 12. Unless otherwise specified, flanged nozzles shall be installed with the bolt holes straddling the centerline of the tank. On the tank top, nozzle bolt holes shall straddle centerlines as indicated on the drawings. FSE Fiberglass Structural Engineering, Inc. Page 12 of 20 Yakima Regional Wastewater Treatment Facility Yakima, WA Specification for Relining and Modification of FRP Sodium Hypochlorite Storage Tank 18 -June -2016 FSE 3622-01-100 8.6 Allowable Visual Defects 1. Contractor shall take care to minimize the amount of defects in all laminates. In no case shall visual defects in any area of the equipment exceed the maximum allowable levels of visual defects set forth in RTP -1, Table 6-1, Level 2. Allowable defects apply to small localized areas and shall not be averaged over larger areas. 2. Air entrapment limits, (gaseous bubbles or blisters), that are required to supplement RTP -1 Table 6-1, shall be as follows. Dimensions refer to the largest measured dimension for any specific defect. Defects at the interfaces between layers are subject to the most stringent requirement. a. Inner Surface: 2 per sq. in. up to max. size of 1/16", except < 1/64" is unlimited. b. Interior Layer: 2 per sq. in. up to max. size of 1/8", except < 1/32" is unlimited. c. Structural Layer: 2 per sq. in. up to max. size of 1/4", except < 1/16" is unlimited. 3. Presence of visual defects in excess of the allowable levels shall be grounds for rejection of the equipment. 9.0 QUALITY CONTROL 9.1 FRP Lamination 1. Contractor shall be responsible for implementation of a comprehensive quality control procedure. The following sections describe the minimum requirements. 2. Contractor shall designate personnel to inspect the Work while in process and after completion to assure compliance to all aspects of this Specification. Inspection shall include, as a minimum: a) Environmental Conditions: Every 4 work hours, a minimum of two times per shift, and when conditions obviously change. b) Surface Preparations: Before priming. c) Priming: Before lamination. d) Peel testing: Before laminate application. e) Laminate thickness, sequence and dimensional tolerances. f) Final Inspection: Upon completion for maximum allowable visual defects. g) Acetone Sensitivity: After cure and wax coating. 11) Barcol Hardness: Barcol hardness shall be taken at random with a frequency of at least one test in a 50 square foot area or as agreed upon with the Owner. i) Contractor shall provide documentation for all resin used, including resin type, manufacturer, batch and lot number, drum number, complete listing of all additives with amounts added, and description and manufacturer of each additive. If the Contractor in any way alters the resin after receipt, such as through the addition of styrene, promoters, or other additives, gel time tests shall be conducted on each separately modified batch of resin. The results of gel testing will be logged with the resin. FSE Fiberglass Structural Engineering, Inc. Page 13 of 20 Yakima Regional Wastewater Treatment Facility Yakima, WA Specification for Relining and Modification of FRP Sodium Hypochlorite Storage Tank 18 -June -2016 FSE 3622-01-100 3. Contractor shall inspect all glass reinforcement prior to use in fabrication and shall not use any glass that does not meet the manufacturer's acceptance standards. Glass material that is wet or has been wet shall not be used. For each type of glass and lot number used, Contractor shall record the manufacturer, product description, binder type, product code, production date and lot number. 4. If applicable to the Work, Contractor shall retain all nozzle cutouts and other excess laminate, clearly marking each piece to identify its original location. These laminate samples become the property of the Owner. For areas where valid laminate samples are not available, sample plugs shall be taken at the Owner's request. Repair of subsequent holes will be done in a manner approved by the Owner 5. If required by the Owner, Contractor shall verify glass content on available samples in accordance with ASTM D2584. This test shall be completed and the results reported for each major component where samples are available. 6. Immediately after completion, Contractor shall provide the Owner with a complete quality control report, consisting of copies of all records maintained for compliance with this section. 9.2 Peel Testing 1. Bond strengths shall be verified prior to the start of lamination via peel testing. Quantitative field test methods may be used by the Owner to assist in interpreting the results of the tests. The following variables will be considered in testing: a) Depth of Grind. If possible, some mat from the corrosion barrier will be left after abrasion. b) Surface Profile. c) In addition to the laminating resin specified, the primer resin(s) listed in the Equipment Data Section shall also be tested. Ten to twenty percent (10%-20%) additional styrene may be added to enhance bond. 2. Peel tests consist of applying FRP laminates approximately 10" by 10", with one edge intentionally disbonded, such as by inserting Mylar film 1" to 2" under one edge. After curing, the free edge is then pried away from the substrate to evaluate the bond. 3. Special abrasion preparation for peel testing will not be allowed. 4. Peel test laminates shall be applied in a manner representative of the work as a whole. Substrate laminate, surface preparation, priming and application procedures shall be identical to those intended for use during the actual work. 5. The peel test laminates shall be strong enough to allow for peeling of the entire sample and must reach full cure as indicated by Barcol hardness before removal. A laminate of MMRMRM is suggested. 6. A minimum of one peel test shall be conducted in each area where varying conditions could potentially affect the bond. Additional tests shall be added as required to account for changing conditions or procedures. 7. Peel test laminates shall be removed for evaluation in the presence of the Owner. FSE Fiberglass Structural Engineering, Inc. Page 14 of 20 Yakima Regional Wastewater Treatment Facility Yakima, WA Specification for Relining and Modification of FRP Sodium Hypochlorite Storage Tank 18 -June -2016 FSE 3622-01-100 8. If peel tests show any indication of a substandard bond, the area shall be retested. Changes in surface preparation procedures, types of priming resin used or modification of environmental conditions may be required to enhance the bond. 9. Owner reserves the right to require additional peel tests as deemed necessary. 10.0 QUALITY ASSURANCE 10.1 Owner's Inspection 1. Owner shall inspect surfaces prior to resin application. 2. The Owner shall be permitted access to the Equipment during the Work and upon completion for the purpose of verifying compliance to the contract documents. The Owner's inspection is not intended to replace the Contractor's own quality control procedures. 3. In no respect does inspection by the Owner relieve the Contractor of compliance with the contract documents. A final inspection shall be performed by the Owner when the Contractor certifies that all the terms and requirements of the contract documents have been satisfied. 4. The Owner may be on-site conducting daily survey inspections, and may review Contractor's documentation and conduct independent inspections for verification. 5. Owner shall be allowed to photograph the Equipment while in -process and upon completion. 6. Owner retains the right to employ the use of magnification or other special viewing or measurement devices during inspection. 7. The Owner may stop work at any time for lack of adherence to this specification or good industry practice. 10.2 Owner's Acceptance 1. At the time of final inspection, the Contractor shall ensure that the Equipment is cleaned of all foreign material and workings that might block the view of the Owner. Contractor shall make appropriate scaffolding and access available to the Owner to allow viewing of all surfaces. 2. Evidence of poor workmanship or lack of compliance with any aspect of the contract documents will be grounds for rejection of the Work. 3. Subsequent repair of rejected Equipment may, at the Owner's sole option, be undertaken in an attempt to bring the Equipment to an acceptable state. Repair procedures must be approved by the Owner prior to implementation. 10.3 Testing 1. The Owner may employ destructive testing on available samples or use non- destructive test methods on the completed Equipment for verification of compliance to the contract documents. 2. Testing performed by the Owner shall be accomplished through use of applicable ASTM test methods when appropriate. FSE Fiberglass Structural Engineering, Inc. Page 15 of 20 Yakima Regional Wastewater Treatment Facility Yakima, WA Specification for Relining and Modification of FRP Sodium Hypochlorite Storage Tank 18 -June -2016 FSE 3622-01-100 3. Hardness tests shall be made for acceptance by the Owner on the liner surface using the Barcol Impressor, Model GYZJ 934-1, calibrated at two points in accordance with ASTM D2583. Ten readings will be taken in a localized area, deleting the two highest and two lowest, and averaging the remaining six. Minimum acceptable Barcol hardness will be as specified in the Equipment Data Section. 4. After wax coat application, an acetone sensitivity test shall also be performed by the Owner as an acceptance criterion. All sticky or tacky surfaces, following rubbing with an acetone -saturated cloth, shall be lightly abraded and wax coated. FSE Fiberglass Structural Engineering, Inc. Page 16 of 20 P!, Yakima Regional Wastewater Treatment Facility Yakima, WA Specification for Relining and Modification of FRP Sodium Hypochlorite Storage Tank 18 -June -2016 FSE 3622-01-100 TABLE 1 — VESSEL SHELL WALL RE -LINING LAMINATES Thk. N M/E R Sequence of Plies 0.15" 2 3 -- MMMNN TABLE 2 - COMPONENT AND INSTALLATION LAMINATES Thk. N M/E R Sequence of Plies 0.40" 2 9 -- NNMME MMMMMM 0.42" 2 7 3 NNMME MRMRMRM Key for Tables 1 and 2: N = Apertured synthetic Nexus veil M = 1 1/2 oz./sq.ft. mat E = 1 1/2 oz./sq.ft. mat, exotherm ply R = 24 oz./sq.ft. woven roving, 5x4 plain weave FSE Fiberglass Structural Engineering, Inc. Page 17 of 20 Yakima Regional Wastewater Treatment Facility Yakima, WA Specification for Relining and Modification of FRP Sodium Hypochlorite Storage Tank 18 -June -2016 FSE 3622-01-100 R 3/8" MIN. A E Full Face Drilled Flange I.D. O.D. B.C. Bolt hole A B (Table 2) C D E No. Dia. 1" 4 1/4" 3 1/8" 4 5/8" 2" 0.40" 0.55" 0.68" 16" 1-1/2" 5" 3 7/8" 4 5/8" 2" 0.40" 0.55" 0.68" 8" 3" 7 1/2" 6" 4 3/4" 3 1/4" 0.42" 0.58" 0.68" 8" 4" 9" 7 1/2" 8 3/4" 3 3/4" 0.42" 0.61" 0.86" 12" Notes: 1. 1" diameter Feed Suction Nozzle "C" requires double Nexus on the exterior portion of flange neck extending to the tank interior. Detail 1 — Flanged Nozzle Fabrication FSE Fiberglass Structural Engineering, Inc. Page 18 of 20 Yakima Regional Wastewater Treatment Facility Yakima, WA Specification for Relining and Modification of FRP Sodium Hypochlorite Storage Tank 18 -June -2016 FSE 3622-01-100 INT. O'LAY 0.15" THK. x 4" WIDE 44\f -I. � (MMMNN) 1/4" RADIUS EXT. O'LAY W/2 \\\\ \ \ \\\ k\\\ GUSSET PL. 1/8" THK. WITH 0.14" THK. O'LAY (MMMC) EACH SIDE AS REQ'D Nozzle Tee Joint Nozzle Diameter External Overlay Thk. (Table 2) Width (W) 1" 0.40" 6" 1-1/2" 0.40" 6" 3" 0.42" 8" 4" 0.42" 8" Notes: 1. Install 4 gussets per nozzle. 2. Feed Suction nozzle "C" projects 8" into the tank interior and will have an exterior tee joint (not shown in detail above). Detail 2 — Nozzle Installation FSE Fiberglass Structural Engineering, Inc. Page 19 of 20 Yakima Regional Wastewater Treatment Facility Yakima, WA Specification for Relining and Modification of FRP Sodium Hypochlorite Storage Tank 18 -June -2016 FSE 3622-01-100 :g ggggggi z 0 Z 0 0 X a t 1 Z 0 i Westates Carbon, Inc Chemical Storage Tank Item # CST -301 DRW # 4046-5 FSE Fiberglass Structural Engineering, Inc. Page 20 of 20